City of Lone Star REQUEST FOR SEALED BID FOR 2000 GALLON FIRE TANKER DUE: MARCH 20, 2020 BY 2:00 P.M - Lone Star, TX

Page created by Johnny Contreras
 
CONTINUE READING
City of Lone Star

 REQUEST FOR SEALED BID FOR
   2000 GALLON FIRE TANKER

     DUE: MARCH 20, 2020
         BY 2:00 P.M.
CITY OF LONE STAR REQUEST FOR BIDS
The enclosed Request for Sealed Bid is for your convenience in proposing the enclosed
referenced products for the City of Lone Star. Sealed bids shall be received no later than:

MARCH 20, 2020 AT 2:00 P.M.

Please reference "CITY OF LONE STAR REQUEST FOR SEALED BID FOR 2000 GALLON
FIRE TANKER," in all correspondence pertaining to this Request. All bids shall be to the attention
of the City Secretary.

The City of Lone Star appreciates your time and effort in preparing a bid. Please note that all bids
must be received at the designated location by the deadline shown. Bids received after the
deadline will be returned unopened and shall be considered void and unacceptable. Sealed bids,
subject to the terms and conditions of this Request for Sealed bids, received by City Secretary
by the deadline shown will be opened at the deadline and Bidders names will be publicly read.

Bid opening is scheduled to be held at City of Lone Star Volunteer Fire Department, 201 W
Industrial Blvd., Lone Star, Texas 75668 on MARCH 20, 2020 AT 2:00 PM. You are invited to
attend.

To obtain results please contact City of Lone Star City Secretary, 903-656-2311,
citysecretary@lonestartx.net.

                                                                                                       2
CITY OF LONE STAR REQUEST FOR SEALED BID FOR 2000 GALLON FIRE TANKER

  Sealed bids will be received for: 2000 GALLON FIRE TANKER
  TO PROVIDE for sealed bid price of custom fire tanker with options listed in these specifications
  and loose equipment.
  IT IS UNDERSTOOD that the City of Lone Star, Texas, reserves the right to reject any and/or all
  bids for any/or all products and/or services covered in this REQUEST FOR SEALED BID and to
  waive informalities or defects in bids or to accept such bids as it shall deem to be in the best
  interests of the City of Lone Star.
  BIDS MUST BE submitted on the forms included for that purpose in this packet. Each bid must
  be placed in a separate sealed envelope, with the letter of intent and the forms manually signed
  by a person having the authority to bind the firm in an Agreement, and marked clearly on the
  outside as shown below. Facsimile and email transmittals shall not be accepted.
  SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 2:00 PM, MARCH 20,
  2020, to the address as follows:

  City of Lone Star
  Devon Whatley, City Secretary
  Lone Star City Hall
  200 W. Industrial Blvd.
  P.O. Box 218
  Lone Star, TX 75668

  MARK ENVELOPE: "CITY OF LONE STAR REQUEST FOR SEALED BID FOR 2000 GALLON
  FIRE TANKER".

  ALL BIDS MUST BE RECEIVED AT CITY OF LONE STAR CITY HALL BEFORE THE DUE
  DATE AND TIME.

Any questions should be submitted in writing via mail, email or fax to Devon Whatley:

Devon Whatley
City Secretary
City of Lone Star
P.O. Box 218
Lone Star, TX 75668
Office: (903) 656-2311
Fax: (903) 656-3355
Email: citysecretary@lonestartx.net

                                                                                                      3
PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE
The City of Lone Star acknowledges its responsibility to comply with the Americans
with Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who
require specials services (i.e. sign interpretative services, alternative audio/visual
devices, and amanuenses) for participation in or access to the City of Lone Star
sponsored public programs, services and/or meetings, the City requests that
individuals make request for these services forty‐eight (48) hours ahead of the
scheduled program, service and/or meeting. To make arrangements, contact Devon
Whatley, City Secretary, City of Lone Star at 903-656-2311.

UNAUTHORIZED COMMUNICATIONS: From the release of this REQUEST FOR
SEALED BID through the City Council award of an Agreement, Bidders’ contact
regarding this REQUEST FOR SEALED BID with members of the REQUEST FOR
SEALED BID evaluation, interview or selection panels, employees of the City or
officials of the City other than as herein provided is prohibited and may result in
disqualification from this procurement process. No officer, employee, agent or
representative of the Bidders shall have any contact or discussion, verbal or written,
with any members of the City Council, members of the REQUEST FOR SEALED BID
evaluation, interview, or selection panels, City staff or City's consultants, or directly
or indirectly through others, seek to influence any City Council member, City staff, or
City's consultants regarding any matters pertaining to this REQUEST FOR SEALED
BID, except as herein provided. If a representative of any Bidders violates the
foregoing prohibition by contacting any of the above listed parties with whom contact
is not authorized, such contact may result in the Bidders being disqualified from the
procurement process. Any oral communications are considered unofficial and
nonbinding with regard to this REQUEST FOR SEALED BID.

LATE BIDS: Bids received after submission deadline of 2:00 PM on MARCH 20,
2020 will be considered void and unacceptable. The City of Lone Star is not
responsible for lateness or non‐delivery of mail, carrier, etc., and the date/time stamp
in the City Secretary shall be the official time of receipt.

ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by
the signer of the bid, guaranteeing authenticity.

WITHDRAWL OF BID: A bid may not be withdrawn or canceled by the Bidder without
the permission of the City for a period of one hundred and eighty (180) days following
the date designated for the receipt of bids, and Bidder so agrees upon submittal of
their bid.

SALES TAX: The City of Lone Star is exempt by law from payment of Texas State
Sales Tax and Federal Excise Tax.

AGREEMENT AWARD: The City also reserves the right to not award the services.

                                                                                            4
CHANGE ORDERS: No oral statement of any individual shall modify or otherwise
change, or affect the terms, conditions or specifications stated in the resulting
Agreement. All Change Orders to the Agreement will be made in writing by the City
of Lone Star.

DELIVERY: All delivery and freight charges are to be included in the proposed price.

CONFLICT OF INTEREST: No public official shall have interest in this Agreement,
in accordance with Texas Local Government Code Title 5, Subtitle C, Chapter 171.

DISCLOSURE OF CERTAIN RELATIONSHIPS: Effective January 1, 2006, Chapter
176 of the Texas Local Government Code requires that any vendor or person
considering doing business with a local government entity disclose in the
Questionnaire Form CIQ, the vendor or person's affiliation or business relationship
that might cause a conflict of interest with a local government entity. By law, this
questionnaire must be filed with the records administrator of the City of Lone Star not
later than the 7th business day after the date the person becomes aware of facts that
require the statement to he filed. See Section 176.006, Local Government Code.

ETHICS: Bidder shall not offer or accept gifts of anything of value nor enter into any
business arrangement with any employee, official or agent of the City of Lone Star.
Any communication with the City of Lone Star City Council during the request for bid
process may result in rejection of the bid.

EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this Request for Bids
will be considered for award. Bidders taking exception to the Specifications, or
offering substitutions, shall state these exceptions in the section provided or by
attachment as part of the bid. In the absence of such, a list shall indicate that the
Bidder has not taken exceptions and shall hold the Bidder responsible to perform in
strict accordance with the Specifications of the Request for Bids. The City of Lone
Star reserves the right to accept any and all, or none, of the
exception(s)/substitution(s) deemed to be in the interest of the City.

ADDENDA: Any interpretations, corrections or changes to this Request for Bids will
be made by addenda. Sole issuing authority of addenda shall belong to the City of
Lone Star. Addenda will be mailed to all who are known to have received a copy of
this Request for Bids. Bidders shall acknowledge receipt of all addenda on the outside
of the bid envelope and in the bid.

BID MUST COMPLY with all federal, state, county and local laws concerning these
types of service(s).

MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A
prospective Bidder must affirmatively demonstrate Bidder’s responsibility. If a bid
does not meet the minimum standards, bid will not be included in the evaluation.

                                                                                          5
A prospective Bidder must meet the following requirements:
1. Have adequate financial resources, or the ability to obtain such resources as
   required;
2. Be able to comply with the required or proposed delivery schedule;
3. Have a satisfactory record of performance;
4. Have a satisfactory record of integrity and ethics; and
5. Be otherwise qualified and eligible to receive an award.

BIDDER SHALL PROVIDE with this REQUEST FOR SEALED BID response, all
documentation required by this REQUEST FOR SEALED BID. Failure to provide this
information may result in rejection of bid.

WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense
to the City of Lone Star, all Social Security, Unemployment and Federal Income
Withholding Taxes of all such employees and all such employees shall be paid wages
and benefits as required by Federal and/or State law.

NOTICE: Any notice provided (or required by law) to be given to the successful Bidder
by the City of Lone Star shall conclusively be deemed to have been given and
received on the next day after such written notice has been deposited in the mail in
the City of Lone Star, Texas, by Registered or Certified Mail with sufficient postage
affixed thereto, addressed to the successful Bidder at the address so provided;
provided this shall not prevent the giving of actual notice in any other manner.

PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Lone
Star from claims involving infringement of patents and/or copyrights.

ITEMS supplied under this Agreement shall be subject to the City's approval.

SAMPLES: When requested, samples shall be furnished free of expense to the City
of Lone Star.

WARRANTY: Successful Bidder shall warrant that all items/services shall conform
to the proposed Specification and/or all warranties as stated in the Uniform
Commercial Code and be free from all defects in material, workmanship and title.

REMEDIES: The successful Bidder and the City of Lone Star agree that both parties
have all rights, duties and remedies available as stated in the Uniform Commercial
Code.

VENUE: This Agreement will be governed and construed according to the laws of the
State of Texas. This Agreement is performable in the City of Lone Star.

ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this
Agreement, in whole or in part, without prior written consent of the City of Lone Star.

                                                                                          6
SPECIFICATIONS and model numbers are for description only. Bidder may propose
on description only. Bidder may propose on alternate model but must clearly indicate
alternate model being proposed. Bidder must enclose full descriptive literature on
alternate items(s).

EMPLOYMENT ELIGIBILITY VERIFICATION: The Immigration Reform and Control
Act of 1986 (IRCA) makes it illegal for employers to knowingly hire or recruit
immigrants who do not possess lawful work authorization and requires employers to
verify their employees’ work eligibility on a U.S. Department of Justice form I‐9. The
contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will
maintain compliance with IRCA during the term of the Agreement.

ANY QUESTIONS concerning this REQUEST FOR SEALED BID must be directed
to the City Secretary, Devon Whatley, in writing at citysecretary@lonestartx.net with
subject "Questions re: City of Lone Star Request for Sealed Bid for 2000 Gallon Fire
Tanker" before MARCH 16, 2020.

SECTION 1:
INSTRUCTIONS TO SERVICE PROVIDERS

1. SCOPE OF WORK
The City seeks to purchase a 2000 Gallon Fire Tanker meeting all technical
specifications listed herein.

2. PREPARATION OF THE BID
Bids will be accepted by the City until 2:00 PM on MARCH 20, 2020, at which time
all Bids duly received will be publicly opened and read aloud.

Only the services listed in this Request for Bid and included in addenda will be
considered.

If a unit price or a lump sum already entered by the Service Provider on the Bid Form
is to be altered, it shall be crossed out with BLUE ink and the new unit price or lump
sum bid entered above or below it, and initialed by the Service Provider in BLUE ink.

One copy of the Bid, together with appropriate schedules, must be submitted in a
sealed envelope bearing on the outside the name of the Service Provider, his
address, and plainly marked "City of Lone Star Request for Sealed Bid for 2000
Gallon Fire Tanker". If forwarding by mail, the sealed envelope containing the Bid
must be enclosed in another envelope addressed as specified in the Bid. The City
may consider all Bids submitted in accordance with the provisions hereof and may
waive any informalities or reject any and all Bids and have the right to re‐advertise.

Any Bid may be withdrawn prior to the scheduled time for the opening of Bids or
authorized postponement thereof.

                                                                                         7
Any Bid received after the closing time and date specified shall not be considered.

3. SECURITY
Each bid must be accompanied by a bid bond of the Service Provider in an amount
equal to $25,000 as a guarantee on the part of the Service Provider that will, if called
upon to do so, accept and enter into a contract on such form as mutually agreed upon
by the City and the selected Service Provider. The bid shall address all the material
provisions of the bid and response thereto, the work to be performed by such Bid, the
rates stated therein and to furnish a corporate surety for its faithful and entire
fulfillment. Bid bonds will be returned promptly after the City and the selected Service
Provider have executed the Contract, or, if no Service Provider's Bid has been
selected within ninety (90) days after the date of the opening of the Bids, upon
demand of the Service Provider at any time thereafter, so long as he has not been
notified of the acceptance of his Bid.

A letter shall accompany the Bid from a corporate surety satisfactory to the City
stating that the Performance Bond will be furnished by it to the person submitting the
Bid in the event they have been selected as the successful Service Provider. Such
letter is to be signed by an authorized representative of the surety together with a
certified and effectively dated copy of his power of attorney attached thereto.

The successful Service Provider will be required to furnish a Performance Bond as
security for the faithful performance of this Contract (see Section 6. SECURITY FOR
FAITHFUL PERFORMANCE).

The Service Provider shall pay premium for the bonds described above. A certificate
from the surety showing that the bond premiums are paid in full shall accompany the
bond. Such certificate shall be submitted to the City with the bond on an annual basis.

The surety on the bond shall be a duly authorized corporate surety authorized to do
business in the State of Texas.

4. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO THE CONTRACT
The Contract shall be deemed as having been awarded when the City has mailed
formal notice of award to the Service Provider by mail.

The Service Provider to whom the Contract will be awarded shall be required to
execute two (2) originals of the Contract as may mutually be agreed upon by the City
and the selected Service Provider and to furnish insurance certificates, all as
required. In case of his refusal or failure to do so within twenty (20) days after his
receipt of formal notice of award, Service Provider will be considered to have
abandoned all his rights and interests in the award, the Service Provider's bid security
may be declared forfeited to the City as liquidated damages and the award may then
be made to the next best qualified Service Provider or the work re‐advertised for Bids
as the City may elect. Such forfeited security shall be the remedy of the City.
SCOPE OF WORK

                                                                                           8
The work under this Contract shall consist of the items contained in the Bid, including
all incidentals necessary to fully complete said work in accordance with the Contract
Documents.

5. CONDITIONS
Each Service Provider shall fully acquaint himself with conditions relating to the scope
and restrictions attending the execution of the work under the Contract. Service
Providers shall thoroughly examine and be familiar with the General Specifications.
It is also expected that the Service Provider will obtain information concerning the
conditions at locations that may affect its work.

The failure or omission of any Service Provider to receive or examine any form,
instrument, addendum or other document, or to acquaint himself with conditions
existing, shall in no way relieve him of any obligations with respect to his Bid or to the
Contract. The City shall make all such documents available to the Service Provider.

Except with respect to events or conditions, which are not discoverable, the Service
Provider shall make his own determination as to conditions and shall assume all risk
and responsibility and shall complete the work in and under conditions he may
encounter or create, without extra cost to the City.

The Service Provider’s attention is directed to the fact that all applicable State laws,
municipal ordinances, and the rules and regulations of all authorities having
jurisdiction over the work to be performed shall apply to the Contract throughout, and
they will be deemed to be included in the Contract as though written out in full in the
Contract.

6. ADDENDA AND EXPLANATIONS
Explanations desired by a prospective Service Provider shall be requested of the City
in writing, via certified mail, and if explanations are necessary, a reply shall be made
in the form of an Addendum, via certified mail. A copy of this Addendum will be
forwarded to each Service Provider. Every request for such explanation shall be in
writing addressed to Devon Whatley, City of Lone Star, P.O. Box 218, Lone Star,
Texas 75668. Any verbal statements regarding same by any person, previous to the
award, shall be non‐authoritative and not binding.

Addenda issued to prospective Service Providers prior to date of receipt of Bids shall
become a part of the Contract Documents, and all Bids shall include the work
described in the Addenda.

Any and all such interpretations and any supplemental instructions will be in the form
of written Addenda, which, if issued, shall be emailed to all prospective Service
Providers (at the respective addresses furnished for such purposes), not later than
three (3) days prior to the date fixed for the opening of Bids.

                                                                                             9
7. NAMES, ADDRESS, AND LEGAL STATUS OF THE SERVICE PROVIDER
The Bid must be properly signed in ink and the address of the Service Provider given.
The legal status of the Service Provider, whether corporation, partnership or
individual, shall also be stated in the Bid. A corporation shall execute the Bid by its
duly authorized officers in accordance with its corporate by‐laws and shall also list
the State in which it is incorporated. A partnership Service Provider shall give full
names and addresses of all partners. Partnership and individual Service Providers
will be required to state in the bid the names of all persons interested therein.

The place of residence of each Service Provider, or the office address in the case of
a firm or company, with county and state and telephone number, must be given after
his signature.

If the Service Provider is a joint venture consisting of a combination of any or all of
the above entities, each joint venture shall execute the Bid.

8. DISQUALIFICATION OF SERVICE PROVIDERS
Although not intended to be an exhaustive list of causes for disqualification, any one
or more of the following causes, among others, may be considered sufficient for the
disqualification of a Service Provider and the rejection of his Bid:

(a) Evidence of collusion among Service Providers.
(b) Lack of competency as availed by financial statements, experience or
equipment statements as submitted, or other factors.
(c) Lack of responsibility as shown by past work, judged from the standpoint of
workmanship as submitted.
(d) Default on a previous City contract for failure to perform.
(e) Evidence that Service Provider has been fined for failure to perform on any
contract within the State of Texas.
(f) Default or lack of insurance coverage.

9. INTENT OF SPECIFICATION
The apparatus shall conform to the requirements of the current NFPA 1901 standard
for Motor Fire Apparatus unless otherwise specified in these specifications. The
intent of these specifications is to secure apparatus constructed to withstand the
severe and continuous use encountered during emergency firefighting services.

Each bid shall be accompanied by a set of specifications consisting of a detailed
description of the apparatus, equipment proposed, exceptions and drawing of truck.
The specifications shall indicate size, type, model and make of all component parts
and equipment. NO EXCEPTIONS.

10. STATEMENT OF EXCEPTIONS TO NFPA 1901
If at the time of delivery, the apparatus manufacturer is not in compliance, as per
NFPA 1901 4.21 a statement of exceptions must be provided as to the specific
standard affected, a statement describing why the manufacturer is not in compliance,

                                                                                      10
and a description of the remedy and who the responsible party is. The document
must be signed by an officer of the company, and an authorized agent of the
purchaser. There are no exceptions.

11. SINGLE SOURCE MANUFACTURER
Bids shall only be accepted from a single source apparatus manufacturer located in
the State of Texas (per Texas FAST Fund Grant terms). The definition of single
source is a manufacturer that designs and manufactures their products using an
integrated approach, including the chassis, cab weldment, cab, pump house
(including the sheet metal enclosure, valve controls, piping and operators’ panel) body
being designed, fabricated and assembled on the bidder’s premises. The electrical
system (hardwire) shall be both designed and integrated by the same apparatus
manufacturer. The warranties relative to these major components (excluding
component warranties such as engine, transmission, axles, pump, etc.) must be from
a single source manufacturer and not split between manufacturers (i.e. body, cab
weldment, cassis, etc.). The bidder shall provide evidence that they comply with this
requirement.

12. EXCEPTIONS TO SPECIFICATIONS
The following specifications shall be strictly adhered to. Exceptions shall be
considered if they are deemed equal to or superior to the specifications, provided they
are fully explained on a separate page entitled “Exceptions to Specifications.”
Exceptions shall be listed by page and paragraph. Failure to demote specifications in
the above manner shall result in immediate rejection of the bid. ALL EXCEPTIONS
SHALL BE LISTED.

13. PERFORMANCE TESTS AND REQUIREMENTS
A road test shall be documented with the apparatus fully loaded and continuous run of
ten miles or more shall be made under all driving conditions, during which time
apparatus shall show no loss of power or overheating. The transmission drive shaft
and or shafts, and rear axles shall run quietly and free from abnormal vibration or
noise throughout the operating range of the apparatus. The successful bidder shall
furnish a weight certification showing weight on the front and rear axle, and the total
weight of the completed apparatus at the time of delivery.

To meet NFPA 1901 4.17 the following test shall be conducted. The apparatus must
be capable of accelerating to 30 mph from a standing start within 25 seconds on a
level concrete highway without exceeding the maximum governed engine RPM. The
service brakes shall be capable of stopping the fully loaded vehicle within 35 feet from
a speed of 25 mph on a level concrete highway. The apparatus, fully loaded, shall be
capable of obtaining a speed of 50 mph on a level highway with the engine not
exceeding 95% of its governed RPM. The apparatus shall be tested and approved by
a qualified testing agency in accordance with their standard practices for pumping
engines. The contractor shall furnish copies of the Pump Manufacturer’s Certification
of Hydrostatic Test, the Engine Manufacturer’s current Certified Brake Horsepower
Curve and the Manufacturer’s record of Construction Details.

                                                                                     11
In the event the apparatus fails to meet the test requirements of these specifications
on the first trial, a second trial may be made at the option of the bidder within thirty
(30) days of the date of the first trials. Such trials shall be final and conclusive and
failure to comply with these requirements hall be cause for rejection. Permission to
keep and/or store the apparatus in any building owned or occupied by the purchaser
shall not constitute acceptance of same.

14. TURNING RADIUS REPORT
Bids shall include a turning radius report for the apparatus being bid.

15. GENERAL CONSTRUCTION
The complete apparatus, assemblies, subassemblies, component parts, etc., shall be
designed and constructed with the due consideration to the nature and distribution of
the load to be sustained and to the general character of the service to which the
apparatus is to be subject. All parts of the apparatus shall be designed with a factor
of safety, which is equal to or greater than that which is considered standard and
acceptable for this class of equipment in firefighting service. All parts of the apparatus
shall be strong enough to withstand general service under full load. The apparatus
shall be so designed that the various parts and readily accessible for lubrication,
inspection, adjustment and repair. Bidder’s specifications must meet minimum
requirements of NFPA pamphlet #1901; Underwriters Laboratories, Inc.; and all state
and Federal Department of Transportation vehicle regulations at time of sale of unit.

The apparatus shall be designed and constructed, and the equipment so mounted,
with due consideration to distribution of the load between front and rear axles that all
equipment, including a full complement of specified ground ladders, full water tank,
loose equipment, and firefighters shall be carried without overloading or injuring the
apparatus.

16. PAINT PERFORMANCE CERTIFICATION
The finish paint shall be certified by the apparatus manufacturer as conforming to all
applicable Commercial Vehicle Paint Standards in effect at the date of contract.

17. SERVICE CENTER AND PARTS DEPOT
The manufacturer shall have an authorized service center, as well as mobile service
vehicles with a staff of factory-trained mechanics, well versed in all aspects of service
for all major components of the apparatus. The service department must be staffed
and so capable of responding to a service call within a 24-hour period from
notification.

18. TECHNICAL INFORMATION
Bidder shall furnish free of charge, upon request, technical information, graphs,
charts, photographs, engineering diagrams, steering geometry, drivetrain
certifications, instruction guides, or other documentation as requested to show that
the equipment offered fully complies with these specifications.

                                                                                       12
19. MATERIAL AND WORKMANSHIP
All workmanship shall be of high quality and accomplished in a professional manner
so as to insure a functional apparatus with a pleasing, aesthetic appearance.

20. BID AND APPROVAL DRAWING
A general layout drawing depicting the apparatus layout and appearance shall be
provided with the bid. The drawing shall consist of all four (4) sides and a general
layout view of the pump operator’s panel. The drawing shall be a depiction of the
actual apparatus proposed and not a generic similar product. NO EXCEPTIONS.

After award of bid and pre-construction conference, a detailed layout drawing
depicting the apparatus layout and appearance including any changes agreed upon
shall be provided for review and signature. The drawing will become part of the
contract documents.

21. PRE-CONSTRUCTION CONFERENCE AND FINAL INSPECTION
After award of the contract, and prior to construction of the apparatus, a pre-
construction conference shall be held at the facility of the manufacturer.

An inspection trip shall be provided at the manufacturer’s facility, prior to delivery of
the completed apparatus.

22. DELIVERY REQUIREMENTS
The apparatus shall be completely equipped as per these specifications upon arrival
and on completion of the required tests shall be ready for immediate service. Any and
all alterations required at the scene of delivery to comply with these specifications
must be done at the contractor’s expense.

Each bidder shall state the completed apparatus delivery time based on the number
of calendar days, starting from the date the sales contract is signed and accepted by
the apparatus manufacturer.

Delivery of the apparatus to the purchaser shall remain the bidder’s responsibility.

Upon delivery of the fire apparatus, a qualified and responsible representative of the
contractor shall demonstrate the apparatus and provide initial instruction to
representatives of the customer regarding the operation, care, and maintenance of
the apparatus and equipment supplied.

23. BID ACCEPTANCE
The City reserves the right to accept any Bid or to reject any or all Bids, and to waive
defects or irregularities in any Bid. In particular, any alteration, erasure or
interlineations of the Contract Documents and of the Bid shall render the
accompanying bid irregular and subject to (but not requiring) rejection by the City.

                                                                                            13
24. BID COMPONENTS AND TABLE OF CONTENTS
  Bids with components scattered throughout can make review difficult. To provide for
  ease of bid comparison and to clearly locate all proposed items, the bid shall follow
  these specifications as outlined as closely as possible.

  There shall also be a table of contents that list the location of all bid specifications at
  the front of the bid.

  25. FORCE MAJEURE
  Notwithstanding anything herein to the contrary, Service Provider shall not be liable
  for the failure to perform its duties if such failure is caused by a catastrophe, riot, war,
  governmental order or regulation, fire, Act of God or other similar or different
  contingency beyond the reasonable control of Service Provider. The performance of
  this Agreement will be suspended and the obligations hereunder excused only until
  the condition preventing performance is remedied.

  26. SEVERABILITY
  In the event that any term or provision, or portion thereof, of this Agreement shall be
  determined by a court of competent jurisdiction to be invalid or unenforceable, this
  Agreement shall, to the extent reasonably possible, remain in force as to the balance
  of its terms and provisions as if such invalid term or provision were not a part hereof.

  27. REQUIREMENTS OF EQUIPMENT

  Paint
   1. Cab Color:                            Red
   2. Bumper Color:                         Chrome
   3. Wheel Color:                          Chrome
   4. Body Color:                           Red
   5. Cab Steps:                            Black

Cab & Chassis (Specs Attached Separately)
2020 Freightliner Reg Cab M2 106 2WD (Red)
Cummins L9 350 EV HP
Allison 3000 EVS Automatic Transmission
39,000# GVWR

Body
The body will be custom fabricated and constructed out of aluminum. The body shall be
approximately 160” long x 102” wide. The body will be specifically designed for off-road
wildland firefighting.

Body Cross-Member Sub-Structure
The body shall have 4” x 1.75” structural aluminum frame rails.

                                                                                             14
Body Structure
The cross member sub-structure will be covered with .187” aluminum sheet metal. The
.187” sheets will be formed to cover the top of the body and bent down to form the sides
of the body.

Body Sub-Structure and Mounting
The body shall have (2) 2” x 4” x .250” structural aluminum tubing main rails mounted to
the frame in (8) locations utilizing .500” aluminum cross frame brackets, (8) .750” x 6”
Grade 8 bolts, and (8) multi-directional isolators. The flexible mounting system shall allow
the body/chassis to flex during extreme off-road conditions.

Rear Tailboard Panel
A vertical body panel with 10” entry platform shall be installed at the rear of the body
constructed utilizing 2” x 2” x .187” aluminum square tubing as the sub-structure and .125”
aluminum sheet metal as the top covering. The panel shall house the stop/turn/tail lights
and warning lights. The body panel will be constructed to allow for a 30-degree angle of
departure.

Rear Receiver
The rear of the chassis shall be equipped with a 2” square steel tube receiver assembly
for high or low angle rescue, trailer use, and winch applications. It shall be the same size
as a Class III trailer hitch and shall be attached to the chassis frame assembly. The
receiver assembly shall be equipped with (2) heavy duty rear tow loops.

Rear Mud Flaps
The chassis shall be supplied with mud flaps. The mud flaps shall be installed behind the
rear wheels.

Body Skirting and Fenderettes
There will be 1/8” sheet metal skirting formed around the wheel wells between the under-
body compartments on both sides of the body. There shall be (2) stainless steel
fenderettes installed around outer wheel well openings. There shall be a total of (4) SCBA
Bottle storage compartments installed. (2) on each side of the apparatus in the wheel
well area.

Under Body Compartments, Front Driver’s Side
(1) under-body equipment storage compartment shall be installed under the body surface
on the driver’s side of the apparatus in front of the front axle. The dimensions shall be
approximately 36” long x 22” tall x 22” deep. The compartment shall be constructed of 2”
x 2” x .105” aluminum square tubing and .105” aluminum sheet metal on all exterior
surfaces. The compartment shall be equipped with a .187” aluminum sheet metal drop-
down hinged door supported by 5/16” steel chains with chrome plated D-Ring lockable
slam latch installed. The floor of the compartment will be a sweep-out design.

Under Body Compartments, Front Passenger’s Side
(1) under-body equipment storage compartment shall be installed under the body surface

                                                                                         15
on the passenger’s side of the apparatus in front of the front axle. The dimensions shall
be approximately 36” long x 22” tall x 22” deep. The compartment shall be constructed
of 2” x 2” x .105” aluminum square tubing and .105” aluminum sheet metal on all exterior
surfaces. The compartment shall be equipped with a .187” aluminum sheet metal drop-
down hinged door supported by 5/16” steel chains with chrome plated D-Ring lockable
slam latch installed. The floor of the compartment will be a sweep-out design.

Under Body Compartment, Rear Driver’s Side
(1) under-body equipment storage compartment shall be installed under the body surface
on the driver’s side of the apparatus in rear of the rear axle. The dimensions shall be
approximately 28” long x 22” tall x 22” deep. The compartment shall be constructed of 2”
x 2” x .105” aluminum square tubing and .105” aluminum sheet metal on all exterior
surfaces. The compartment shall be equipped with a .187” aluminum sheet metal drop-
down hinged door supported by 5/16” steel chains with chrome plated D-Ring lockable
slam latch installed. The floor of the compartment will be a sweep-out design.

Under Body Compartment, Rear Passenger’s Side
(1) under-body equipment storage compartment shall be installed under the body surface
on the passenger’s side of the apparatus in rear of the rear axle. The dimensions shall
be approximately 28” long x 22” tall x 22” deep. The compartment shall be constructed
of 2” x 2” x .105” aluminum square tubing and .105” aluminum sheet metal on all exterior
surfaces. The compartment shall be equipped with a .187” aluminum sheet metal drop-
down hinged door supported by 5/16” steel chains with chrome plated D-Ring lockable
slam latch installed. The floor of the compartment will be a sweep-out design.

Compartment Lighting (LED)
All upper body equipment storage compartments shall be equipped with (2) 24” LED
vertical light strips. All under body equipment storage compartments shall be equipped
with (1) 24” LED horizontal light strip.

Automatic Compartment Door Light Switches
Each exterior compartment light shall be automatically controlled by a door activated
switch.

Door Ajar Light/Buzzer
A “Door Ajar” and equipment operation buzzer shall be installed in the custom console.
The LED light shall be red and the buzzer will activate once the truck is removed from
park.

Water Tank
A 2000-gallon water tank made by Plas-Mac will be installed on the truck. The
approximate dimensions of the tank will be 100” wide x 148” long x 42” tall. The tank will
be made of 3/4” poly and will be baffled to meet NFPA standards. There will be a 10”
water fill with vent on top of the tank with a 3” over flow to the bottom of the tank. The top
of the tank will have a 6” tall extension installed configured as a hose bed with holes cut
so that water can drain out. There shall be (2) compartments integrated into the tank with

                                                                                           16
latching doors at the rear of the tank. The driver’s side will be divided to accommodate
(2) 10’ Hard Suction Hoses and passenger’s side will accommodate the 2000 Gallon Fold-
A-Tank.

Foam Tank
A 30-gallon integral foam tank shall be installed. A 10” foam fill will be on top of the foam
tank and level gauge will be installed into the tank.

Water Tank Level Indicator
The water tank shall be equipped with clear water level sight gauge in the rear wall of the
tank and an LED light indicator on the pump control panel.

Dump Valve
There will be a 6” Manual Butterfly Dump Valve installed on the rear of the tank.

Pump

PUMP ASSEMBLY
1. The pump shall be of a size and design to mount on the chassis rails of commercial
    and custom truck chassis, and have the capacity of 1250 gallons per minute (U.S.
    GPM), NFPA-1901 rated performance.
2. The entire pump shall be assembled and tested at the pump manufacturer's factory.
3. The pump shall be driven by the truck transmission mounted PTO. The engine shall
    provide sufficient horsepower and RPM to enable pump to meet and exceed its rated
   performance within the torque rating of the PTO, truck transmission and drive line
    components.
4. The entire pump shall be hydrostatically tested to a pressure of 500 PSI. The pump
    shall be fully tested at the pump manufacturer's factory to the performance spots as
    outlined by the latest NFPA Pamphlet No. 1901. Pump shall be free from objectionable
    pulsation and vibration.
5. The pump body and related parts shall be of fine grain alloy cast iron, with a minimum
    tensile strength of 30,000 PSI (2069 bar). All metal moving parts in contact with water
    shall be of high-quality bronze or stainless steel. Pump utilizing castings made of lower
    tensile strength cast iron not acceptable.
6. Pump body shall be vertically split, on a single plane for easy removal of entire impeller
    assembly including clearance rings.
7. Pump shaft to be rigidly supported by two bearings for minimum deflection. The
    bearings shall be heavy-duty, deep groove ball bearings in the gearbox and they shall
    be splash lubricated.
8. The pump impeller shall be hard, fine grain bronze of the mixed flow design; accurately
   machines, hand-ground and individually balanced. The vanes of the impeller intake eye
   shall be hand ground and polished to a sharp edge, and be of sufficient size and design
   to provide ample reserve capacity utilizing minimum horsepower.
9. Impeller clearance rings shall be bronze, easily renewable without replacing impeller
   or pump volute body.
10. The pump shaft shall be heat-treated, electric furnace, corrosion resistant stainless

                                                                                          17
steel. Pump shaft must be sealed with double-lip oil seal to keep road dirt and water
     out of gearbox.

Gearbox

1.      Pump gearbox shall be of sufficient size to withstand the torque of the engine
        system. The drive unit shall be designed of ample capacity for lubrication reserve
        and to maintain the proper operating temperature.
2.      The gearbox drive shafts shall be of heat-treated chrome nickel steel and at least
        1-3/4 inches in diameter.
3.      All three gears shall be of highest quality electric furnace chrome nickel steel.
        Bores shall be ground to size and teeth integrated and hardened, to give an
        extremely accurate gear for long life, smooth, quiet running, and higher load
        carrying capability. An accurately cut helical design shall be provided. (No
        exceptions.)
4.      The pump ratio shall be selected by the apparatus manufacturer to give maximum
        performance with the engine and transmission selected

CERTIFICATION
The pump will perform and meet the following tests:
100% of rated capacity @150 PSI net pump press.
100% of rated capacity @ 165 PSI net pumps press.
70% of rated capacity @ 200 PSI net pump press.
50% of rated capacity @ 250 PSI net pump press.
Pump shall be tested at manufacturer under full NFPA suction conditions.

PRIMING PUMP
The priming pump shall be a positive displacement, oil-less rotary vane electric motor
driven pump conforming to NFPA-1901 rated performance requirements. The pump body
shall be manufactured of heat-treated anodized aluminum for wear and corrosion
resistance. The pump shall be capable of producing a minimum of 24 Hg vacuum at
2,000 feet (609.6m) above sea level. The electric motor shall be a 12 VDC totally enclosed
unit. The priming pump shall not require lubrication. The priming pump shall operate by
a single pull control valve mounted on the pump operator’s panel. The control valve shall
be manufactured of bronze construction.

6” STEAMER INLETS
Two 6" (15.24cm) steamer inlets will be provided, one (1) on the left side and one (1) on
the right side. Both inlets shall have long handle chrome vented caps and a screen.

RELIEF VALVE
There shall be one (1) suction side stainless steel relief pump valve provided on the pump
system.

PUMP MODULE BODY
The pump module body shall be a self-supported structure mounted independently from

                                                                                       18
the body and chassis cab. The pump module shall be constructed entirely of extrusions
and aluminum plate. The framework shall be formed from beveled aluminum alloy
extrusions and shall be electrically seam welded at each joint using 5356 aluminum alloy
welding wire. The main framework to be 3.00 x 3.00 x 0.18, or 3.00 x 1.5 webbed 0.25,
6063-T5 aluminum extrusion. The pump module design must allow normal frame
deflection through isolation mounts without imposing stress on the pump module structure
or side running boards. The pump module shall consist of a welded framework, properly
braced to withstand chassis frame flexing. The pump module support shall be bolted to
the frame rails of the chassis.

PUMP MODULE PANELS
The pump module panels shall be 14 gauge brushed stainless steel. The panels shall be
an integral part of the module.

PUMP CERTIFICATION TEST PLATE
A permanently affixed plate shall be installed at the pump operators’ position that will
provide the rated discharge and pressures together with the speed of the engine as
determined by the certification test for each unit, the position of the parallel/series pump
used and the no load governed speed of the engine as stated by the engine manufacturer
on a certified brake horsepower curve.

DISCHARGE VALVES
The valves including the ball shall be constructed of 304 stainless steel. The valves shall
be bi-directional with full flow capability. The valves shall be of fixed pivot ball design with
a flow pressure rating to meet NFPA-1901 standards. The valve shall have a single piece
seat and seal design and shall have an operating pressure of 400 psi. All 3.0” (7.62cm)
discharge valves shall be supplied with a true slow close mechanism per NFPA
specifications. The valve shall be warranted for a period of ten (10) years on all stainless-
steel components, against defects in design and manufacturing processes.

PIPING AND MANIFOLDS
All the plumbing and/or piping in the pump module shall be of 304 stainless steel or
flexible piping for long life. All stainless-steel castings shall be a minimum of schedule 40.
All NPT pipe thread connections larger than ¾” connections shall be avoided in the
construction of the plumbing system. The following valves shall have groove connection:
rear discharge, tank fill, all 2” and 2-½” (5.08 and 6.35cm) pre-connect valves.

The flexible piping shall be black SBR synthetic rubber hose with 300 working pounds
and 1200 pounds burst pressure for sizes 1.5 through 4”. Sizes ¾”, 1” and 5” are rated
at 250-pound working and 1000-pound burst pressure. All sizes are rated at 30 HG
vacuum. Reinforcement consists of two plies of high tensile strength tire cord for all sizes
sand helix wire installed in sizes 1 through 5” for maximum performance in tight bend
applications. The material has a temperature rating of –40 degrees F to 210 degrees F.
Full flow couplings are precision machined from high tensile strength stainless steel. All
female couplings are brass. ¾” and 1” male and Victaulic couplings are brass.

                                                                                             19
PUMP COOLER and ENGINE COOLER VALVES
An engine cooler and pump cooler valve shall be installed in the instrument panel.
The valves shall be a 1/4" multi-turn valve installed thru the instrument panel and labeled.

MASTER PUMP DRAIN
The pump shall be equipped with a Class 1 Master Pump drain to allow draining of the
lower pump cavities, volute and selected water carrying lines and accessories. The drain
shall have an all brass body with a stainless-steel return spring.

U.L. TEST POINTS
Two (2) U.L. test points shall be mounted on the pump panel for testing of the vacuum
and pressures. The test points shall be a single piece with individual ports for suction and
discharge.

VALVE CONTROLS
Class 1 locking push pull controls shall be provided for valve actuation. The chrome plated
zinc handles shall have a recessed area for 1” x 3” (2.54 x 12.70cm) identification tags.
The controls shall be locked in any position.

DISCHARGE GAUGES
Individual Class 1 2-½(6.35cm) line gauges for each 2” (5.08cm) or larger discharge shall
be provided and mounted adjacent to the discharge valve control handle. The gauges
shall indicate pressure from 0 to 400 PSI. The pressure gauge shall be fully filled with
pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent
lens condensation and to ensure proper operation to minus 40 degrees F. To prevent
internal freezing and to keep contaminants from entering the gauge, the stem and
Bourdon tube shall be filled with low temperature material and be sealed from the water
system using an isolating Sub Z diaphragm located in the stem. A colored bezel shall be
supplied for resistance to corrosion and to protect the lens and case from damage.

INDIVIDUAL DRAINS
All 2” (5.08cm) or larger discharge outlets shall be equipped with a ¾” ball valve drain
valve or larger.

WIRING HARNESS
The Class 1 electrical wiring harness shall be manufactured using GXL wire as SAE-
J1128 rated performance requirements. The electrical wiring harness shall be covered by
a black split convoluted loom, rated at a minimum of 275º F. All terminals shall meet the
minimum pull test as required by the manufacturers pull test and crimp measurement
data. All splices shall be manufactured using the ultra-sonic splice process. The harness
shall be 100% connected to a Dynalab circuit tester to insure continuity and correct
assembly.

                                                                                         20
LEFT SIDE FRONT DISCHARGE
One (1) 2-½" (6.35cm) discharge with a stainless-steel valve shall be located on the left
side panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The 2-½" (6.35cm) outlet shall be equipped with an
integral, stainless steel, 30-degree elbow terminating with 2-½" (6.35cm) MNST threads.
A chrome vented cap and chain shall also be supplied. The valve shall be controlled at
the side panel with a push pull control. There shall be a Class 1 2 ½” pressure gauge
mounted on the panel near the control to indicate pressure. The
discharge shall also come equipped with a quarter-turn ¾" drain valve. The discharge
must be capable of flowing 700 GPM or greater.

LEFT SIDE REAR DISCHARGE
One (1) 2-½" (6.35cm) discharge with a stainless-steel valve shall be located on the left
side panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The 2-½" (6.35cm) outlet shall be equipped with an
integral, stainless steel, 30-degree elbow terminating with 2-½" (6.35cm) MNST threads.
A chrome vented cap and chain shall also be supplied. The valve shall be controlled at
the side panel with a push pull control. There shall be a Class 1 2 ½” pressure gauge
mounted on the panel near the control to indicate pressure. The discharge shall also
come equipped with a quarter-turn ¾" drain valve. The discharge must be capable of
flowing 700 GPM or greater.

LEFT SIDE AUXILLLARY SUCTION
One (1) 2-½" (6.35cm) intake with a stainless-steel valve shall be located on the left side
panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The valve shall be controlled at the side pump panel with
a swing handle. The valve shall come equipped with a chrome plug, chain, inlet strainer,
2-½ (6.35 cm) NST chrome inlet swivel and ¾” drain valve.

RIGHT SIDE FRONT DISCHARGE
One (1) 2-½" (6.35cm) discharge with a stainless-steel valve shall be located on the right-
side panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The 2-½" (6.35cm) outlet shall be equipped with an
integral, stainless steel, 30-degree elbow terminating with 2-½" (6.35cm) MNST threads.
A chrome vented cap and chain shall also be supplied. The valve shall be controlled with
a chrome-plated push/pull locking "T" handle mounted on the pump panel. There shall be
a Class 1 2 ½” pressure gauge mounted on the panel near the control to indicate
pressure. The discharge shall also come equipped with a quarter-turn ¾" drain valve. The
discharge must be capable of flowing 700 GPM or greater.

RIGHT SIDE REAR DISCHARGE
One (1) 2-½" (6.35cm) discharge with a stainless-steel valve shall be located on the right-
side panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The 2-½" (6.35cm) outlet shall be equipped with an
integral, stainless steel, 30-degree elbow terminating with 2-½" (6.35cm) MNST threads.
A chrome vented cap and chain shall also be supplied. The valve shall be controlled with

                                                                                         21
a chrome-plated push/pull locking "T" handle mounted on the pump panel. There shall be
a Class 1 2 ½” pressure gauge mounted on the panel near the control to indicate
pressure. The discharge shall also come equipped with a quarter-turn ¾" drain valve. The
discharge must be capable of flowing 700 GPM or greater.

DECK GUN DISCHARGE
One (1) 3" (7.62cm) discharge with a stainless-steel valve shall be located on the top of
the pump. The valve shall be a quarter turn ball type and fixed pivot design to allow easy
operation at all pump pressures. The 3" (7.62cm) outlet shall be equipped with an integral,
stainless steel flange terminating with 3"(7.62cm) Victaulic. The discharge shall be
plumbed to the top of the module using 3” (7.62cm) schedule 10 stainless steel pipe. The
pipe shall terminate in a 3” (7.62cm) MNPT thread. The pipe shall be held in place by a
2-piece stainless steel bracket. The valve shall be of the slow-close design so as not to
allow the valve to open or close in less than 3 seconds. The valve shall be controlled with
a chrome-plated push/pull locking "T" handle mounted on the pump panel. There shall be
a Class 1 2 ½” pressure gauge mounted on the panel near the control to indicate
pressure. The discharge shall also come equipped with a ¾" automatic drain valve. The
discharge must be capable of flowing 1500 GPM or greater.

TANK FILL
One (1) 2"(5.08cm) discharge with a stainless-steel valve shall be plumbed to the tank.
The valve shall be a quarter turn ball type and fixed pivot design to allow easy operation
at all pump pressures. The 2"(5.08cm) valve outlet terminates with 2"(5.08cm) grooved
connection. Valve shall be controlled at the side panel with a chrome-plated push/pull
locking "T" handle mounted on the pump panel.

CROSSLAY 1 ¾”
One double cross lay shall be installed on apparatus. Each section of the cross lay shall
hold 200' of 1-3/4" double jacket fire hose. A 1-1/2" mechanical swivel hose connector
shall be used in each cross lay to provide access of hose in either direction. Each cross
lay shall have one (1) 2” (5.08cm) stainless steel valve. The valve shall be a quarter turn
ball type and fixed pivot design to allow easy operation at all pump pressures. The
2"(5.08cm) valve outlet terminates with 2"(5.08cm) grooved connection. The discharge
shall be plumbed to the cross lay trays using 2” (5.08cm) schedule 10 stainless steel pipe.
The pipe shall terminate in a stainless-steel swivel with 1 ½” (3.81cm) NH thread. The
swivel shall allow the hose to be pulled from either side of the apparatus. The pipe shall
be held in place by a 2-piece stainless steel bracket. Each valve shall be controlled with
a chrome-plated push/pull locking "T" handle mounted on the pump panel. There shall be
a Class 1 2 ½” pressure gauge mounted on the panel near each control to indicate
pressure. Each discharge shall also come equipped with a quarter-turn ¾" drain valve.
Each discharge shall be foam capable. Each discharge must be capable of flowing 180
GPM or greater.

                                                                                        22
TANK TO PUMP
One (1) 3" (7.62cm) stainless steel valve shall be installed between the water tank and
the pump. The valve shall be a quarter turn ball type. The valve shall be controlled with a
chrome-plated push/pull locking "T" handle mounted on the pump panel.

MASTER GAUGES
Class 1 4-½(11.43cm) gauges shall be provided. The master discharge gauge shall
indicate pressure from 0 to 600 PSI. The master intake gauge shall indicate pressure
from -30hg to 600 PSI. The gauges shall be Interlube filled pressure gauges and handle
pressures from 0 to 400 PSI. The pressure gauge shall be fully filled with pulse and
vibration dampening Interlube to lubricate the internal mechanisms to prevent lens
condensation and to ensure proper operation to minus 40 degrees F. To prevent internal
freezing and to keep contaminants from entering the gauge, the stem and Bourdon tube
shall be filled with low temperature material and be sealed from the water system using
an insulating Sub Z diaphragm located in the stem.

TOTAL PRESSURE GOVERNOR (TPG)
Apparatus shall be equipped with a Class 1 “Total Pressure Governor” (TPG) that is
connected to the Electronic Control Module (ECM) mounted on the engine. The “TPG”
will operate as a pressure sensor (regulating) governor (PSG) utilizing the engine’s J1939
datalink for optimal resolution and response provided that J1939 is supported by the
engine manufacturer. If J-1939 engine control is not supported, then analog remote
throttle control shall be provided by the TPG, subject to J1939 RPM data availability. The
TPG shall utilize control algorithms that minimize pressure spikes during low or erratic
water supply situations and display operational status messages to the operator under
certain circumstances. The TPG shall be backwards compatible to any engine that
supplies J1939 RPM, Temperature and Oil Pressure information providing the ability to
maintain consistent fleet fire-fighting capability. TPG shall incorporate the ability to use
either a 300 PSI or a 600 PSI transducer for best operation. PSG system diagnostics shall
be built in and accessible by service technicians. Programmable presets for RPM and
Pressure settings shall be easily configurable. The TPG shall incorporate configurable
parameters in the menu structure accessed through a diagnostic password. The “TPG”
shall also include indication of engine RPM, system voltage, engine oil pressure and
engine temperature with audible alarm output for all. The “TPG” uses the J1939 data bus
for engine information, requiring no additional sensors to be installed. The TPG shall use
J1939 broadcast warnings for the alarm points as a standard.

TRV-L
A thermal protection device shall be included on the pump that monitors pump water
temperature and opens to relieve water to cool the pump. The thermal protection device
shall be set to relieve water when the temperature of the pump water exceeds 120o F (49
C). The components of the thermal protection device shall be manufactured of brass and
stainless steel and be compatible with most foam concentrates. The thermal protection
device shall have 1-1/4-inch NPT threads for easy adaptability to existing pump discharge
openings. The discharge line shall be 3/8-inch diameter tubing vented to atmosphere or
back to the booster tank. The thermal protection device shall have a hydrostatic test rating

                                                                                         23
You can also read