to view the New Fire Engine RFP 001-2014

7 downloads 6905 Views 674KB Size Report
Jan 28, 2014 ... Supply and Delivery of One Fire/Rescue Engine. Supplier's ..... Fire Engine. Cummins L10 300 engine, pump size 1050 GPM ... o Supply a complete wiring diagram for the color coded wiring harness. 5. DRAWINGS.
THE DISTRICT OF SQUAMISH

Squamish Fire Rescue

Request for Proposals

Fire Engine 001-2014 SQUAMISH, BC

28th January, 2014

RFP. Closing Tuesday, 11th March, 2014 14:00

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

2014 Request for Proposals; Number 14/01 Supply and Delivery of ONE FIRE ENGINE Suppliers are requested to respond to this “Request for Proposals” as instructed subject to the provisions contained herein. Name of Supplier: _________________________________________________ Address:

_________________________________________________

City:

_________________________________________________

Province/State:

__________________________ Postal Code: __________

Telephone No:

___________________________ Fax No.: ______________

E-mail:

_________________________________________________

Contact Person:

_________________________________________________

Title:

_________________________________________________

It should be noted that Squamish Fire Rescue has met with several Suppliers in the past few months to develop a concept and guide for this request for proposal. While these meeting have been helpful they were intended for research purposes only.

Supplier’s Initials_______________

Page 1

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Table of Contents Cover Page....................................................................................................... 1 Table of Contents ...............................................................................................2 Instructions to Suppliers...................................................................................3-6 Proposal Form #1 ............................................................................................. 7 Schedule of Prices............................................................................................ 8 Proposal Form #2…………………………………………………...……………… 9 Schedule of Prices………………………………………………………………… 10 List of Previous Contracts..................................................................................11 Work Proposed ..............................................................................................12-33 Quotes for Optional Equipment………………………………………….………….34 General Specifications………………………………………………………………. 35 Detailing and Inspections…………………………………………………….………36 Environmental Terms and Conditions............................................................37-38 General Conditions of the Contract ...............................................................39-41 Notice of “NO” Proposal………………………………………………….…………..42 Proposal Evaluation Guide…………………………………………………………..43

Supplier’s Initials_______________

Page 2

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Instructions to Suppliers 1.

Sealed Proposals plainly marked on the envelope: “PROPOSAL #14/01 - SUPPLY AND DELIVERY OF ONE FIRE/RESCUE ENGINE” will be received at the reception counter of Squamish Fire/Rescue, addressed to The Fire Chief, 40439 Tantalus Road, Squamish BC V0N 1T0 until 2:00 p.m., local time, at which time they will be opened in public: Tuesday, March 11, 2014

2.

Suppliers may submit up to TWO different proposals.

3.

The purchaser of this proposed Fire/Rescue Engine will be the Corporation of the District of Squamish. For the purpose of this proposal the District of Squamish and Squamish Fire/Rescue shall be considered one and the same.

4.

Proposals received in the Squamish Fire/Rescue offices after the abovementioned time and date will be returned unopened.

5.

Proposals must be submitted on the attached forms.

6.

This document and completed forms will become part of the contract documents between the District of Squamish and the successful Supplier if a contract is entered into.

7.

Squamish Fire/Rescue reserves the right to not accept any proposals or to waive irregularities of proposals at their own discretion. The lowest or any proposals will not necessarily be accepted.

8.

Suppliers are solely responsible for their own expenses in preparing the Proposals. If the District of Squamish elects to reject any or all Proposals, the District of Squamish will not be liable to any Supplier for any claims, or for costs or damages incurred by the Supplier in preparing the Proposals, loss of anticipated profit in connection with any final contract, or any other matter whatsoever.

9.

Proposals will be evaluated by Squamish Fire/Rescue and will consider proposals best meeting the intent of this request, location of engine body builder and service center, references and overall value. The District of Squamish specifically reserves the right to negotiate with any proponent, including the right to decide whether to agree to any trade in.

10.

Squamish Fire/Rescue estimates that this contract will be awarded within six weeks of the closing date. All Suppliers submitting Proposals for the project will be advised as to the outcome in writing.

Supplier’s Initials_______________

Page 3

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

11.

Proprietary names, unless otherwise stated, are used solely to establish standards of materials and finish. Items of other manufacture may be accepted as equal to those specified, at the discretion of Squamish Fire/Rescue.

12.

Prices, in Canadian currency, shall include all packing, crating, freight, cartage, shipping charges, all tariffs, taxes and duties.

13.

Inquires during submission of Proposals should be directed to: Russ Inouye Sean Sweeney Squamish Fire Chief or Squamish Fire Captain Phone #: 604-848-6889 Phone 604-848-6890 Email: [email protected] Email: [email protected]

14.

Proposals may be withdrawn by written notice only, provided such notice is received prior to time set as closing time for receiving Proposals.

15.

Proposals shall be open for acceptance for 60 days following the closing date.

16.

Each Supplier shall state on the documents provided to be submitted as part of their Proposal, information regarding their previous contracts.

17.

The District of Squamish is subject to the Freedom of Information and Protection of Privacy Act. Under a freedom of information request, we cannot keep the proposals received private; however, we may be able to protect portions that are considered to be confidential or proprietary information if they are clearly labeled as such. For your protection label all such information appropriately.

18.

Any interpretation of, additions to, deletions from, or any other corrections to this request for proposal, will be issued as written addenda. All Suppliers receiving copies of the documents will be faxed or e-mailed copies of the addenda. It is the sole responsibility of the potential Supplier to check with the Fire Chief to ensure that all available information has been received prior to submitting a Proposal.

19.

Squamish Fire Rescue would be open to any innovative idea or new technology that would meet the intent of this Proposal, may be evaluated by the Vehicle committee. The District of Squamish will also consider any response to optional equipment provided as well as any environmental initiatives.

20.

The Supplier shall respond to the specifications on the attached documents. These documents allow comparisons of what is being offered by each Supplier against the specification. The District of Squamish may consider and take into account any variations from the specifications in the evaluation process.

21.

If the Supplier is meeting the intent of the individual proposed items they shall shade in or tick off each bubble on the left of the item.

Supplier’s Initials_______________

Page 4

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Example:  A 400 HP low emission diesel engine (Cummins ISL preferred) with manual and automatic high idle (1250 RMP) controlled on V-MUX. or

 A 400 HP low emission diesel engine (Cummins ISL preferred) with manual and automatic high idle (1250 RMP) controlled on V-MUX. If only a portion of the item is being offered or an alternative is offered, Suppliers shall type/print in “THE SPECIFICATION OF DEVIATION” in RED below each of item and explain the exception. If the explanation requires more space, please provide an extra sheet noting page and item numbers. Example: o A 400 HP low emission diesel engine (Cummins ISL preferred) with manual and automatic high idle (1250 RMP) controlled on V-MUX. Will supply a 425 hp low emission diesel. 22.

If the Supplier is not meeting the specifications or not providing the item, type “NO” in RED below each of the items. Please note that taking an exception or indicating NO will not eliminate the Supplier from this process as long as there is an exception noted that can be evaluated. Example: o A 400 HP low emission diesel engine (Cummins ISL preferred) with manual and automatic high idle (1250 RMP) controlled on V-MUX. NO, will supply 500 HP low emission diesel engine…..

23.

The Supplier shall be prepared to clarify any unclear specifications. Any additional information added to this document should be added in RED.

24.

The Supplier shall supply with the Proposal package, drawings of the apparatus being proposed. The drawings shall show all four sides and top of the apparatus. Turning radius, approach and departure angle to be included on the drawing. The drawings are extremely important, as they can easily resolve any questions as to items that are unclear in the specifications. Drawings of similar apparatus are NOT acceptable.

25.

The Supplier provides anticipated delivery dates, if ordered by the end of April 2014.

26.

The limitation of damages for breach of the Contract must be completed on Proposal forms.

Supplier’s Initials_______________

Page 5

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

27.

Squamish Fire/Rescue plans to trade-in two fire engines [1-1991 & 1-1992] as part of this Proposal, however reserves the right to remove the trade-in at any time, up to the delivery date and replace the trade-in value with cash in the same amount of the trade-in.

28.

The terms of any contract to accept one of the proposals must be approved by the Municipal Council of the District of Squamish before acceptance.

29.

Squamish Fire/Rescue will use the attached “Proposal Evaluation Guide” to assist in determine the proposal that best meets its needs. The District of Squamish may elect to reject any or all Proposals.

30.

Information on the two pumpers for trade in can be viewed in Squamish by contacting Captain Sean Sweeney 604-848-6890 or [email protected]

Supplier’s Initials_______________

Page 6

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine Proposal Form #1 – with NO Trade-in

Squamish Fire/Rescue 40439 Tantalus Road. Squamish, BC The undersigned Supplier, having carefully read and examined the Instructions to Suppliers, Proposal Forms, Schedule of Prices, General Conditions of Contract and having full knowledge of the work required, does hereby offer to provide all necessary materials in accordance with the specifications except where otherwise specified and to do all therein called for on the terms and conditions and under the provisions therein set forth at the: LUMP SUM TOTAL QUOTED PRICE OF $___________________ (from bottom the next page) The above price includes and covers duties, taxes, handling and transportation charges, and all other charges incidental to and forming part of this Proposal. The undersigned Supplier agrees to supply the whole of the materials within ________ weeks of acceptance. Name of Supplier:

______________________________________

Address:

_______________________________________

Telephone No:

_______________________________________

Name, Signature, and Title of Signing Officer:

_______________________________________

Date: E-mail:

_______________________________________

In no case shall the District of Squamish be liable for more than $1,000 in damages to any Supplier as a result of any breach or breaches by the District of Squamish or of any term or terms of any contract, which is formed between the Supplier and the District of Squamish as a result of the submission of a Proposal in response to this invitation. I, the Supplier, namely; __________________ has read the preceding limitation of damages clause and agrees that the District of Squamish liability is limited as set out in that clause. Date: ________________________________ Supplier’s Name:

____________________________________

Supplier’s Signature: ____________________________________

Supplier’s Initials_______________

Page 7

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Schedule of Prices

The District of Squamish shall pay in lawful money of Canada the amount shown for the following items subject to the conditions of the contract documents. ITEM 1

DESCRIPTION

Fire/Rescue Engine and equipment

PRICE $__________

______________________________________________________________________ Subtotal

$_________________

Provincial Sales Tax

$ ________________

Federal Tax

$_________________

TOTAL QUOTED AMOUNT (Carried forward to Proposal Form #1)

$_________________

____________________________ Initials of Signing Officer

Supplier’s Initials_______________

Page 8

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Proposal Form #2 – with Trade-In of Two Engines Squamish Fire/Rescue 40439 Tantalus Road Squamish BC The undersigned Supplier, having carefully read and examined the Instructions to Suppliers, Proposal Form, Schedule of Prices, General Conditions of Contract, and having full knowledge of the work required, does hereby offer to provide all necessary materials in accordance with the specifications except where otherwise specified and to do all therein called for on the terms and conditions and under the provisions therein set forth at the: LUMP SUM TOTAL QUOTED PRICE OF $____________ (from bottom the next page) The above price includes and covers duties, taxes, handling and transportation charges, and all other charges incidental to and forming part of this Proposal. The undersigned Supplier agrees to supply the whole of the materials within ________ weeks of acceptance. Name of Supplier:

___________________________________________

Address:

____________________________________________

Telephone No:

____________________________________________

Name, Signature, and Title of Signing Officer: ____________________________________________ Date:

____________________________________________

E-mail:

____________________________________________

In no case shall the District of Squamish be liable for more than $1,000 in damages to any Supplier as a result of any breach or breaches by the District of Squamish of any term or terms of any contract, which is formed between the Supplier and the District of Squamish as a result of the submission of a bid in response to this invitation." I, the Supplier, namely________________ has read the preceding limitation of damages clause and agrees that the District of Squamish liability is limited as set out in that clause. Date: _________________________ Supplier’s Name: ___________________________

Supplier’s Initials_______________

Page 9

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Supplier’s Signature: ________________________ Schedule of Prices The District of Squamish shall pay in lawful money of Canada the amount shown for the following items subject to the conditions of the contract documents. ITEM 1

DESCRIPTION Fire Rescue Engine and equipment

PRICE $__________

2)

The District of Squamish has a potential trade-in of a 1991 Peterbuilt/Hub Fire Engine. Cummins L10 300 engine, pump size 1050 GPM Odometer reading 41525km and 1899hrs.as of Dec 31/13. Serial # 1XP2H58XO9D706141 Unit # - E-22

($________)

3)

The District of Squamish has a potential trade-in of a 1992 Peterbuilt/Superior Fire Engine. Cummins L10 300 engine, pump size 1050 GPM Odometer reading 51257 km and 2080 hrs.as of Dec 31/13. Serial # 1XPZH58X7PD70947 Unit # - E-11

($________)

Subtotal

$_________________

Provincial Tax

$_________________

Federal Tax

$_________________

TOTAL QUOTED AMOUNT (Carried forward to Proposal Form #2)

$_________________

________________________________ Initials of Signing Officer

Supplier’s Initials_______________

Page 10

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

List of Previous Contracts: The Supplier will supply the name of the fire department, date delivered, type of apparatus and price (net of taxes) of the last five similar fire apparatus the supplier has supplied in the province of British Columbia. Squamish Fire/Rescue plans on contacting some of these fire departments to inquire as to the nature of the Suppliers performance. Fire Department: Date Delivered: Type of Apparatus: Price: _________________________________________________________________ Fire Department: Date Delivered: Type of Apparatus: Price: _________________________________________________________________ Fire Department: Date Delivered: Type of Apparatus: Price: _________________________________________________________________ Fire Department: Date Delivered: Type of Apparatus: Price: _________________________________________________________________ Fire Department: Date Delivered: Type of Apparatus:

Supplier’s Initials_______________

Page 11

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Price: _________________________________________________________________ PROPOSAL FOR A NEW, 2014 SINGLE-AXLE, 4-DOOR FIRE/RESCUE ENGINE with a 1500 G.P.M. Pump [1250 IGPM]. STATEMENT OF WORK

Squamish Fire/Rescue is requesting Proposals for the replacement of Fire Engine # 2 used for providing Fire Protection Services for the District of Squamish, the Squamish Fire Protection District and other contracted areas. 1. GENERAL DESCRIPTION o New custom cab chassis, low emission engine with a 1500 GPM [1250 IGPM] side mount pump, seating for six and custom body. o The Engine is required to be compliant with the NFPA 1901, 2009 edition. The Engines length shall be no longer than 32’6” [390”]. The Engine will be able to attain the following, on a 5% road grade the Engine will be able to maintain a speed of 100km per hour & on a 12% road grade the Engine will be able to achieve a speed of 60km per hour. Based on a balanced final vehicle GVWR. 2. DESIGN CHARACTERISTICS o Design characteristics shall allow for the following weights of equipment and personnel without being overweight;  6 Firefighters (300lbs per) and full fluid levels and 400 lbs per compartment, with full hose beds as designed in this proposal and all ladders, equipment, generator and reel. 3. SHOP MANUALS o Two repair and operating manuals shall be provided o One printed and one DVD each for:  Chassis.  Engine service manual.  Transmission service manual.  As build wiring & air, plumbing diagrams. 4. BODY MANUAL – CD & HARD COPY o One compact disc and printed hard copy of the manuals shall be provided on the operations of the completed apparatus and shall include a troubleshooting guide complete with a recommended daily, weekly, and annual maintenance. o Supply a complete wiring diagram for the color coded wiring harness. 5. DRAWINGS o Engineering drawings are to be supplied, reviewed and approved by the Fire Chief prior to the commencement of the building of this engine. o Drawings shall show at minimum the left, right, front, rear, and top views of the vehicle as it will look at time of completion o A copy of these drawings shall be signed and returned to the apparatus manufacturer and become part of the vehicle contract documents. Supplier’s Initials_______________

Page 12

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

6. CUSTOM CHASSIS CAB o A raised roof (10” minimum) cab with full length doors. o Seating for six (2/2/2) with five of these seats containing SCBA quick release brackets. o Storage compartment under rear seats. o Structural warranty of a minimum ten years or 100,000 miles. o Cab test information: Cab Crash Test ECE-R29 o The cab paint exterior shall be two-tone (Gloss black over red). 7. LOW VOLTAGE ELECTRICAL POWER DISTRIBUTION o A 12V DC Multiplex Weldon V-MUX Low voltage electrical system or equivalent shall be supplied including two, dash mounted multiplex Vista displays. o One Multiplex Weldon V-MUX load management system. o One data recording system. 8. ENGINE o A Cummins ISX 500 HP low emission diesel engine with manual and automatic high idle (1250 RMP) controlled on V-MUX. o NFPA standard programmed road speed governor. o Forward fluid fills/checks with electronic oil level indicator. 9. ENGINE HOUR METER o An engine hour meter shall be provided on the dash. 10. ENGINE COOLING o The engine cooling system shall be a filtered, heavy duty cooling system, extended life with an electronic coolant level indicator and engine pump heat exchanger. To provide heavy duty cooling for vehicle in all modes of operations. 11. AIR INTAKE o Air intake skid plate is required. 12. EXHAUST o The chassis exhaust system shall be routed to the right hand side of the apparatus ahead of the rear wheels. 13. TRANSMISSION o An automatic, push button, Allison3000/4000 EVS with PTO output (on V-MUX), cooling system and transmission oil level indicator. 14. FUEL SYSTEMS o A fuel tank with a fuel, water separator and cooler with primary shut-off. o A Fuel Capacity of a minimum 50 imperial gallon capacity.

Supplier’s Initials_______________

Page 13

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o

A fuel fill assembly shall be provided on the left rear fender of the apparatus body. This fuel fill assembly shall include a spring loaded hinged door and a label stating “DIESEL FUEL ONLY”. 15. STEERING o An 18” tilt/telescopic steering column/wheel with power steering fluid level indicator. Vehicle turning radius to be supplied. 16. FRONT AXLE & SUSPENSION o An 18,000 lbs. front axle with oil lubrication for wheel bearings. 17. REAR AXLE & SUSPENSION o A 27,000 lbs rear axle with oil lubrication for wheel bearings. o Rear axle differential to have oil lubrication. 18. TIRES o Front tires: 315/80R 22.5 Michelin XDN2 (or similar). o Rear tires: 11R 22.5 Michelin XDN2 (or similar). 19. WHEELS o Front wheels (2), Rear wheels (4) Alcoa aluminum rims. o Stainless steel hub and nut covers. o Tire pressure indicators, front dial, rear pop-up. 20. MUD FLAPS – FRONT AND REAR o Four heavy duty rubber rear mud flaps shall be provided and installed behind the front and rear wheels of the apparatus. 21. AUTOMATIC TIRE CHAINS o Six strand automatic On Spot chains with activation at V-MUX or within reach of the driver. 22. BRAKES o Heavy duty brake system: ABS/ATC/ESC on V-MUX. o Park brake: All wheels; with control at left hand, dash mounted. o Brake slack adjustors: Automatic with remote plastic grease lines. o Brake dust shields: Required. 23. AIR SUPPLY SYSTEMS o A minimum 18.7 CFM air compressor shall be installed. NFPA compliant o All air reservoirs shall include automatic moisture valve. 24. FRONT BUMPER o A full length, 18” extended structural steel bumper with stainless steel trim shall be supplied and shall include one aluminum hose bin installed within the front checker plate apron. The hose bin shall have capacity to hold 150 feet flat loaded of 1.75” hose with nozzle. Matting for air movement under the hose and Supplier’s Initials_______________

Page 14

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

drainage. The checker plate cover shall be stainless steel hinged, held open with a gas strut and have a positive type latch assembly for secure closure. o The front bumper shall include two round Buell or equivalent air horns. One located at each end of the bumper, two 100W polished aluminum, Whelen model SA122FMP electronic siren speaker’s location on both end of the bumper and one top mounted Federal Signal Q2B Siren (left side). o Two chrome tow loops shall be mounted to the frame above or below the front bumper. o A 2.5” discharge with a reducer to 1.5” the discharge will have a 90 degree chrome swivel elbow [left side]. 25. CAB TILT o An electric/hydraulic cab tilt system shall be installed, with a manual backup system for raising or lowering the cab. 26. CAB, CLIMATE, GLASS and FANS o The cab windshield shall be laminated glass. The cab doors shall have power windows with tinted glass. The cab mid glass shall be tinted. o An air-conditioner/heater/defroster shall be controlled through the V-MUX, there shall be a high point purge valve in the system. o The cab shall have two outboards circulation fans within the area of the front windshield. 27. CAB INTERIOR o Interior trim: Heavy duty, black/gray flooring. o Mounting of our MDT [Mobile Data Terminal] for officer use. [Fire Dept. to supply] o Installation of a mobile VHF Radio in forward cab for operations by the officer or driver. [Fire dept. to program and supply radio & hand held mike] o Installation of a charger bank for portable VHF Radios in forward cab.[Fire Dept. to supply, Icom radios] powered through shore power 120V. o Interior trim sun visors. o There shall be two 12V DC power supplies located on the engine tunnel, controlled by master power. o Six person wireless intercom, interconnected with the VHF. Radio with a push to talk over radio for the Driver & Officer. o Five Streamlight Survivor LED Yellow Rechargeable flashlights with One (1) X Five (5) bank trickle charger 120V. o Step Trim: Indented tread-plate with foot well lights. o Interior door trim: One piece painted aluminum with red lights when door is opened. o Exterior door trim: Kick-plate, polished stainless steel. o Helmet securing brackets for six helmets easily accessible to all. o Storage compartment under the rear seats with door access from either side. o Interior grab handle “A” pillar = 11” molded; front door = horizontal 9”; rear door. o Whelen traffic advisory controller mounted with easy operation by the driver or the officer. Supplier’s Initials_______________

Page 15

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o A storage cabinet to organize the interior equipment shall be supplied, the layout and design to be coordinated during the build. This cabinet is to be located in the engine cover area. 28. CAB SEATS o Seat belt warning sensors and position on VMUX system. o Black/gray material on all seats. o Driver seat: 8-way power adjustable air ride. o Officer seat: SCBA with hands free bracket mount. o Four crew seats SCBA with hands free bracket mount. 29. CAB EXTERIOR o Cab doors: Chrome hardware with power door locks. o Grab handles: Stainless steel. o Grab handle beside exterior doors a stainless steel backing plate from behind the handle to the bottom of the cab to protect the bodies’ corner. o Rearview mirrors: Bus style electric controlled, heated, switched on V-MUX Vista. o Cab fender: polished Aluminum. 30. ANTENNA – VHF HIGH GAIN - METAL MOUNT o One VHF high gain antenna kit shall be mounted and wiring provided a location to be determined at the manufacturing meeting. 31. LIGHT TOWER COMMAND LIGHT o Light tower model CL602A-LED with Fire Research Comp- Spectra LED-AC power, with back light option. Operated from the L2 compartment, with interconnection with the V-MUX system as for safe movement of vehicle. 32. WARNING LABELS o A warning label shall be provided in the cab within sight of the driver stating the capacity of the cab and advising that all occupants must be seated and belted. o A plate visible to the driver shall show the overall height, length & GVWR. 33. FLUID CAPACITY AND TYPE LABEL o A permanent label shall be provided and shall state the type and quantity of the following fluids used in the vehicle: Engine oil, engine coolant, chassis transmission fluid, drive axle fluid, pump gear case, and primer lubricant. 34. START/CHARGING SYSTEMS o Ignition: Master switch with keyless start. o 300A Lees Neiville Alternator as a mimimum. o Battery: Six Group 31 in two steel boxes with jumper stud near front left. 35. BATTERY MASTER SWITCH o A 200 amp solenoid master battery switch shall be installed in the cab within reach of the driver. Supplier’s Initials_______________

Page 16

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

36. LINE VOLTAGE ELECTRICAL POWER DISTRIBUTION from SHORE POWER o Battery conditioner: Kussmaul with display behind mid glass left window. o Auxiliary air compressor: 120V behind Officer Seat, Kussmaul Auto Pump. o Electrical inlet connection: 120V 20A battery conditioner left hand cab side mid, to include shore power. Kussmaul auto eject shore power connection. Provide three 110v power supply outlets 1 amidships 1 rear interior cab wall and 1 in rear body [position to be determined at manufacturing meeting, possibly L2]. 12v power points 1 amidships & 1rear cab wall [final location to be determined at manufactures meetings] 37. CAB/BODY LIGHTING o Headlights: to be of high output bulbs, below front warning lights. o Turn signals: Front Whelen 600 LED, side also LED. o Cab marker lights: Face mounted LED o Ground lights: LED, five per side, two under front/rear bumpers. o Scene lights: Whelen Pioneer Plus Single Panel, Combination Spot/Flood, Chrome bezel Model # PCPSM1C, two on cab, two each side and two rear of body, operated through the V-MUX. o Three auxiliary dome lights LED: Red/white split with V-MUX activation o Map light: Mount on officer side dash. o Brow light center, top of cab to be a Whelen dual panel model PSL2PB black with a model PBSL1CB center mount black. 38. OPTICAL WARNING DEVICES o Do Not Move Apparatus Light: Flashing red light V-MUX audible alarm. o Master warning lights switched on V-MUX. o Alternating headlights switched on V-MUX. o Front warning lights: Quad. o Side warning lights switched on V-MUX. o Whelen 600 Series Super LED Red Type: 4” x 6” (12 in total) o One per side; intersection warning lights mounted on front bumper tails. (red/white split lenses) o One per side; mid cab above wheel (red/white split lenses) o One per side; mid body above wheel (red/white split lenses) o Two per side, top side corners of body. (red lenses) o One per side, upper rear. (red lenses) o One per side, lower rear. [red lenses] o All warning and scene lights to have a Black or chrome bezel. o Light Bar: Whelen Freedom, 82”, LED and switched on V-MUX. o Whelen 33”LED traffic control light shall be installed above the rear compartment, below the rear speed-lays. To be recessed for protection. 39. AUDIBLE WARNING DEVICES o Electronic siren control head: Whelen to be operated by either the driver or officer o Horn ring selector switch: Electric horn/air horn. o Federal QB2 siren to be controlled by either the driver or officer. Supplier’s Initials_______________

Page 17

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

40. CAMERAS SYSTEMS o Camera systems: Rear, left and right hand side cameras on dual Vistas. 41. ADDITIONAL EQUIPMENT o Diagnostic software; for the V-MUX system. 42. TESTING AND CERTIFICATION o Vehicle shall be tested and certified by Underwriters’ Laboratories of Canada. Copy of the certificate from the ULC audit shall accompany the proposal. o Completed vehicle shall be tested and labeled to CAN/ULC-S515-04, 2nd Edition and shall undergo a two hour road test with all emergency equipment activated. o Vehicle should meet NFPA 1901 (2009 Edition). o Vehicle shall comply with all applicable motor vehicle laws and regulations in effect in the province of British Columbia at the time of purchase. 43. DIELECTRIC VOLTAGE WITHSTAND TEST o The wiring and permanently connected devices and equipment shall be subject to a dielectric voltage test of 900 volts for one minute. The testing shall be performed after all body work has been completed. The electric polarity of all permanently wired equipment, cord reels, and receptacles shall be tested to verify that wiring connections have been properly made. 44. EXHAUST HEAT SHIELD o Where the chassis exhaust passes under or near a body part, the exhaust piping shall be shielded to prevent compartment exposure to the radiant. 45. PUMP HOUSE – SIDE CONTROL o The pump house shall be a full frame module, constructed from heavy duty structural aluminum extrusions and manufactured separately to allow for movement and flexibility. A rubber seal shall be set in between the pump compartment and the main body. The pump panel shall be 48” or less to allow for room in front of the pump panel for speed lays (additional 14” to 20”). o The pump house shall be entirely painted inside and out prior to installation on the chassis and before any components or attachments are installed. o The pump operator’s panel shall be manufactured in a two-tier design. o The pump house interior shall be accessible by an inspection door on the right side and shall be constructed of aluminum high shine checker plate and fastened to the upper portion of the pump house with stainless steel piano hinges. o The pump operator’s panel and right side pump panel shall be constructed from stainless steel and shall be bolted to the pump house. o The bottom tier shall be screwed in place and can be removed for servicing. o The lower level contains all the valve controls, discharges, suctions, drains, etc. o All suction and discharge ports exiting through the panels shall be laser cut. o The top tier shall be side hinged on the left with a stainless steel piano hinge and shall have two lift and turn twist lock latches located at the opposite side of the panel. This panel shall contain all gauges and monitoring instruments. Supplier’s Initials_______________

Page 18

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o All gauges and controls shall be symmetrically and logically laid out o 2.5” Suction valve controls shall be lever controlled adjacent to the suction. o All control handles exiting through the stainless steel side panels shall be sealed with rubber grommets. o There shall be a 28,000 BTU pump compartment heater with a control switch on the left pump panel and labels. o Pump heat shield cover made from aluminum plates to cover the floor of the pump to keep the pump in cold weather. This shield is to be removable for service access or maintenance. 46. PRIMING SYSTEM LABEL o The priming system shall be marked with a label to indicate proper operation. 47. PUMP OPERATION WARNING LABEL o There shall be a warning label mounted on the pump operator’s panel that states “Warning: Death or serious injury may occur if proper operating procedures are not followed. Shall be NFPA compliant. 48. PUMP HOUSE FOR MIDSHIP PUMP WITH ROLL UP DOOR o The pump house shall be extended rearward to accommodate the installation of a roll up door system and three speed lays trays. o Extruded aluminum roll-up doors shall be installed at the pump panels and shall not interfere with any operation of the pump. 49. MASTER PRESSURE & INTAKE GAUGES – 4.5” – PSI & KPA - LIGHTED o Two 4.5" master pump gauges shall be supplied and mounted in close proximity to the throttle, primer, and engine instrumentation. The intake gauge shall be to the left of the discharge gauge. Bright metal trim rings shall be supplied with each gauge and shall be in dual scale and in increments of 0-400 psi and 0-2800 kPa. 50. DISCHARGE GAUGE PACKAGE - PSI & KPA – LIGHTED o Individual discharge line gauges for each discharge shall be supplied and mounted adjacent to the discharge valve control handle. A removable bright metal or color coded trim ring shall be supplied for each discharge gauge and shall be in dual scale and measure in increments of 0-400 psi and 0-2800 kPa. 51. PUMP PANEL, Left Side o The LED lights on both left and right panels will turn on when the role up door is opened. o One master gauge test port installed. o One pump speed counter drive with cap installed. o One pump by pass control and one master drain valve control installed. o One heat exchange, chassis engine cooler control valve installed. o One 12 volt primer light installed. o There shall be a tank water level gauge provided on the operator panel. The indicator shall show the volume of water in the tank on super bright LEDs. Supplier’s Initials_______________

Page 19

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o A foam tank volume indicator kit shall be installed. The kit shall include an electronic indicator module, a pressure sensor, and a tank vent. The indicator shall show the volume of foam concentrate in the tank on bright LEDs. o One emergency engine shut down switched shall be installed at the pump panel with a safety cover. o One pump hour meter shall be installed at the pump panel. o A pressure governor and monitoring display kit shall be installed and shall include a control panel, intake pressure sensor, discharge pressure sensor, buzzer, and wiring. The control panel case shall be waterproof. o The panel shall have LEDs to indicate PSI mode, RPM mode, OK TO PUMP, and IDLE RPM. o The following continuous displays shall be provided: o Pump discharge; shown with four daylight bright LED digits > than .5" high o Pump intake; shown with four daylight bright LED digits > than .5" high o PSI/RPM setting; shown on an LED display o Engine RPM; shown with four daylight bright LED digits > than .5" high, updated in ten RPM increments. o Oil pressure; shown on an LED display. o Engine coolant temperature; shown on an LED bar. o Battery voltage; shown on an LED display. o Audible alarm at pump panel for engine systems[low or high level alarms] o When the pump engaged interlock signal is recognized an “OK TO PUMP” LED will light to indicate throttle ready and the governor shall be in pressure mode with the engine RPM set to idle. In pressure mode the governor shall automatically regulate the discharge pressure at the level set by the operator. In RPM mode the governor shall maintain the engine RPM at the level set by the operator except in the event of a discharge pressure increase. o The governor shall limit a discharge pressure increase in RPM mode to a maximum of 30 psi. o All nameplates for discharges, intakes, controls, and gauges shall be colour coded. All labels shall be of a permanent type, securely attached to the pump panel and capable of withstanding the effects of extremes of weather. 52. PUMP -1500GPM- MIDSHIP [1250 IGPM] o The pump shall be rated at 1250 Imperial Gallons preference will be given to a Waterous pump. o A single drive line shall drive the pump from the truck transmission. The engine shall provide sufficient horsepower and RPM to enable the pump to meet and exceed its rated performance. A computer drive line angle alignment analysis report shall be submitted at the time of delivery. o The dry pump shall be capable of taking suction and discharging with a lift of ten feet in not more than sixty seconds through twenty feet of suction hose. o The entire pump, all intakes and discharges, shall be hydrostatically tested to a pressure of 600 PSI. The pump shall be fully tested at the pump manufacturer's factory to the performance requirements as outlined by the latest NFPA version of 1901. Pump shall be free from objectionable pulsation and vibration. Supplier’s Initials_______________

Page 20

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o The pump ratio shall be selected by the apparatus manufacturer to give maximum performance with the engine and transmission selected. o A master drain valve shall be provided at the lowest point of the plumbing. o The drive unit shall be provided with pneumatic power shift. o There shall be a manual pump shift mode. o An in-cab guarded electric control switch for rapid shift shall be provided that locks in to either the "road" or "pump" mode. o To the left of the air operated pump shift control in the cab, there shall be two indicator lights to positively show the position of the pump when the control lever is moved to the pump position. A GREEN light shall be energized when both the pump shift has been completed and the chassis transmission is engaged in pump gear and shall be labeled "OK TO PUMP". 53. PUMP PRIMER - OIL LESS o This primer shall be electric oil-less priming system. One priming control shall both open the priming valve and start the priming motor. 54. LARGE INTAKE VALVE, 6” – LEFT AND RIGHT SIDES o The left and right side main pump intakes shall be equipped with an Akron full flow six inch electric butterfly type designed to mount on the fire pump between the suction tube extension and the suction tube behind the pump control panel. They shall terminate outside the pump panel with 4”, 30 degree down angle Storz adapters with cap and chain, with an air bleeding connection. o A pressure relief valve shall be provided that is factory set to 125 PSI and field adjustable from 75 to 250 PSI. o The outlet of the pressure relief valve shall have 2.5" NPT threads to allow directing the discharge flow away from the pump operator position. A permanent ID label shall be installed at the discharge pipe that reads "DO NOT CAP ". 55. PLUMBING AND PIPING - GALVANIZED SCHEDULE 40 or EQUIVILANT o All plumbing shall be heavy duty schedule forty, three inch galvanized pipe or heavy duty, high pressure; wire reinforced flexible hose with stainless steel couplings (unless otherwise stated). o Victaulic couplings shall be used on plumbing lines to take tension off piping and to permit flexing and movement without damage to the pump and its components. 56. SIDE INTAKE VALVES; TWO X 2.5"; 1 LEFT & 1 RIGHT o 2.5" gated suction intakes shall be provided at each pump panel (one per side, left and right). These suctions intakes shall be provided with a 2.5" Akron 1/4 turn ball valves with replaceable stainless steel balls, seals and "O" rings and shall have a .75" 1/4 turn drain valve, 3” plumbing and shall be equipped with a chrome female swivel, screen, chrome plated rocker lug plug, and retaining chain. The Right side intake valve shall be direct tank fill.

Supplier’s Initials_______________

Page 21

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

57. REAR SUCTION INTAKE; 4” o One 4" (or larger) suction intake shall be provided at the right side rear of the body. This suction intake shall be provided with an electric Akron Navigator Pro Valve Controller on the operators pump panel (left side). This suction intake shall have a .75", 1/4 turn drain valve, 4” plumbing and shall be equipped with a 4”- 30 degree downward aluminum Storz connection with cap, screen, and retaining chain. 58. SPEEDLAYS MIDSHIP o Three speed-lay hose beds shall be installed and stacked vertically in front of the pump house and behind cab. The three speed-lays shall each accommodate 200’ of 1.75” hose with nozzle when loaded flat in two tiers. These three speedlays will be connected directly to the pump from above each speed-lay with a swivel connection, easily reached to connect the hose, These discharges shall be provided with 2 " Akron,1/4 turn ball valve with replaceable stainless steel balls, seals, and "O" rings and shall have a .75" 1/4 turn drain valve and 2” plumbing. o The tray shall be removable, allow for drainage and air movement under the hose. o One lower horizontal roller shall be provided on each speed-lay on both sides of the panel to aid in deployment of the hose. o There shall be an extra tray for each of the speed-lays. 59. FRONT BUMPER DISCHARGE; ONE, 2.5" - 3" PLUMBING o There shall be a 2.5" discharge mounted on top of the extended front bumper to the left side of the bumper hose compartment with a 2.5”, 90 degree chrome swivel elbow. This discharges shall be provided with 2.5" Akron 1/4 turn ball valve (operated from left side pump panel) with replaceable stainless steel ball, seals, and "O" rings and shall have a .75" 1/4 turn drain valve and will have 3” plumbing and shall be equipped with a chrome 2.5” to 1.5” reduced cap. 60. PUMP PANEL DISCHARGES; TWO, 2.5" (1 PER SIDE) -3” PLUMBING o One 2.5" discharges shall be provided on EACH the left and right side pump panels (two in total). These discharges shall be provided with 2.5" Akron,1/4 turn ball valve with replaceable stainless steel balls, seals, and "O" rings and shall have a .75" 1/4 turn drain valve and 3” plumbing and shall be equipped with a chrome 30 degree downward adapter and chrome 2.5” to 1.5” reduced with caps. 61. REAR DISCHARGES; TWO, 2.5” - 3” PLUMBING o Two 2.5" discharges shall be provided at the rear of the apparatus body, offset to the left and right upper sides. These discharges shall controlled at the pump panel and be provided with a 2.5" Akron, 1/4 turn ball valve with replaceable stainless steel ball, seals and "O" rings and shall have a .75", 1/4 turn drain valve and 3” plumbing and shall be equipped with a chrome 30 degree downward adapter and chrome 2.5” to 1.5” reduced with caps.

Supplier’s Initials_______________

Page 22

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

62. STORZ DISCHARGE; 4" - RIGHT SIDE - 4" PLUMBING o One 4" Storz discharge shall be provided at the right side pump panel and shall be with 4" plumbing complete with an electric Akron valve located on the pump compartment (right side) and shall be equipped with a .75”, 1/4-turn drain valve and shall be equipped 30-degree adapter, 4" Storz cap with reduced to 2.5” male threaded reducer [BCT], cap and retaining cable. 63. MONITOR; EXTENDABLE MONITOR & NOZZLE o An Akron Apollo Hi-Riser Deck Monitor shall be installed above the pump house. This monitor shall be plumbed with 3” plumbing, controlled by a 12 volt electrically controlled 3" Akron valve located on the pump operator’s control panel with open/close light indicator. o A 2.5” Saber Jet nozzle shall be supplied with the monitor and shall have a 16”stream straightened. 64. DRAIN VALVES – ON ALL INTAKES AND DISCHARGES o All 2.5" discharge and intakes shall have .75" synflex drain lines connected to chrome quarter turn drain valves with high pressure brass fittings, within close proximity of the discharges. 65. THREAD TYPE o All 1.5” fittings shall be provided with NPSH thread. o All 2.5” intakes and suctions shall be provided with BCT thread. o All 4” intakes and suctions shall be provided with storz fitting with locking safety. 66. FOAM SYSTEM o The apparatus shall be equipped with an electronic, fully automatic, variable speed, direct injection, discharge side foam proportioning system (Foam Pro 2000 or similar) The system shall be capable of handling Class A or B combination foam concentrates through as many discharges as possible please state numbers and locations. 67. FOAM TANK- 36 GALLONS [30 IMPERIAL GALLONS] o There shall be one integral 30 imp gallon foam tank, piped to the foam system. The tank shall have a fill tower with cover labeled ("FOAM FILL ONLY") for filling the foam tank. 68. WATER TANK - 720 GALLONS [600 IMPERIAL GALLONS] o The 600 imperial gallon tank shall have a lifetime warranty and shall be of special configuration and shall be designed to be completely independent of the body and compartments. The tank shall be low profile in design to allow for easy access to the main hose bed, rear speed-lay and improved vehicle handling. o The material shall be non-corrosive, stress relieved, black in color and U.V stabilized for maximum protections. o The tank lid shall be removable via countersunk stainless steel bolts. The lid shall be installed flush inside the outer walls of the tank and shall be fully supported by Supplier’s Initials_______________

Page 23

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o

o o o

o o o

a 1.5" x 1" inside flange. All hardware used on the top of the lid including the lifting lugs shall sit flush with the surface of the lid. A vent pipe with a minimum of 4" ID shall be fabricated and installed through the baffles and exit out of the bottom of the tank. A secondary .75" vent pipe shall be installed around the top inside perimeter of the tank and shall be vented out of the fill tower. This secondary vent pipe shall be provided for maximum tank filling when the truck is filled on a slope. The tank shall be fitted with a fill tower and a sump box. The fill tower shall be fitted with a removable screen and have a hinged lid. The booster tank shall be fitted with a suction outlet that draws water directly from the sump box. All intake/fill fittings shall be fitted with diffuser pipe. The tank shall be mounted in the apparatus body in a manner that the total outside bottom perimeter of the tank shall be supported. The bottom of the tank shall be completely isolated from the steel frame by heavy-duty .25" thick rubber strips. There shall be a minimum of four, 3" corner cradle angles. Additionally, there shall be a tank support system across the top of the tank to prevent excessive bouncing when the tank is empty. The tank must be isolated allowing it to shift during vehicle operation and shall not come in any contact with the body or compartments, or any sharp objects. The tank shall have a 1.5" tank drain installed in the bottom of the tank and accessible from the ground. A gated 2.5” direct valve to tank fill valve shall be installed at the right side of the apparatus and shall have a chrome cap with chain.

69. TANK FILL LINE – 2” o A 2" tank fill line shall be installed from the pump to the tank with an Akron 2", with a 1/4 turn ball valve and controlled from the pump operator's panel. 70. TANK TO PUMP - 3" BUTTERFLY VALVE C/W 4" PLUMBING o A 4" tank supply line shall be installed from the tank to the pump and shall include a 3" 1/4 turn one way butterfly valve controlled at the pump operator's panel. A 3" bronze check valve shall be installed in the pump to eliminate the possibility of pressure expanding and damaging the tank. 71. RESCUE BODY o A full height body shall be fabricated with the highest quality components and shall be engineered and designed to provide for a low center of gravity and carry a correct load distribution. o A storage spot for a Basket stretcher within the rescue body position to be displayed on the drawings.

Supplier’s Initials_______________

Page 24

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

72. BODY SUBFRAME o The body frame rails shall be constructed of aluminum extrusions. The cross members shall be heavy duty aluminum extrusions providing maximum strength and durability at the rear section of the body. Please state size and thickness. o These body cross members shall extend the full width of the body. The cross members shall provide support for the body side compartments and rear tailboard section and shall be insulated and separated by a rubberized belt. o The body side compartments, both sides and the rear shall be full frame constructed from heavy-duty aluminum extrusions. State size and thickness. o The body shall be mounted to the chassis frame rails with four spring loaded side mounting plates to provide for maximum mounting strength and flexibility. 73. WHEEL WELLS o The wheel well frame and construction method shall allow for the wheel well fender to be easily removable for servicing of the suspension and axle. o The wheel well fender shall be attached to the body sub frame with non-corrosive stainless steel fasteners. o The inner wheel lining shall be constructed of saltwater marine grade aluminum. Please state size and thickness. o SCBA Air bottles to be accommodated around the wheel wells. 74. CORROSION PROTECTION o All body components or attachments made from dissimilar metals shall be fastened to the body utilizing an UHMW/Polyethylene material to prevent metalto-metal contact preventing dielectric corrosion. o All fasteners shall be installed in a manner, which shall involve drilling, tapping, and application of non-corrosive grease before the stainless steel bolts are installed. Self-tapping screws, rivets or screws without threads shall not be acceptable. 75. BODY COMPARTMENTS o The body compartments shall be fabricated with 5083-H321 salt-water marine aluminum panels please state thickness. o The interior compartment seams shall be sealed and caulked with a permanent, pliable automotive type sealer. o All compartments shall have a 1" drop on the lower edge of the door opening to accommodate the door seal, and to stop moisture from entering the compartment and shall have sweep out floors and be fitted with vinyl matting and shall be provided with at least ten square inches of venting. o All compartments shall have an aluminum drip molding installed over the top of the compartment doors and be weatherproof. 76. REAR BODY SECTION o The rear section (inside of body panels) of the apparatus body shall be finished with .2" hi-shine 3003-H14 aluminum tread plate panels.

Supplier’s Initials_______________

Page 25

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

o The rear section of the apparatus body panels (2’ each side) shall be finished with .2" 5083-h321 salt water grade aluminum plate panels in preparation for application of reflective vinyl in a chevron pattern. 77. REAR TAILBOARD o The rear tailboard shall have a 6” bumper extending out from the rear of the apparatus body for the entire width of the body. The rear compartment shall be inset 12” from the rear body. The entire rear bumper shall have a minimum capacity of 1000 pounds. A traction surface with slip resistance shall be supplied or a pullout, foldout platform may be substituted. 78. LEFT SIDE BODY COMPARTMENTS - FULL DEPTH - ROLL UP o The following compartments shall be provided the left side of the body: o Compartment (L-1) Covering pump panel and speed-lays. o Compartment (L-2) forward of the rear wheel measuring approximately 42"W x 68"H x 27"D lower and 25"D upper.  Shall have one 200lb. roll out tray, one fixed shelf and one tip down shelf. o Compartment (L-3) over the rear wheel measuring approximately 60"W x 38"H x 25"D frame opening.  Shall have one roll out shelf and one tip down shelf. o Compartment (L-4) to the rear of the rear wheel measuring approximately 42"W x 68"H x 27”D lower and 25"D upper.  Shall have one 200lb. roll out tray, one fixed shelf and one tip down shelf. o L1 and L2 could be combined if layout requires and works for us. 79. RIGHT SIDE BODY COMPARTMENTS - ROLL UP o The following compartments shall be provided on the rights side of the body: o Compartment (R-1) covering pump panel and speed-lays. o Compartment (R-2) forward of the rear wheel measuring approximately 42"W x 70"H x 27"D lower and 25"D upper.  Shall have four adjustable vertical pull out tool boards. o Compartment (R-3) over the rear wheel measuring approximately 46"W x 40"H x 25"D frame opening.  Shall have one 200lb. roll out shelf and one tip down shelf. o Compartment (R-4) to the rear of the rear wheel measuring approximately 42"W x 70"H x 27”D lower and 25"D upper.  Shall have one 200lb. roll out tray, one fixed shelf and one tip down shelf. o R1 and R2 could be combined if layout requires and works for us. 80. REAR BODY COMPARTMENT – ROLL UP o One compartments at the rear of the apparatus body made as large as possible within the body approximately [44”W x H? x 27”D]. The bottom of this compartment shall have one 400lb. roll-out tray with liner. Supplier’s Initials_______________

Page 26

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

81. LADDER RACK STORAGE o A Zico HLAS or equivalent, 12 volt electrically operated side mounted overhead ladder rack shall be installed on the right side of the apparatus body above the body compartments. The rack will have a manual override. o Side mount ladder rack with a lock/unlock switch controlled through the VMUX system & to be operated by a switch on the right side pump panel. The ladder rack is to house four Duo Safety ladders; one thirty five foot; one twenty-four foot; one twelve foot roof ladder; one Fresno ladder; also; two six foot, one ten foot, and one twelve foot Pike pole. Racking for two ten foot 2.5” hard suction hoses. 82. COFFIN COMPARTMENTS ON UPPER BODY o There shall be four coffin compartments located above the body compartments on the left and right side if space is available. Which shall have swing doors with large enough openings for long tool storage and supported by gas struts. A led strip light to turn on when the door is opened. A thumb latch shall be used for the locking mechanism. To be provided with ventilation, plastic matting and positive drainage. Final overall height to match the hose bed. 83. COMPARTMENT ROLL UP DOORS o ROM (or equivalent) Roll-Up type doors shall be provided. With LED light strips, covering approximately 70% of the opening, on both sides of the opening. 84. COMPARTMENT SHELF – FIXED/ADJUSTABLE o Each compartment shall have side tracks for installation of adjustable shelves. o The shelves shall be made of 3/16" aluminum with upturned edges, corner drain holes and shall be provided with plastic matting. 85. ROLL OUT TRAYS o Roll out trays shall be provided, one for each compartment L2,L3,L4,R3,R4, (200 lb. rating) and one in compartment RR (rear, one with 400 lb. rating). o The trays shall have two side ball bearing roll out 70% travel sliding tracks. A 3/16" aluminum tray with up turned edges. These trays shall be supplied with plastic floor matting and corner drain holes. o The trays shall have a drop bar tray retainer to keep the tray secure in either the open or closed position. 86. TRAY - TIP DOWN o One ball bearing Slide-Master tip-down tray shall be provided in each of compartments L-2, L-3, L-4, R-3 and R-4. These trays shall have two side mounted, 200 lb. rated ball bearing roll out sliding tracks, tip down 30 degrees. A 3/16" aluminum tray with up turned edges and shall be supplied with plastic floor matting and corner drain holes. o The trays shall have a drop bar tray retainer to keep the tray secure in either the open or closed position.

Supplier’s Initials_______________

Page 27

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

87. VERTICAL PULL OUT TOOL BOARDS o Shall be four boards provided in compartment R2.  Equipment mounting on both sides of panel.  250lb capacity.  Locks in closed and open positions for stability 88. SCBA CYLINDER Storage – BODY Within the wheel wells & compartment will be storage for 12 SCBA cylinders. 89. RUB RAILS - ALUMINUM "C" CHANNEL o Extruded aluminum "C" channel style rub rails shall be bolted into place with nylon spacers on the lower framework below the compartments. The rub rail will extend all around the apparatus body (including the rear) for protection of the body from impact damage. 90. REAR TOW LOOPS & 2”RECEIVER o Two painted tow loops shall be bolted directly to the rear frame rails and shall be accessible underneath the rear of the apparatus body. o Three 2” receivers shall be secured to the frame one beneath the rear step, one on either side of the body [location to be determined in manufacturers meeting] There shall be warn 12v power supply located in close proximity to each of the receivers. 91. HOSE BED o The main hose bed shall be located above the booster tank and shall be as low as possible. o The inner sides of the hose bed shall be natural finish aluminum smooth plate free of protrusions or obstructions and shall be fitted with vinyl type matting to allow for air movement under the hose. o There shall be four adjustable tracks for the hose bed dividers, one at the forward section of the hose bed, one at the center and two at the rear. The Two hose bed dividers shall have an oval handhold provided at the rear portion of the divider. o Hose capacity shall be a minimum of 1000’ of 4”, 600’ of 2.5” and 400’ of 1.75”, when loaded flat. Discussed at pre-build meeting 92. SPEED-LAYS UNDER HOSE BED o There shall be two speed–lay trays. Each able to accommodate 200’ of 2.5” hose with nozzle, when loaded flat; trays shall be 10”w X 11.5”H X 92”D, one beside the other. The speed-lays will be connecting to the 2.5” rear discharges. o One stainless steel rollers shall be mounted, on lower horizontal to prevent the hose from hanging up. 93. HOSE BED COVER o A solid cover over the hose bed that will support the weight of two firefighters as a minimum. This cover shall allow 100% access to the hose bed, if door types are specked then a gas strut to hold open shall be required. Shall have a secured Supplier’s Initials_______________

Page 28

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

vinyl end flap to cover the rear of the hose bed to eliminate the possibility of hose falling off the hose bed. Detailed info should be provided with the bid. 94. BODY HANDRAILS o Two hand rails shall be supplied at the rear of the apparatus. They shall be 1.25" in diameter and made of extruded aluminum with rubber extruded grips for maximum hand grip and safety. o One horizontal the full width of the hose bed, above the speed-lays o One vertical on the right inset on the rear inset 48” in length. o Each hand rail shall be installed and supported with chrome plated polished cast brackets and shall be provided with an isolation gasket and held in place with stainless steel bolts and backing plates. 95. HOSEBED ACCESS – LADDER REAR ZICO LADDER EGRESS o A Zico or equivalent egress ladder shall be installed on the left rear of the apparatus for hose bed access. It will be hinged at the top and pull out and lock at the bottom to provide adequate and safe climbing angle for top access. Ladder position shall be monitored by the V-MUX. 96. WHEEL CHALKS o One set of heavy duty, folding wheel chalks [or equivalent] with brackets will be supplied, mounting to be determined in manufacturing meeting. 97. ELECTRICAL SYSTEM - MULTIPLEXED - TIED INTO CUSTOM CHASSIS o The multiplex wiring system on the body shall be tied directly into the V-MUX multiplex wiring system that is supplied from the chassis. 98. LIGHTBAR - WHELEN FREEDOM SUPER LED SERIES; 82” o There shall be a Whelen Edge Ultimate Freedom FX Series Super LED 82” light bar mounted securely on the cab roof. The light bar shall come complete and meet the requirements of NFPA 1901 and include the following:  400 Series Linear LED Flashers, 2 red over red (3 total).  400 Series Linear LED Flashers, 1 red over red, 1 white over white.  400 Series Linear LED Flashers, 2 white over white. 99. WHELEN REAR STOP / TURNING LIGHTS LED & BACKUP LED o The following Whelen products are to be installed (or equivilant): o Rear Brake/Tail 60R00XRR and Turn Light Amber Arrow 60A00TAR o Back Up LED and housing for Brake, Turn Reverse CAST3 100. PUMP PANEL LIGHTS - SIDE CONTROL o The upper portion of the side pump panels shall be provided with weatherproof LED rope style lighting and shall be activated when compartment door is opened. 101. STEP LIGHTS o All steps on the body shall have LED. Strip light illumination. Supplier’s Initials_______________

Page 29

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

102. GROUND LIGHT - WHELEN – LED o A total of fourteen clear Whelen LED lights (model # 5GC0CCCR) with outward facing angle brackets shall be provided on the apparatus. Five per side and two under each of the front and rear bumpers and shall be wired directly into the parking brake system and activated whenever the parking brake is activated. 103. SCENE LIGHTS- WHELEN LED o Eight Scene lights: Whelen Pioneer Plus Single Panel, Combination Spot/Flood, Chrome bezel Model # PCPSM1C shall be installed and controlled by the V-MUX Vista screens. One each side of the cab; above and between the doors and activated when a cab door is opened. Two each side, front and rear upper corners of the side body. Two on the rear, upper left and right. o The rear scene lights shall be connected into the chassis transmission reverse switch and shall be activated when the chassis transmission is place into reverse and will also have an on/off switch mounted on the rear of the apparatus. o Whelen Traffic advisory light 33” above rear compartment recessed and controlled for the cab. 104. COMPARTMENT LIGHTS - LED o All body compartments shall have a minimum of two strip lights rope Style LED lights activated when compartment doors are opened. These lights shall be flush mount, with approximately 70% coverage on both sides of the opening. 105. ENGINE COMPARTMENT LIGHT o One LED 4" clear engine compartment light shall be installed in the engine compartment area and shall be activated by a switch by the access door to the engine. 106. DOOR AJAR SYSTEM o A red warning light and audible alarm for the compartment door ajar system shall be provided in the cab. This light shall be activated when a compartment door on the apparatus body is open and the park brake is released, this shall also be displayed on the V-MUX system. 107. CLEARANCE AND MARKER LIGHTS – LED o All clearance /marker lights, reflectors shall comply with department of transport motor vehicle safety standards. The clearance / marker lights shall be LED type. 108. MID BODY TURN SIGNALS – LED o A set of LED mid body turn signals shall be installed to comply with department of transport motor vehicle safety standards for vehicles over 30 feet in length. 109. GENERATOR BUILT-IN HYDRAULIC DRIVEN o Cummins 6000w hydraulically driven generator or equivalent. To be able to operate from the pump panel with a master switch in the cab. Supplier’s Initials_______________

Page 30

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

110. BREAKER BOX o A circuit breaker box complete with six 15 amp breakers shall be provided and installed in the L-2 compartment and shall be connected directly to the output side of the generator via a 30 amp supply cord. 111. 120V RECEPTACLE - DUPLEX - STRAIGHT BLADE – EXTERIOR o Four 120 volt, 20 amp duplex straight blade receptacles shall be provided and installed on the exterior of the fire apparatus body wired from the generator through the breaker box. The receptacles shall have a sealed weather proof cover to protect against the elements. They shall be located; one each at left and right pump panels and two at rear of body. 112. CORD REEL - HANNEY ECR1600 - ELECTRIC - PAINTED - 200' o A Hanney ECR1600 electric rewind cord reel shall be supplied and installed on the fire apparatus beside the generator (over pump panel, right side). The cord reel shall be powered by the on board generator through the breaker box and will have 200' of 12/3 wire and illuminated 4 outlet weather sealed box with bracket. The exterior of the reel shall have a painted enamel finish. Location of the receptacle box & bracket mounting is within R1compartment location to be determined at manufactures meeting. o The reel shall have a four way roller assembly installed on it to help guide and protect the cable and shall be assessable from the right side pump panel without stepping up on the apparatus. The rewind button to be located in compartment R1 with labels location determined at manufactures meeting. 113. WHELEN TRIPOD and LED LIGHTHEAD o Two Whelen Large Tripod with 50" Body and 30" Legs and Whelen Pioneer Plus LED light head shall be supplied with 110v plug and body mounting brackets provided. Mounting location to be determined at manufacturers meeting. 114. PAINT CAB – TWO TONE - CHASSIS SUPPLIER o The chassis shall be painted a two tone colour (Gloss black over red) by the chassis manufacturer. This shall be the final paint color and finish for the completed vehicle. 115. PAINT BODY – TWO TONE COLOUR o The body shall be painted a two tone colour (Gloss black over red) to match the chassis paint finish as provided by the chassis manufacturer. 116. STANDARD COMPARTMENT PAINT o The interior of all compartments of the body shall also be sealed and caulked. A trunk coat finish of urethane paint shall be applied [specify color].

Supplier’s Initials_______________

Page 31

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

117. BODY UNDERCOATING o There shall be an application of at least 8 to 10 mils of Tectyl 185GW aluminum or equivalent applied underneath the body to provide a protective barrier from corrosion. To provides corrosion protection and possesses a dielectric strength of 800 volts pre dry mil of coating. 118. LOGO’S and LETTERING o Logos and lettering shall be provided on the cab doors and body as directed by the Fire Department to be approved prior to delivery. 119. REFLECTIVE STRIPING – 6" o There shall be a six inch wide BLACK 3M Scotchlite reflective stripe with two - 1” reflective stripes running parallel to this stripe one inch apart on each side of the black stripe. The striping shall run from the front of the cab to the rear of the body. The layout of the reflective striping and color scheme to be discussed and approved by the fire department. 120. REFLECTIVE STRIPPING - INNER DOOR – SLIDEOUT TRAYS o There shall be reflective striping applied to the interior chassis cab doors of the apparatus. The reflective stripe shall be supplied by the chassis manufacturer. o There shall be reflective 3M Diamond grade striping applied to the traffic exposed edges of all slide out trays and open ladder rack. The layout of the reflective striping to be discussed and approved by the fire department. 121. KEEP BACK 150 METERS SIGN o One "KEEP BACK 150 METERS" sign with 3" Scotch-Lite letters shall be provided and mounted on the rear. 122. NFPA CHEVRON STRIPNG REAR o The rear of the apparatus shall be minimum of 50% covered with 3M Diamond grade reflective vinyl in a chevron black/red pattern. The Chevron pattern will include 6” reflective black and red stripping. 123. LADDER – DUO SAFETY o One model 14-700, Fresno Attic ladder shall be provided. o One model 775-A 12’ roof ladders shall be provided. o One model 900-A, 24’ 2-section extension ladders shall be provided. o One model 1225-A 35’ 3-section ladder shall be provided.

Supplier’s Initials_______________

Page 32

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

124. ADDITIONAL EQUIPMENT TO BE SUPPLIED WITH APPARATUS o One TFT Blitzfire XXC-33 Blitzfire Oscillating Monitor, Storage Bracket, MaxSeries Tip. o Akron Apollo Hi-Riser monitor and Sader Jet nozzle. o Two sets of Promaxx 24”, firemaxx 14 in 1 and Pro bar 24”with 2 rings and reflective shoulder strap. o Two fire axes with yellow fiberglass handles and mounting brackets. o Four pike poles: One 12’, one 10’ and two 6’ with yellow fiberglass handles and mounting brackets. o Two Dry wall hooks, one 36”and one 48” with D handles and mounting brackets. o One 10 lb. Sledge hammer with composite handle and mounting bracket. o One 40” bolt cutter and mounting brackets. o Two set Akron Brass Wrench set Style 0443 with 1 hydrant wrench (#15) and 2 hose wrenches (#10) and bracket. o Two set Akron Brass SS-MP Super Spanners with 4 X 4-5” Storz wrenches and holder. o Two sets Akron Brass #10 hose wrenches and holder. o Two full set of Akron Brass Pyrolite hose adaptors c/w 1.5” Double male, 1.5” Double Female, 2.5” Double male, 2.5” Double female and 1.5” Male - 2.5” Female adapter. o Two Akron Brass 2.5” to 2 X 1.5” Pyrolite Style 1581 Gated Wye. o A Warn Winch ZEON 10-S with Multi-mount kit 2” receiver and quick connect wiring. o One set collapsible wheel chocks with under body brackets. o All tools to be mounted prior to delivery their final location to be determined at manufacturers meeting.

Supplier’s Initials_______________

Page 33

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

OPTIONAL EQUIPMENT - PRICE SEPARATELY [substitutes maybe accepted after comparison] o One DC3 Martel Digital Enterceptor. In vehicle camera recording system shall be installed, location to be determined at pre construction meeting. $ ________ o Three Bullard Eclipse [or equivalent] personal issue thermal imaging cameras with chargers. $______________ o Five Streamlight Survivor LED Yellow Rechargeable flashlights with One (1) X Five (5) bank trickle charger 120V. $_______________ o One MSA Altair 4 Gas Detector c/w 110V AC charger. $_______________ o One Lentry Generator/Light unit EU2000i/single FRC LED with leg stands $___________ o One Ventry 24GX200 Attack fan c/w solid rubber wheels and folding tow handle. $______________ o One Stainless steel basket stretcher. $____________________ o STAT-X 4 pack with hard case. $_____________ o One Task Force tips XXL111A Blitz Lite monitor and bracket. $____________________ o Genesis eForce Combi Rescue Tool with two spare batteries and charger. $____________________ o Genesis eForce Set, Large cutters, spreaders & ram set with chargers and spare batteries. $____________________ o Stihl Circular saw TS 500i $____________________ o Stihl Chainsaw MS 460 RS - 20" Bar, RDS Chain $____________________

Supplier’s Initials_______________

Page 34

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

GENERAL SPECFICATIONS 1.

Not withstanding any other requirements, the unit shall meet the requirements contained in the Canadian Motor Vehicle Safety Standards, and the applicable British Columbia Provincial requirements.

2.

All provisions of the current CAN/ULC-S515-04 Second Edition shall apply and be considered part of these specifications regardless of whether it is written in specifications or not.

3.

The unit, when delivered, shall be listed and bear the label of the CAN/ULC.

4.

All threaded connections shall meet the following specifications: 1.5" (38 mm) = NPSH 2.5" (65 mm) = British Columbia Fire Thread 4” (100mm) = Stroz

5.

The Supplier shall have a quality manual available for inspection by the purchaser.

6.

Apparatus lights and reflectors shall conform to the British Columbia Motor Vehicle Act.

7.

The manufacturer shall supply, at the time of delivery, two complete operation and maintenance manuals of the completed apparatus as delivered, including but not limited to the chassis, pump, wiring and firefighting equipment.

9.

A complete schematic of the electrical system added by the manufacturer shall be supplied. This schematic shall be specific to the apparatus.

10.

A qualified person shall deliver the apparatus and provide one (1) day of instruction personnel in the operation and maintenance of the apparatus.

11.

A weight distribution calculation shall be provided with the proposal.

12.

An estimation electrical draw shall be provided with the proposal.

13.

Manufacturer shall provide NFPA/ULC test data to confirm the carrying capacity of the water tank. Tank must carry the specified amount of water.

14.

Manufacturer must provide calculations of the apparatus’ center of gravity.

15.

The break-over angle shall be shown on the actual apparatus drawing.

16.

Manufacturer shall state angles of approach and departure for the particular apparatus being proposed.

Supplier’s Initials_______________

Page 35

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

DETAILING AND INSPECTIONS 1.

Prior to the final delivery, the vehicle will be professionally cleaned and polished. Final delivery to be F.O.B. Squamish Fire Station #2, 40439 Tantalus road, Squamish BC.

2.

The Supplier will provide for three inspection trips to manufacturer’s plant, which will include travel costs (air/vehicle), meals, a minimum of two nights separate accommodation, and a rental car for two representatives of the fire department.

3.

The first trip will be a pre-construction meeting. The second inspection will be prior to painting the body and the third trip to be a pre-delivery inspection, to insure that all aspects of the Proposal have been complied with.

4.

The manufacturer will deliver the completed fire engine and provide, minimally, one day’s training to the fire department.

5.

The final inspection will be in Squamish, British Columbia. The Supplier will be responsible to insure that all transport damage has been repaired prior to delivery.

Supplier’s Initials_______________

Page 36

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Environmental Terms and Conditions of Contract 1.0 Environmental Initiatives 1.1

The District of Squamish as a whole will endeavour to increase its use of products and services that are more responsible to the environment in the way they are made, used, transported, stored and packaged and disposed of. It is recognized that analysis is required in order to ensure that the products are made available at competitive prices and that the environmental benefits provided by a product or service should not significantly affect the intended use of that product or service.

1.1.1 Suppliers are asked to supply information on environmentally preferable products and services that meet all specifications and performance requirements. 1.2

Environmental impacts in the life cycle of a product or service.

1.2.1 Environmental purchasing involves considering the costs and environmental consequences of a product or service in all stages of its life cycle, including raw materials acquisition, production, manufacturing, packaging, distribution, operation, maintenance, reuse and disposal. 1.2.2 Independent certification programs such as Environmental Choice as well as an increasing number of manufacturers conduct life cycle assessments to answer the question, “What is the environmental burden of a product or service through all stages of its life cycle?” The District of Squamish is interested in receiving, wherever available, life cycle information relevant to the products or services being considered. 1.3

Characteristics of environmentally preferable products.

1.3.1 Environmentally preferable products and services have characteristics that include but are not limited to the following: * Reduce waste and make efficient use of resources, including energy. * Are reusable or contain reusable parts. * Are recyclable. * Contain post-consumer recycled materials. * Produce fewer polluting by-products and/or safety hazards during manufacture, use or disposal, and * Have a long service life and/or can be economically and effectively repaired or upgraded. * Are certified by an independent accredited organization such as the Environmental Choice program

Supplier’s Initials_______________

Page 37

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

1.4

Packaging

1.4.1 As with products and services, the District of Squamish will endeavor to consider the environmental characteristics of a product’s packaging. 1.4.2 The District prefers that suppliers minimize the amount of packaging used on products or that durable, long-lasting forms of reusable packaging be used. While packaging containing post-consumer recycled material or recyclable packaging is considered better than wasteful packaging, reduced or reusable packaging is preferred. 1.5

Environmental attributes of company

1.5.1 It is desirable that suppliers to the District of Squamish have an environmental policy statement approved at the executive level and implemented across the company. 1.5.2 The District of Squamish strongly supports environmental responsibility and requires all suppliers to be in compliance with all environmental laws and regulations regarding the manufacture, processing, handling, provision, disposal and waste management of goods and services.

Supplier’s Initials_______________

Page 38

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

General Conditions of the Contract

Definitions The two parties to this contract are the Supplier and the District of Squamish, defined as follows: The Supplier: The successful Supplier for the work upon receipt of a purchase order and written acceptance of his/her Proposal from the District of Squamish. The District: District of Squamish. Contract Documents: Means and includes the Instructions to Suppliers, Proposal Forms, Schedule of Quantities and Prices, Specifications, Environmental Terms and Conditions and General Conditions of the Contract, and the awarding Purchase Order to the successful Supplier. Responsibility for Supplies the Contractor shall be responsible for the supplies covered by this contract until they are delivered at the designated delivery point, regardless of the point of inspection; and the contractor shall bear all risks of loss or damage to rejected supplies after notice of rejection. Inspection All supplies shall be subject to inspection and test by and shall meet the approval of the Fire Chief and his decision shall be final and binding upon all parties. In case any supplies or lots of supplies are defective in material or workmanship otherwise not in conformity with the specifications of the contract, the Fire Chief shall have the right either to reject them or to require their correction. Acceptance or rejection of the supplies shall be made as promptly as practicable after delivery, but failure to inspect and accept or reject supplies shall not relieve the contractor from responsibility for such supplies as are not in accordance with the specifications. Warranty Unless otherwise specified, the Supplier warrants that in the manufacture of the supplies only the best workmanship and materials have been employed and if, within a period of one (1) year from the date of acceptance of the supplies by the District of Squamish, such supplies or any portion thereof are found by the District of Squamish to be defective or faulty due to imperfect or bad workmanship or material, the Supplier agrees, to replace such defective supplies forthwith without expense to the District. Supplier’s Initials_______________

Page 39

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Payments The Supplier shall propose payment terms as part of their proposal. The Supplier shall be paid within 30 Days after the submission by the Supplier of properly prepared invoices to the District of Squamish for supplies delivered and accepted or services rendered and accepted. However, the District of Squamish may withhold an amount equal to two times the value of goods or services not provided by the Supplier from any amounts owing to the Supplier. Indemnification and Insurance The Supplier will indemnify, hold and save harmless the District of Squamish from and against all claims, losses, damages, costs, actions and other proceedings, made, sustained, brought or prosecuted in manner, based upon, occasioned by attributable to any injury, including death, property damage, infringement or damage arising from any act or omission of the Supplier, his employees, officers, volunteers, servants or agents or persons from whom the Supplier has assumed responsibility in the performance or purported performance of this agreement. Liens The Supplier shall fully indemnify the District of Squamish from and against any and all liability or expenses by way of legal costs or otherwise in respect of any claim which may be made for a lien or charge at law or inequity or to any claim or liability under the Builders Lien Act, or to any attachment for debt, garnishee process, or otherwise. Patent Fees The Supplier shall pay all royalties and license fees and shall save the District of Squamish from any loss on account of suits or claims of infringement of patents in the doing of the work. Default (a) The District of Squamish may, by notice of default to the Supplier, terminate the whole or any part of this contract if the Supplier fails to make delivery of the supplies within the time specified, or to perform any other provisions of this contract. (b) The District of Squamish may, if the Supplier fails to deliver the Fire/Rescue Engine within the delivery time specified, require the Supplier to pay the District of Squamish as liquidated damages, the sum of ($300.00) Canadian Funds for each day of delay. (c) In the event the District of Squamish terminates this contract in whole or in part as provided in clause, the District of Squamish may procure supplies or services similar to those so terminated, and the Supplier shall be liable to the District of Squamish for any excess costs for such similar supplies or services. (d) The Supplier shall not be liable for any excess costs under clause (b) or (c) if failure to perform the contract arises by reason of Force Majeure, acts of God or acts of the District.

Supplier’s Initials_______________

Page 40

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Taxes Unless otherwise provided herein, the Supplier shall pay all government sales or excise taxes in force at the date of the Agreement, provided that any increase or decrease in such taxes shall increase or decrease the amount due under the contract accordingly. Invoices shall show the appropriate amounts for all Federal and Provincial Taxes separately. Laws The laws of British Columbia shall govern the work. Time Time shall be the essence in this Contract. Assignment Neither party to the Contract shall assign the Contract without the written consent of the other. Changes The District of Squamish may make changes to the Contract and time and value shall be adjusted accordingly. All changes shall be made by written order. Notices Any notice required to be given in this Contract shall be deemed to be duly given to the District if sent by registered mail addressed to the Fire Chief at Squamish Fire/Rescue, Box 839, Garibaldi Highlands B.C. V0N 1T0 and to the Supplier if sent by registered mail addressed to the Supplier at the address set forth in the Bid. Unit prices Unit prices will be shown when called for on the bid sheet, and where there is a conflict between the unit price and total price, the unit price will govern. Discounts Discounts offered by the Supplier will be deducted when payment is made without time limitations. Samples of Materials Sample items, when required must be furnished free of expense, prior to the opening of the Proposals, and if not destroyed, will upon request be returned at the vendor’s expense.

Supplier’s Initials_______________

Page 41

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

Notice of NO Proposal

Note: Receipt of this completed form will assist us in calling for future proposals. Please complete Quotation/Proposal and submit this form prior to the closing date and time as shown on the Request for Quotation/Proposal form. Please remember to include Proposal #14/01 on form. A Quotation/Proposal is not being submitted for the following reason(s): o We do not manufacture/supply the required goods/services. o Cannot obtain raw materials/goods in time to meet. delivery requirements. o We do not manufacture/supply to stated specifications. o Cannot meet delivery requirements. o Specifications are not sufficiently defined. o Cannot quote/Proposal a firm price at this time. o Insufficient information to prepare quote/proposal/Proposal. o Insufficient time to prepare quote/Proposal. o We are unable to competitively quote/Proposal at this time. o Quantity too small. o Quantity too large. We do not have facilities to handle this requirement. o Quantity beyond our production capacity. o Licensing restrictions (please explain). o Agreements with distributors/dealers do not permit us to sell directly. o Cannot meet packaging requirements. o Other reasons or additional comments (please explain below). o Cannot handle due to present plant loading. I / We wish to quote / Proposal on similar goods / services in future o Yes o No Authorized Company Official – Signature and Title: _____________________________ Date: ___________________________________ Firm Name: ______________________________ Address: ________________________________ City: ____________________________________ Province Postal Code: ______________________ Telephone Number: ________________________ Supplier’s Initials ________

Supplier’s Initials_______________

Page 42

Squamish Fire/Rescue; Proposal #14/01 Supply and Delivery of One Fire/Rescue Engine

“Proposal Evaluation Guide” for Engine #2; RFP # 14/01 Suppliers Name:____________________

Proposal #______________

Criteria

Points

1. Apparatus Construction and design a. Ability to meet proposed work. b. Functionality and Innovation of design.

2. Service and Warranty a. Overall Warranty b. Warranty facility i.

Proximately to Squamish and consideration of staff travel time.

/15 /10

/05 /10

c. Service for Engine i.

Proximately to Squamish and consideration of staff travel time.

/10

3. References a. Quality of previous built apparatus b. Information from Reference Checks

/10 /15

4. Price a. Total price which closely meets request.

/25

i.

Provided that the District of Squamish may evaluate taking into account Base price, trade ins, environmental initiatives and optional equipment.

TOTAL POINTS: /100 Notes:___________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ Supplier’s Initials_______________

Page 43