Loading...
HomeMy WebLinkAboutContract #: 008274 - From: To: - Pierce Manufacturing, Inc - Town of North AndoverV New ngland Appraisal, Inc P.O. Box 2744 Woburn, MA 01888 (781)942-2600 Fax (781)942-0940 Consulting the Transportation, Construction & Fire Service Industries Invoice Date: 7/7/2011 Carrier: Town of North Andover Attn.: Mark Rees 120 Main St North Andover MA 01845 Insured: North Andover Fire Department 124 Main St No. Andover MA 01845 Claimant Name: Year Make Model Risk: 2010 Pierce Fire Truck Arrow XT 1500GPM Pum Claim File No.: 635400 Date of Loss 6/8/11 Vehicle ID License 4P1CA01H2AA010644 FIRE Al54 Photographs @ Telephone Calls & Faxes Mileage @ Labor @ Inspect/Evaluation $250.00 ........ lnv.aic.> A.6M4.Q0........................................... Total Invoice $250.00 Memo To: Board of Selectmen From: James Purcell, Interim Town Manager Date: September 12, 2011 Re: Manager's Report — Week ending September 10, 2011 Please note that Executive Session starts at 6:00 p.m. Al. Acting Town Manager: Per the Town Charter the appointment of an Acting Town Manager shall be for a period not to exceed ninety days, and it may be renewed and only renewed once for an additional period not to exceed ninety days. Jim Purcell's ninety days is on September 25, 2011. A2. Fire Chief Melnikas At the Board's meeting on June 13, 2011, the Town Manager informed the Board that Fire Chief Melnikas was entitled to receive a 2% increase per his contract also but the Board has to vote to approve the increase for him. Selectmen Smedile, Gordon and Lanen said they would like to hold off on this until the board received the appraisal on the fire truck. When this was settled and they were satisfied with the results then they could revisit the 2% increase for the fire chief. Enclosed in your packet is the new appraisal for the Fire Pump Truck at $462,500. Now that this has been clarified the Board should revisit the 2% increase for Chief Melnikas. 0 Page 1 Johnson, Adele From: Purcell, James Sent: Tuesday, August 30, 2011 10:11 AM To: Johnson, Adele Subject: Fw: Fire Truck Appraisal Adele. Please forward to BOS, Fire Chief, Tom Urbelis, and Ray. Thanks. From: Purcell, James To: 'newenglandappraisal@comcast.net' <newenglandappraisal(aDcomcast.net> Sent: Tue Aug 30 10:09:22 2011 Subject: Re: Fire Truck Appraisal Thanks Greg. From: Gregory Cunha <newenglandappraisal@comcast.net> To: Purcell, James Sent: Tue Aug 30 10:06:39 2011 Subject: RE: Fire Truck Appraisal Jim, The Appraisal that was previously submitted did not include the $32,562.00 in options. Once those items are added in the value of the 2010 Pierce Pumper E-2 would be $ 462,500.00. Hopefully this will clarify the issue. Regards, Greg Cunha New England Appraisal, Inc. PO Box 2744 Woburn, MA 01888 781-942-2600 781-942-0940 fax From: Purcell, James jmailto:JPurcell@townofnorthandover.coml Sent: Thursday, August 25, 20113:49 PM To: 'newenglandappraisal@comcast.net' Cc: 'rosemarysmedile@aol.com' Subject: Fire Truck Appraisal Hello Mr. Cunha The North Andover Board of Selectmen ask that you update your appraisal of the town's 2010 Pierce Pumper Engine 2. The Board needs to be clear on whether or not your fair market value determination included the value of all change order items to the base vehicle. Thank you for your prompt attention to this request. It:;at n,vt.e If f 'esa .whuseu�, Seoetarp of State's office has deterrnined that most email:•: to and iron municipal ottices acid off cials aie pub I;c. Ieco!os i o� :roIt' n'or.u3t':;l far::4c :o http://www.sec.state.ma.us/pre/preidx.htm. Please eonsd-J %r � t;vUanotoil tx=fore printing this email Purcell, James From: Purcell, James Sent: Thursday, August 25, 20114:14 PM To: Melnikas, Andrew Subject: FW: Fire Truck Appraisal Chief FYI. From: Purcell, James Sent: Thursday, August 25, 20113:49 PM To: 'newenglandappraisal@comcast.net' Cc: 'rosemarysmedile@aol.com' Subject: Fire Truck Appraisal Hello Mr. Cunha The North Andover Board of Selectmen ask that you update your appraisal of the town's 2010 Pierce Pumper Engine 2. The Board needs to be clear on whether or not your fair market value determination included the value of all change order items to the base vehicle. Thank you for your prompt attention to this request. ' �:�, No# A Public Document BOARD OF SELECTMEN EXECUTIVE MINUTES AUGUST 22, 2011 EXECUTIVE SESSION: The Executive Session convened at 7:00 p.m. ATTENDANCE: The following were present: Chairman Tracy Watson; Clerk William F. Gordon; Rosemary Smedile, Licensing Chairman; Daniel Lanen; Donald Stewart; and Interim Town Manager James Purcell. Rosemary Smedile made a MOTION, seconded by William Gordon, to move into Executive Session to discuss Litigation and to consider the purchase, exchange, lease or value of real property. Roll Call vote: William Gordon yes, Rosemary Smedile yes, Donald Stewart yes, Daniel Lanen yes, Tracy Watson yes. Vote approved 5-0. Chairman Tracy Watson declared that an open meeting may have a detrimental effect on the bargaining position of the Selectmen. Purchase, exchange, lease or value of real property Interim Town Manager James Purcell informed the Board of a Mass Works Infrastructure Program that provides grant funding for publicly owned infrastructure including, but not limited to sewers, utility extensions, streets, roads, curb -cuts, parking facilities, site preparation, demolition, pedestrian walkways, streetscape, and water treatment systems. The Mass Works Infrastructure Program will reduce the burden on municipalities and streamlining will reduce municipal grant management burdens as well. Public Works Director Bruce Thibodeau says that this grant program will cover 100% of the Osgood Street sewer project including design, construction and betterments. This is a win, win situation for the Town and for the Orit Goldstein, owner of Osgood Landing. The Town needs the cooperation of Orit Goldstein on this project and Bruce believes that she will want to cooperate which will also enhance development and expansion of her property. This Grant needs to be submitted by September 8, 2011 and from that date the Town has 120 days for plan designs. Bruce will set up a meeting with Orit Goldstein to inform her of the program and to acquire a small portion of property. The Town also needs a 2/3 vote at a Town Meeting. The Board needs to make two motions and vote to move forward with this grant program. Daniel Lanen made a MOTION, seconded by William Gordon, to authorize Interim Town Manager James Purcell to submit a grant application to the Massworks Infrastructure Program for the Osgood Street Sewer and Pump Station Project. Roll Call vote: William Gordon yes, Rosemary Smedile yes, Donald Stewart yes, Daniel Lanen yes, Tracy Watson yes. Vote approved 5-0. Daniel Lanen made a MOTION, seconded by William Gordon, to authorize the Town of North Andover to accept state funding for the Osgood Street Sewer and Pump Station Project and agree to implement the Massworks Infrastructure Program requirements associated therewith. Roll Call vote: William Gordon yes, Rosemary Smedile yes, Donald Stewart yes, Daniel Lanen yes, Tracy Watson yes. Vote approved 5-0. Litigation Rosemary Smedile said that she received a voice mail message from Appraiser Gregory Cunha for the Pierce Pumper Engine 2. When he appraised the fire truck he was not aware of the extra options that were added to the truck. His appraisal was based on the base price at $430,000 not counting extras. Selectmen decided to have Interim Town Manager James Purcell contact Mr. Cunha and ask him for a new appraisal including the extra bells and whistles. ADJOURMENT: William Gordon made a MOTION, seconded by Daniel Lanen, to move out of Executive Session. Vote approved 5-0. Respectfully submitted, Adele J. Johnson, Administrative Secretary r BOARD OF SELECTMEN EXECUTIVE MINUTES EXECUTIVE SESSION: The Executive Session convened at 6:00 p.m. CONFIDENTIAL Not A Public Document July 25, 2011 ATTENDANCE: The following were present: Chairman Daniel Lanen; Clerk William F. Gordon; Tracy Watson, Licensing Chairman; Rosemary Smedile; Donald Stewart, Town Manager James Purcell; and Assistant Town Manager Ray Santilli. Rosemary Smedile made a MOTION, seconded by Donald Stewart, to move into Executive Session to discuss Litigation. Roll Call vote: William Gordon yes, Rosemary Smedile yes, Donald Stewart yes, Tracy Watson yes, Daniel Lanen yes. Vote approved 5-0. Chairman Daniel Lanen declared that an open meeting may have a detrimental effect on the bargaining position of the Selectmen. Litigation The Board received a letter from appraiser Gregory Cunha for the Pierce Pumper Engine 2. Based upon the description of the apparatus and the full factory warranty, it was appraised at a fair market value of $430,000.00. The Board questioned this appraisal because the base price with the extras came to $472,286.00. This is a huge $42,000 difference. The instruction given to the appraiser was go look at the truck as is and tell us what it's worth today. What is the depreciation? The question was "Did the Town get what they paid for?" Ray Santilli and Rosemary Smedile tried to contact Mr. Cunha today but he did not return a phone call. The Town wrote specs for a new vehicle and the Town bought a stock/demo vehicle and staff was aware of it. Interim Town Manager said that after reviewing all the documents that this was a rushed job done poorly. Assistant Town Manager said the Fire Department knew they were buying a stock vehicle and did not communicate that with the town. The only time the Town would have to justify the purchase if actions go publicly would be if the other company "Engine 1" could go to the AG office and complain. The Board wants the appraiser to clarify the value of what the truck was worth when delivered with all the bells and whistles and what it is worth now if depreciated. Chairman Lanen asked Rosemary Smedile to call the appraiser again and see if he could clarify his appraisal. ADJOURMENT: William Gordon made a MOTION, seconded by Rosemary Smedile, to move out of Executive Session. Vote approved 5-0. Respectfully submitted, Adele J. Johnson, Administrative Secretary New England Appraisal, Inc P.O. ox 2744 Woburn, MA 01888 (781)942-2600 Fax (781)942-0940 Consulting the Transportation, Construction & Fire Service Industries 7/7/2011 Mark Rees North Andover Town Manager 120 Main Street North Andover, MA 01845 RE: 2010 Pierce Fire Apparatus Dear Mark, I was requested to evaluate the T/O No. Andover's 2010 Pierce Pumper Engine 2 1 inspected the Apparatus while it was out on a call to the Eagle Tribune Plant and found the following to be true and correct as best that I can discern. 2010 Pierce Arrow XT Fire Apparatus VIN 4P 1 CA01 H2AA010644 Engine- Detroit Diesel 14.01L 470 HP Transmission- Allison Gen. IV 4000 EVS Front Axle- Oshkosh TAK-4 22,8001b capacity Rear Axle- Meritor RS24-160 24,0001b capacity Tires -Front 425/65R22.5, Rear 12R22.5 Goodyear Pump- Waterous 1500GPM Single Stage Foam System- Husky 12 Single Agent Tank- 750 Gallon capacity poly tank Mileage at time of inspection- 14,519 Based upon this description and the fact that the apparatus carries a full factory warranty, it is my opinion that the fair market value of $ 430,000.00 would be in line Respectfully submitted, Neyv England Appraisal, Inc. _ ,,'Gregory M: C0ha President MA Appraiser # 7810 Purcell, James From: Thomas J. Urbelis [tju@uf-law.com] Sent: Friday, July 08, 20118:42 AM To: Purcell, James; Lanen, Daniel; Santilli, Ray Cc: Carol McGravey Subject: FW: 2010 Pierce Engine 2 Attachments: 635400 Summary Letter.JPG; 635400 Work Invoice.pdf From: Gregory Cunha [mailto:newenglandappraisal(a)comcast.netj Sent: Thursday, July 07, 2011 10:40 PM To: 'Rees, Mark' Cc: Thomas J. Urbelis Subject: 2010 Pierce Engine 2 Mark, Attached is my evaluation of the 2010 Pierce Fire Apparatus that I was asked to inspect by Town Counsel, Tom Urebelis. Regards, Greg Cunha New England Appraisal, Inc. PO Box 2744 Woburn, MA 01888 781-942-2600 vm 781-942-0940 fax Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. Y l `) �- t-,/ a� � Y_7 �14� p�bN Srac{C t4 13 DQE' n u f r SCC f9 # " r,4vrx'It %e� 3 E� �1 c sP�'� ru►r s STWC44 d) L..+� I 10 13 SCe l lJl DC,�i i1Qls%.. �� w �✓ v ,� l ")z Cl`Z Rj4T77N6 LAOI , �M OFIA10111 C� N"O Alffr)ff) 1' -?Ielo T �Olz pit (j1gj?r, .wt- /o/t///o sP�' 1--09 Ty J � qc V6/ 3 71- � r� � �UfC CiGl� 1 Y l `) �- t-,/ a� � Y_7 �14� p�bN Srac{C t4 13 DQE' n u f r SCC f9 # " r,4vrx'It %e� 3 E� �1 c sP�'� ru►r s STWC44 d) L..+� I 10 13 SCe l lJl DC,�i i1Qls%.. �� w �✓ v ,� l ")z Cl`Z Rj4T77N6 LAOI , �M OFIA10111 C� N"O Alffr)ff) 1' -?Ielo T �Olz pit (j1gj?r, .wt- /o/t///o sP�' 1--09 Ty J � qc V6/ 3 71- � r� � �UfC CiGl� Rees, ,Mark From: Lanen, Daniel Sent: Thursday, June 09, 20113:08 PM To: Rees, Mark Subject: Re: Fire truck appraisal No Sent from my Verizon Wireless BlackBerry From: "Rees, Mark" <mreesgtownofnorthandover.com> Date: Thu, 9 Jun 2011 14:22:18 -0400 To: Lanen, Daniel<DLanen@napd.us> ,Subject: RE: Fire truck appraisal Dan, still keep this on the agenda for 6/13? . Wil. I � -0 Town Manager Town of North Andover 120 Main Street Borth Andover, MA 01845 email: mrees0townofnorthandover.com Phone #: 978-688-9510 Fax# 978-688-9556 From: Thomas J. 'Urbelis jmailto:Uu0)uf-law.com1 Sent: Thursday, June 09, 20111:37 PM To: Rees, Mark; Lanen, Daniel Cc: Santilli, Ray Subject: RE: Fire truck appraisal Two weeks From: Rees, dark[mailto:mrees(&townofnorthandover.coml Sent: Thursday, June 09, 201110:17 AM To: Thomas J. Urbelis; Lanen, Daniel Cc: Santilli, Ray Subject: RE: Fire truck appraisal Tom, do you know when you expect the appraisal to be completed? Mark 414*. Town Manager Town of North Andover 120 Main Street 1 North Andover, MA 01845 email: mrees@townofnorthandover.com Phone ##: 9'78-688-9510 Fan# 978-688-9556 From: Thomas.]. Urbelis [mailto:gu@uf-law.coml Sent: Tuesday, June 07, 20119:23 AM To: Lanen, Daniel Cc: Rees, Mark; Santilli, Ray Subject: Fire truck appraisal Dan .......... I spoke with Greg Cunha. He does such appraisals. I recommend that we have him do an appraisal of the truck which was purchased. His fee is $250. Should I tell him to proceed? Tom Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/l)reidx.htm. Please consider the environment before printing this email. N Flees, Mark From: Thomas J. Urbelis [tju@uf-law.com] Sent: Tuesday, June 07, 201110:26 AM To: newenglandappraisal@comcast.net Cc: Lanen, Daniel; Rees, Mark; Santilli, Ray; Melnikas, Andrew Subject: FW: Certificate of Title Attachments: Certificate of Title.PDF Mr. Cunha ............ attached is the certificate of title for the fire track. This is to authorize you to provide an appraisal of the value of that vehicle. Per our discussion, I understand your fee will be $250. Please contact North Andover Fire Chief Andrew Melnikas (978-689-95931 for the details about the truck. your appraisal should be directed to Mark flees North Andover Town Manager 120 Main Street North Andover, Mass. 01845 Thank you. Thomas Urbelis, North Andover Town Counsel Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: htt�://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. 7 THOMAS J. URBELIS e-mail tju@uf-law.com URBELIS & FIELDSTEEL, LLP 155 FEDERAL STREET BOSTON, MASSACHUSETTS 02110-1727 June 3, 2011 CONFIDENTIAL PROTECTED BY ATTORNEY-CLIENT PRI-YILEGE Board of Selectmen North Andover Town Offices 120 Main Street North Andover, MA 01845 RE: PURCHASE OF NEW FIRE ENGINE Dear Members: JWNI Y 4 4Y11 NvKti A400VER IJ Telephone 978-475-4552 Telephone 617-338-2200 Telecopier 617-338-0122 We have been asked by the Town Manager to review the recent purchase from Pierce Manufacturing, Inc. ("Pierce") of a fire engine, a Pierce Arrow XT 1500 GPM Pumper Fire Truck. The reason for the request is that the fire engine had an odometer reading of 12,221 miles when it was registered to the Town on April 18, 2011. In response to that request, we have reviewed the Town Manager's procurement file regarding the purchase, including the Invitation for Bids, the Specifications, the bid submitted by Pierce Manufacturing, Inc., and relevant correspondence. We have also met with the Fire Chief. Based upon our review, we have found the following: Chief Melnikas provided us with a chronological summary, which is attached hereto as Attachment 1. The Chief's chronology begins in September of 2010, with an email to Lt. McGuire from Robert Wilker concerning the price and availability of stock units from Pierce, which included a listing under "Pumpers" for a "Job 22615 Arrow XT" at a price of $474,731.00. The email to Lt. McGuire is referenced in a letter to Mark Rees from the Fire w:\wp51\work\n-andove\eonesp\selectmen.Itr -fire uvck.docx URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 2 Chief dated May 31, 2011, which is attached hereto as Attachment 2. The May 31 letter from the Fire Chief points out that because the vehicle purchased was a "stock" vehicle, the Town was able to get a discount of approximately $35,000.00 from the listed price, and that the Town also received a two year warranty rather than the standard one year warranty. The Chief informed us that the Pierce Arrow that was ultimately purchased by the Town was brought to the Town for rWf/ oWtCIL7WTi7 viewing in September, 2010, and that vehicles from other companies were also brought to the Town at about the same time. The Chief also informed us that it is common for a company to drive a stock vehicle to shows at various locations across the country or Canada. It is approximately 800 miles from the Pierce facility in Wisconsin to North Andover. Subsequent to viewing the vehicles, the Fire Department prepared specifications for the purchase of a truck. Some questions regarding the specifications were brought to the attention of the Office of the tri, .- P��`cC Inspector General, who wrote a letter to Mark Rees dated January 3, 2011, outlining several general considerations when using highly technical specifications. (Attachment 3) An Invitation for Bids was issued by the Town on December 28, 2010. In response, two vendors submitted bids, which were reviewed by the Fire Chief. The bids were from Pierce, in Sr-cy—j ( 010 ()P_SfiQUC ? the base amount of $439,724.00, and from Emergency One, in the amount of $411,000.00. On February 7, 2011, a letter was submitted to Mark Rees from the Fire Chief stating the areas where, in his opinion, the Emergency One Bid was not responsive to the Invitation for Bids, and recommending that the contract be awarded to Pierce. On February 17, 2011, the contract between the Town and Pierce was signed, for the amount of $472,286.00, which included the base price plus options in the amount of $32,562.00 selected by the Town. On March 15, 2011, a Purchase Order for $472,286.00 was submitted by the Fire Department. On March 28, a URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 3 representative of the Fire Department went to the Pierce facility in Wisconsin to inspect the truck, and approved it for delivery. The truck arrived at the North Andover Fire Department on April 1, 2011, and training tools place by the Pierce representative from April 4-8, 2011. Payment was made to Pierce on April 14, 2011. The Fire Department registered the vehicle, and the title was issued on May 6, 2011 to the Town of North Andover for a "New" vehicle, with an odometer reading of 12,221 miles. (Attachment 5) The foregoing facts raise the following issues for consideration: 1. The Specifications contain a number of references that would indicate the Town's intention to purchase a new vehicle with few miles, such as references to the "building" and "construction" of a vehicle, to a "new" chassis, and to the inspection of drawings,"before construction begins," which may raise issues of whether strict compliance with procurement laws occurred. 2. The bid submitted by Pierce referred to a "stock" vehicle, and the Fire Chief has told us that he and other members of the Fire Department were aware that the vehicle to be purchased was the "demo" vehicle they had seen in September. 3. Representatives of the Fire Department inspected the vehicle on at least three occasions before it was paid for and registered by the Town: when it was brought to the Town in September of 2010, when a representative of the Fire Department visited the Pierce factory in March, 2011, and after the vehicle was delivered to North Andover on April 1, 2011. 4. Whether the Town has sustained any damages, and in what amount, due to the fact that the vehicle had 12,221 miles when it was registered and the title issued to the URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 4 Town. For example, did the Town receive what it paid for when it paid a base amount of $439,724? How is the Town damaged by not paying an additional amount for a brand new vehicle? To this point, the Fire Chief has indicated to us that, while he was not aware of the specific mileage until the vehicle was registered in April, 2011, he was aware that, as a "stock," or "demo" vehicle, it would have some mileage upon delivery to the Town. The Chief has also indicated to us that, even if he was aware of the actual mileage prior to the purchase in April, 2011, he would have recommended the purchase of the vehicle because of the reduced price, and his I1 �'Ifigf�� opinion of the high quality of the vehicle and its expected useful life. rV, OA cr FO Very truly yours, //1 i �, � f rr Thomas J. Irbelis TJU/lcmp Enclosure cc: Mark Rees (w/enc) Raymond Santilli (w/enc) Chief Andrew Melnikas (w/enc) ATTACHMENT 1 TOWN OF NORTH ANDOVER Fire Department Fire Prevention Office Central Fire Headquarters 124 MAIN STREET NORTH ANDOVER, NIASSACW SETTS 01845 Telephone (978) 688-9593 FAX (978) 688-9594 Andrew Melnikas Fire Chief amelnikas@TownofiVorthAndover.com VorthAndover.com Lt Frederick McCarthy Fire Prevention Officer F.McCarthy@townofnorthandover.com Chronological summary of Pierce Engine Purchase September 16, 2010 Email to Lt McGuire to Robert Wilker concerning available unit and pricing. Because it was a stock unit, there was a price break and an additional years warranty. December 28, 2010 Invitation for Bids.Two vendors submitted bids: Pierce Manufacturing and Emergency One. An analysis of the bids was done and Pierce was able to meet the specs. Contract awarded to Pierce February 11, 2011 February 17, 2011 Contract signed ( $ 439,724.00) minus options .The options package totaled $ 32,562.00 February 17, 2011 Pierce Engine leaves Canada enroute to Wisconsin. This engine was being viewed by several departments in United States and Canada as well as the North Andover Fire Department. February 24, 2011 Email from Fire Chief to Town Manager Rees asking that one person be allowed to go on an inspection visit. 2 March 15, 2011 Purchase Order cut for Pierce Engine. Amount of the purchase order was $ 472,286.00. According to the title on the engine, the actual purchase date is April 18, 2011 March 17, 2011 Fire Chief receives the approval to send one individual to Wisconsin to oversee the installation of equipment. Mike Beirne was that individual. March 28, 2011 Lt Beirne leaves for Wisconsin, accompanied by Bob Wilker, sales representative from Pierce. Lt Beirne returned from Wisconsin on March 30, 2011 March 30, 2011 Pierce Engine leaves Wisconsin enroute to North Andover Fire Department. April 1, 2011 Pierce engine arrives at North Andover Fire Department, Station # 2 April 4-8,2011 Training done on Pierce engine. Training was done by John Fox, engine operations technician for Pierce Manufacturing. April 8, 2011 After the last day of training which was April 8, 2011, the engine is sent to Minuteman Fire and Rescue Apparatus Inc. Company, Walpole, Mass. for additional tool mounting, and lettering May 18, 2011 Pierce engine has been lettered and equipment mounted and is being prepared to go in service May 21,2011 Pierce engine in service as of this date as Engine # 2 Respectfully submitted, Chief Andrew Melnikas ATTACHMENT 2 TOWN OF NORTH ANDOVER Fire Department MAY 3 12011 _ Fire Prevention Office Central Fire Headquarters 124 MAN STREET --,, I QF iUWAl,illlANAGLR NORTH ANDOVER, MASSACHUSETTS 01845 - - -- Telephone (978) 688-9593 FAX (978) 688-9594 Andrew Melnikas Fire Chief amelnikas@,,TownofVorthAndover.coin Lt .Frederick McCarthy Fire Prevention Officer FiVfcCa?•tliy@toii,nofnoi-tlzandover.corn To: Mark Rees, Town Manager May 31, 2011 From: Andrew Melnikas Re: New, Engine Attached please find some information relevant to the issue surrou ding the recently purchased fire engine. As you can see from the email sent b Mr. Wilker the list price for the model we purchased was $ 474, 731. As a result of this vehicle being " stock " or " demo " we were able to get a discount in the area of $ 35,000.00. In addition per the attached sheet titled, "Exceptions and Clarifications to Specifications, we received a two year warranty versus the standard of one year. I realize that the concern is as a result of the mileage on the vehicle. My error, in judgment would be one of omission rather than commission. I would be willing to explain my.decision to whatever forum you wish. Resp tfully, ndre Melni s, Fire Chief Melnikas, Andrew From: Beirne, Mike Sent: Friday, May 27, 20114:34 PM To: Melnikas, Andrew Subject: Engine 2 Chief, It took me a little while, but I found what I was looking for. Below is a copy of one of the: original emails from Bob to Tim. Per Bob's email, the original price for the truck was $474,731. The contract price, minus the options (they weren't part of the truck when Bob sent the first email] was $439,724 for a difference, or "savings" if it sounds better, of $35,007. The final price including options, as you know was in the $477,000 range. Note that our truck is stock #22615 [indicated in bold red type] Pierce information. He is coming to station 2 on the 29th at 1700. It is more expensive than I thought it would be. Tim From: Robert J Wilker [sfdengine2@gmail.com] Sent: Thursday, September. 16, 2010 3:30 PM To: McGuire, Tim Cc: Robert J Wilker Subject: Re: North Andover Fire Dept. 1. 1 left drawings etc for the stock truck at station with the mechanic a few welts ago..Dan Ryan > 2. 1700 his on 9/29/10 E•2 is One 3. I have requested leasing info on two units 4.Stock units go rant ,web site Is updated everyday Below are some examples of prices for aerials and pumpers.,., from the stock program. Ladder Trucks: 1. Sob 22551 Arrow XT 105' $ 863,312 2. bb 22347 Velocity 105' $852,700 3. Job 22553 Arrow XT 10S' $863,312 4. Sob 23298 Arrow XT IOS $807,952 5. Job 22318 Arrow XT 75' $. 746,479 6. Job 22852 Impel 75' $ 713,284 PUMPERS 1.30b 23443 Velocity $491,308 2.3ob 22618 Impel $437,264 3,3ob22079 Impel $393,272 4.3ob 22409 Contender $314,473 S.Job 22491 Contender $360,800 6 -Job 22316 Contender $322,320 7.Job 22440 Contender PIC $349,467 8.3ob 22767 Arrow XT Top Mount $498 033 .9Job 22615 Arrow XT $474,731 IOJob 23733 Big Block contender $4 ,000 Most if not all the Custom Contenders have 1,000 gallon tanks..makes for a very high hose bed. If one or the above units looks good let me know and I will go to the sales manager and see: what kind of discount we can get Leasing numbers maybe back tomorrow..r 1 think the best bang for your buckon the pumpers would bejob4�: or 23733 both area lot of truck Forthe money... Also If one of the Ladder trucks looks good let me know which one.. // �Y� Its hard to ask for discountserig.whhout knowing what he you o no .think are all different If you can prck two we can put together a package with trades together with the lease which you can tying lo the Town. The drawing Uat Dan Ryan has, will snow height and kngMh. OAH was ll feet 3 inches.. l do not think it would fit at HQ.. PLEASE NOTE ABOVE PRICES ARE FOR BUDGET PURPOSES ONLY. Bob In addition to the "price break", the "Contract" does list the truck as a "stock" unit. Per the "Exceptions", we also received a two-year bumper -to -bumper warranty as opposed to the one year that was spec'd. Note that the "Exceptions" also show a 60 -day delivery time. I'm attaching copies of the "Contract" and "Exceptions" which show the items I mentioned. I hope this helps and apologize for the ongoing aggravation this whole process has caused. Our aim was to get the best truck we could .for the Town in the shortest amount of time. I think we did so. Further, I thought that was clear to the Town. Please keep me updated on this issue. If I can be of further assistance, let me know. Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall January 21, 2011 PROPOSAL POR FURNISHING 120 Main Street North Andover, MA 01845` FRE APPARATUS The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Pierce Manufacturing Inc. at its home office in Appleton, Wisconsin, the apparatus and equipment herein named and for the following prices_. One (1) Arrow XT 1500 GPM Pumper Stock Unit # 2261STR S 439,724.00 This apparatus is available on a (first come — first serve basis) and is subject to prior sale. _ TOTAL $ Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 60 calendar days after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to you at The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the .purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect the cost of the construction of the apparatus. The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) iules and regulations in effect at the time of bid, and with. all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of bid,. except as modified by customer specifications. Any increased costs incurred by first party because of future changes in or additions to said DOT or NFPA standards will be passed along to the customers as an addition to the price set forth above. Unless accepted within 30 days from date, the right is reserved to withdraw this proposition. PIERCE MANUFACTURING INC. By: SALES REPRESENTATIVE Jeffrey P. Fournier EXCEPTIONS & CLARIFICATIONS TO SPECIFICATIONS North Andover, Massachusetts Page 9. One Year Warranty We propose a Two (2) Year Bumper to Bumper Warranty in lieu of the One (1) year specified. Page 67 Warranty Paint and Corrosion We propose a Ten (10) Year Non -Prorated on the cab and body. Page 70, Delivery Pierce Manufacturing, Inc. will deliver the apparatus within 60 calendar days provided that a signed contract is received at Pierce Manufacturing by the close of business on Friday January 28, 2011, Page 84 Section S Insurance 5.2 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following coverages: Commercial General Liability Occurrence Form LXD 9611 (00-05): $1,000,000 Each occurrence Bodily Injury and Property Damage Liability $1,000,000 Products/Completed Operations Aggregate $5,000,000 General Aggregate $1,000,000 Personal and Advertising Injury 5.3 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following Commercial Automobile Liability Coverage (ISO Form CA0001 (10 01) Symbol 1 (Any Auto) : $1,000,000 Each Accident Bodily Injury and Property Damage Combined Single Limit 5.4 We propose "Claims for bodily injury and property damage subject to the policy terms, conditions and exclusions". 5.5 We propose deleting: "MIIA" With renewal certificates issued prior to expiration of a policy period. ATTACHMENT 3 19be Commoniveattb of ag5arbu5at! Office of the 3n5ptctor general GREGORY W.;S.ULLIVAN INSPECTOR GENERAL Jan Mark Rees. Town Manager Town of Norah Andover 120' Main Street North Andover, MA 01545 Dear Mr: Rees; The Town of North Andover is writing specifications for the<procurement of fire vehicles: A review of this procurement highlights three important considerations when using highly technical specifications: (1) the: proper use of proprietaryspecifications; (2)use of ;brand names and the term "or equal" to accept other' brands or models on. an "or equal" basis; and (3) the M.G.L. c.3013 prohibition against exceptions. In addition, this Office reviewed whether the Town properly delegated authority to the individuals who authored the specifications. While our Office does not review and edit, specifications,, We can provide ,general information regarding proprietary specifications and delegations of purchasing authority. i hope the following information will be helpful. Proprietary, "Or Equal;" and Exception Specifications Proprietary specifications cite specific brand names or have the effect of restricting the procurement to one product and, accordingly, increasing costs. According. to M.G.L. c.3013, §14, you may use proprietary specifications only if "no,; other 'manner of description suffices, and even then you must provide a written justification for your decision and keep this document in yourprocurement file. You mush have a separate written rationale for each proprietary item that you exclusively required. If your specifications limit the procurement to one product, the specifications are proprietary and require a written rationale as to why it is in the Town's best interest to u90-9 proprietaryspecification. Failing to document your reason for the use, of the proprietary specification could not. only constitute a violation ofIM.G.L. c.3013, but could also result in. protests and a need to rebid. If you are not able to avoid, using proprietary specifications; you may still be able to foster competition. For example; if you are replacing warning lights on ail fire trucks, you may decide that the new warning lights should be the same brand and model as the previous warning lights in order to ensure compatibility and uniformity among all fire trucks. You may also have maintenance and warranty -rights that you would jeopardize Mark Rees January 3, 2011' .Page 2 if you installed another manufacturer's equipment. in cases such as this where there is a valid rationale for the use, you may specify the brand name: of the light manufacturer.. Since several dealers may sell the brand and model of warning lights you are seeking, you will still be able to obtain competitive quotes, bids, or proposals 'in response to your proprietary specifications. equiring a brand name.may .be ,avoided by describing the requirements to be. met` using an industry standard, or you may request a. brand name and use the term "or equal." to describe a. requirement while making it clear- :that other brands.arb acceptable.. However, do not assume, that by using the term "or equal" after a ,brand name specification you are not using a proprietary specification; Since -the awarding authority reserves the right to ,say what is equal, bidders will, not know whether the jurisdiction considers a supply or service equal until after the contract award. Instead, or in addition.to the brand name; the specifications should name all ,salient characteristics that the Town Will, use 'in comparing 'brands and determining whether a product other' than the named :brand :is equal': Generally, you -should write ,your specifications to describe how bidders must meet the requirements, as opposed 'to specifying a `brand name that bidders must equal. If you are unsure if an equivalent product exists, it is in your best interests to treat the procurement as proprietary, stating in writing why no other manner of description will suffice. Doing so will save the step of determining whether a substituted product is equal. .Specifications that allow a bidder to take "exceptions" do not complywith`M G -L. c.3013: In effecf, this approach would let bidders write their own specifications. Allowing each bidder to furnish its own specifications would not permit; real competition amongst bidders and would allow Town officials to exercise. favoritism in awarding the contracts. It is the Town's responsibility to define what it needs with as much specificity as possible so that bidders are offering supplies, services, and prices on a clearly .defined -- and level — playing: field. Delegations of Purchasing Authority Chapter, 8.08 allows.a Chief Procurement Officer (CPO); a purchasing agent, and other purchasing officials wide latitude to delegate powers and duties. to other officials. A delegation can. be specific and limited to. a particular purchase or class of purchases; or it can be more general. It is our understanding ;that. the Town Manager acts as the: CPQ. Any delegation of purchasing duties by the Town Manager' to North Andover personnel must be done in writing. The delegation is not effective unless the OIG receives a copy of the completed delegation form. 1 have attached a delegation form to this letter. A delegation filed. with our Office will remain in effect until the CP.O purchasing agent, or otherpurchasing official amends or revokes it, unless the delegation includes an expiration date, The CPO retains responsibility for overseeing the procurement and ensuring that the jurisdiction conducts the process in accordance with,state and local laws. Mark Rees January 3, 2011 Page 3 If North Andover has a charter, bylaw, or ordinance governing the exercise: of purchasing powers; any delegation of Chapter 30B powers and duties is subject ;to those provisions. For example, a bylaw that requires the town manager to purchase all supplies would prohibit the transfer of that responsibility through a Chapter 306 delegation. If you have any questions about your local procurement system, :contact your -CPO or legal counsel.. The law calls for clean lines of authority. If the CPO, purchasing agent, or other purchasing official is not involved' in day-to-day responsibility for procurement generally odor a particular procurement,then this is indicative of a need for a delegation:. Our Office advises governmental bodies .th';at the ;individual who is charged with day-to-day responsibility for procurement, including writing specifications, should be delegated authority. Individuals should not be writing specifications without delegated authority from the CPO, purchasing agent, or other purchasing official. Please feel free to contact this Office at 617-722-8838 if you have any further questions regarding proprietary specifications and delegations of purchasing authority. Sincerely, h4l. i' Barbara J. Hansberry General Counsel' ATTACHMENT Instructions Chief Procurement Officer's Delegation of Procurement Powers and Duties Form ` Chapter 301;, Section 19; of the General Laws authorizes the Chief Procurement Officer (CPO). of a govemmental body to delegate procurement: powers and duties to other employees of the governmental :body. The CPO has great discretion in making delegation = it can be very` specific and limited, or very broad. Also, a CPQ; may issue more than one. delegation at a time; Therefore, multiple' people maytiave delegated authority.. Keep :in mind that you may only delegate powers you legally have. under Chapter 30B and other applicable statutes, rules, regulations, charters, ordinances, or bylaws, For example, where statues or other rules require. that a contract: be approved by the mayor, city council, board of selectmen,. or school committee, such final approval is not the CPO's to delegate. You must complete and sign one delegation form for each delegation of powers and duties; and for each subsequent amendment or revocation of' an original delegation: Step-by-step instructions are listed below: 1. Check the appropriate box. 2. Provide the: name ofthe CPO, the jurisdiction ;name, and list the official title and department;of�the employee position receiving; this delegation. Also; list the full name of the employee currently in this position. 3. Check as many boxes as apply. If you wish to delegate powers and. duties in, addition to or otherthan, those listed on the form, :check "Other" and specify the powersand duties you are delegating in an attachment: 4. Check;as many boxes as apply. if necessary, list additional departments br contracts'in an attachment. If you wish to restrict the delegation in some way other than those. listed on the form., check "Other" and specify the requirements:in an attachment. 5. Check as many boxes as apply; If you wish to impose requirements not listed on the form; check "Other" and specify,the requirements in. an attachment 6; I=nter the expiration date,.if.any, If there is no: scheduled expiration date,, enter "Not Applicable.". 7 Enter the name of your jurisdiction. "Sign and date the delegation form.. List your name, officialtitle, department, office address; and office telephone number. Also., indicate whether or not you have MCPPO'certification.. i3. Send a copy of this form to the Office of the,:Inspector General at the address provided on the bottom of the form.. 'No delegation or subsequent amendment or revocation of an original delegation shall` take effect until a 1copy of this form has been received by the Office of the Inspector General. A copy will be retained in the Office's file. Chief Procurement Officer's Delegation of Procurement Powers and Duties {Type or print legibly) 1. ❑ Original Delegation ❑ Amendment ❑ Revocation 2. Pursuant to the provisions of M.G.L. c.309, section 19, 1. (print full name) am the CPO for . and'hereby delegate the procurement powers and (jurisdiction) duties set forth below. to .3. Title Department Name I hereby idelegate the following Chapter'30B powers and duties'to the Procurements specified aherein: '❑ Soliicit ❑ Open ❑ Evaluate ❑ Award ❑ Reject/Cancel. ❑ Exercise options: ❑ increase quantities ❑1.Maintain records El All <of.the above ❑ Other (specify in an attachment) 4. This. alegation-pertains to procurements: for the following,department(s) for the following contract( ❑s): ❑ other specify in attachment) involving` Supplies Services ❑ ❑ under M'.G.L. c.30B, §4(c) (sound business practices) ❑_ ❑ under M.G.L. c.30B, §4(a) (price quotations) ❑ ❑ under M.G.L. c.306; §5 using bids ❑ ❑ un. der M.G.L., c.3013; §6 using proposals ❑" Other (specify in attachment) 5. This delegation is conditioned upon compliance with M.G.L. c.306, :all applicable statutes, rules. regulations, charters, .ordinances,,. or bylaws",,and subject to the following additional: requirements: ❑ Final approval of award by Chief Procurement Officer El Approval of.all documents'by Chief Procuremen#,officer prior to issuance El Certification as a Massachusetts Certified. Public Purchasing Official (MCPPO) El Certification as an MCPPO for Supplies and Services ❑ Certificationas an;MCPPO for Design and ,Construction: Other Certification (specify in attachment) 5. (Continued from previouspage): ❑ Completion of the following MCPPO course(s): Public Contracting Overview ❑ Bidding Basics and Contract Administration ❑ Supplies and Services Contracting ❑ Bidding for Better Results ❑ Design and Construction Contracting Ell Model lFB Course ❑ Construction Management at Risk ❑ Advanced Topics Update Other (specify in art attachment) ❑ Other requirements (specify in an attachment) 6. This delegation shall remain in effect until revoked or amended. Otherwise, this delegation shall expire on: 7; I' certify that l am the Chief Procurement Officer of Ourisdiiction name) Signed Name Title Department Office. Address Office Telephone CPO has MCPPO Certification;. ❑ Yes ❑ No Date Zip S. Send a copyof this form to Office of the, Inspector General, 'One. Ashburton .Place, Room 1241, Boston, MA 02108; ATTN- CPO Delegation. No delegation; amendment or revocation shall take effect until;a copy of the form is received by the Office of the Inspector General. ATTACHMENT 4 TOWN OF NORTH ANDOVER Fire Department. Fire Prevention Office Central Fire Headquarters 124 ANIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 To: Mark Rees, Town Manager Re: Pumper Bids Telephone (978) 688-9593 FAX (978} 6.88-9594 amel n*as(rrD,Town&NortV ndover. c otn F.McCarthy �tnwnofrtortha�idauer.conx Tebraary 7,201:1 The review of the two (2) bids submitted,;one from: Pierce, and one from Emergency One has been completed. The IFB states that" the detailed and comprehensive writ tenproposals shall be submitted in the same sequence as the Iisted `.general requirements `and ` specifications' for ease of evaluation , comparison, and checking: of compliance While Pierce followed the IFB, essentially to the letter, Emergency One did not and this made: the review process substantially more difficult. Tn'addtion, the Emergency Onebid proposal did not meet the;specifications in several areas: - Delivery: Emergency One exceeds the :timeframe as outlined in IFB/ pg 1.-2 • Frame Does not meet requirements for size and frame., pg 9 • Frontal IImpact Protection: Not included in bid submission • Transmission: Does not meet the specifications fora six speed transmissiori • Front Suspension: Does not nieet,the requirement , GVW, pg .1:0 Rear.Suspension Does not meet the rated axle.capacity , pg 10 • Fuel Tank : Fuel tank is smaller than specified, pg .16 • Cab ; The front and rear doors are narrower than required in the LFB- The height, is also shorter than,in the IFB , pg 19 • Discharge Outlet ( front) ; Uses rubber hose for plumbing, not; stainless steel • Frame reinforcement: Does not meet requirements for size and strength, pg 9 • Front Drive Axle : Does not meet GVW and construed n type • Engine: Less peak torque; pg 14 • :Exhaust System : Has 4" steel and the IFB requires 5 stainless steel • Transmission Shifter: Not the required, per specifications, transmission,...pg 14 • Steering. Warranty:. Only has one year, IFB required three year 2 • Tires: Rear tires different than IFB, front tires are highway tread, not all season,. as required. In addition, wheels are steel, not aluminum as required, pg I,1 • Electric operated cab door windows: Windows are crank operated, not electric as specifications call for • Air Conditioning :Two condensers are called for in specifications, only provides for one. • Underbody:Support System ; Made. of aluminum,,>not steel as stated in the IFB; pg 41 • Valves: Has 'T' handles , not wheel -type as stated in the,IFB for larger discharges • Crosslay Hose Beds: Uses rubber hose for.plumbing not stainless steel as specified, pg 47 Regarding `the bid put forth by Pierce Manufacturing, it. was found that there were no areas; in which. they did: not meet, the°IFB. In actuality, the Pierce Manufacturing bid exceeded the -:.IFB in. the areas ofmaieriih workmanship, and chassis. ,A great deal of time was expended in the creation of the specifications for this engine:. All of the requirements are backed by.sound reasoning and judgment.- Given the monetary investment that the Town of North Andover is making, I strongly recommend that the bid,, entered. by Pierce Manufacturing, be the choice. of.the Town. Thank you, fot'your time,. patience, and, above all; assistance in this matter. I have attached a list of the options which we would like for this vehicle.Please call me should you have any further questions regarding this matter. Chief.Andrew'Melnikas Total $481;033.00 Engine Pierce Arrow XT stock pump 22615 $439;724.00 X :a. aluminum hosebed cover $7,399.00 X b: insta-.chains $5,523.00 X c.. 12V LED brow light $2,765.00 X d: 12V LED.brow light $2,765.00 X. e. radio antennas $274.00 X f. 6 strip outlet to.shore line $322.00 X 9 °GO;RP° electrical. connections $385.00.X. h. hard suction'trays ; $1,524.00 X i Opticom system $2,295:00 X j. 4 slot map box, $494,00. X. k: Power for MDT $234.00 X., f:. 12V power points j2 @-$234.00 ea] 468.00 X n. move switches off floof tfs seat $422,00 X n. 12V raise LED scene lights [2 @ $2628.0.01 $51256.00 X. o.. PACTRAC x 4 compts [4 @ $792.00 eaj $3,168:00 X p, Backboard. storage. under hose cover $1,492.00 X q. Modify rear rollup door $268.00 X r. _ t. Modify rollout tray for Jaws _ ........ Inspection trip x 2 members $2,755.00 X Deleted $3,506.001X Total $481;033.00 AD 7 :N ^(D LL. :E NI C C U) (4 m U C O o a) (D ` x E C to C ca (0 0(n •N CO Coy C G C G CD N NCD CLl Y (li aa) N : w .Ca (B y C ` N � C C Y 2t o 'i a) O 'to O to o .y o N. N to .Y O Y,. O' m : a C J N C Q _ y N �! c O LL C tp o L . o O to E to E to E N' E a� .. U) to a> tll c o, 0 w tll c N C :: p " tll c m' .c o D c� co :L t— cn (U to cn to N Cal 0 L LL a) QdmWQmmQ0[110W Q C C W X W2.C)w O f9 _ 7 U- d LL o ULILl-E-I-h 7 :N ^(D LL. } s s } { j a 1 Y: C t 1' t' L In N O p (0 J LL fl C %2 X �? L c _ cu Z7 OJ N a) N CD cu In C ° 2, L L a) N L U > '— co •r L •` 00�. USC7 C "D U O Y al L p N U 0' ° J : p c C °: °p a) L) d 0) o rn co n U 4 3 U J .0 N U (D. O �a3pa)0co_ O U.E . �' � O 5 J U g: c t0 ❑— W _0 Q:c U U N A U `- O �O C ° U E3 0 0 °� co L O p Q a 0 >" c6 U O CU U� C in p O °. 0 0 0 0 (1) (0 tD O) i' U p• N �. N , 0)O cc, C � ° E p -0 cu UUUU:UWW .N 001 WY -j V) U)0 c. X �? L c _ cu Z7 OJ N a) N CD cu In C ° 2, L L a) N L U > '— co •r L •` 00�. USC7 ERESMERM XIXIXIX E .6= -66 m C: .�e Lw z " L 0 01' 2 -wj (D :2 FD a) Zi U CL—., CD c ab a) C:I. 0) c c (D a) (1) CL 0 0 , t W E Q) C) E E 1�, 0 U) CL CL a nm ca 0 M c 0 co a) a CL E 65 E:- tr) 0 U) V) a) E: o .2 " ; 1-: .0 0 -0• 8) M CL — a) 0 0 0 0 — u C) Q) C) 0) (D UU 0 =0 co: --0 m m w a) cn U) ca — :3 = s a c CU Co 0 76 �C6 zu _0 1>0 'ED n a): I .,o C co 0) L 0 r- 'a) a) a) w Lu x U) <165 U) U) U) U) m U- < w C) L) U) C) L) U L)--' IL 0 ERESMERM XIXIXIX E .6= -66 m C: .�e Lw z " L 0 01' 2 -wj (D :2 FD a) Zi U CL—., CD c ab a) C:I. 0) c c (D a) (1) CL 0 0 , t W E Q) C) E E 1�, 0 U) CL CL a nm ca 0 M c 0 co a) a CL E 65 E:- tr) 0 U) V) a) E: o .2 " ; 1-: .0 0 -0• 8) M CL — a) 0 0 0 0 — u C) Q) C) 0) (D UU 0 =0 co: --0 m m w a) cn U) ca — :3 = s a c CU Co 0 76 �C6 zu _0 1>0 'ED n a): I .,o C co 0) L 0 r- 'a) a) a) w Lu x U) <165 U) U) U) U) m U- < w C) L) U) C) L) U L)--' 0 < 'a N. c C ro C .(D E CL %:E -C 2 C co ,E (p I ca m ami — 0 cu 01272 E oc La a :3 .2 E t cu .21C 0 v; 0) co 0 (u (D -0 S m Q 'a s 0 C) z olp] . Lo Q U L fa' IR a) U. Co E N c U) a) a� :.aro c. to o c _ a� c m L L c�; 0 ._ U to c o 'O 3. � a a) V) L 3 0 � a ' U a� jY E co L o 0 a os c ) E .Q. a c 0i cn 0 (n cT c c = coCL -o = ro 12 a) 0r- 0roa�ro OL Emco m aL a> �� 0��cro�O1- a) �. m M _ m koro w ccA cao�L@m' ro 2 cap�mUcnU Lo %�. 0,.�—�mUU�"_@ JJQUm �� a vs pm :o E. > a L U ,c (V'. � '- ai L z L o ro �- C 0' L L cp c iz: - m of ro; U1 ro L f 'Qi m N L c L ro L ro V-. co o o •V%. of m ro 3 p[ ._ a� a� ro a a� c L 0 L L a .o t cu c L > c v > c ;c .o Y 0 L a� • a) a) .. t c .o .0 m n E (D U) .m W>a o 0 W'>m2m-)M:< c= a� ca m ro E 0 ro m 1- m a ?WQI1J�>m2w2 m E x ro U m ro a� 'm R2W�.J2=_1OY ro �' ro� U) o W o m c c 'c� o. o UIQ' o c rn rn IR «:&4«kms~ = 7 % 2.2 / � k/ a) C: I/ .0 $ ca cu 0,®$ 0 -0 m oocu aw90 CO a2@ 3Fwg%$6k k# / \ $ \` ® 2 % a:\ < ./ & & /%EEEE 3 \ m cL /: k : All ROOM— ,I INS = m..®®l > O; (� O N(1) N N -(n -0 U) 0 N t E C 7 O (D N L coco O Q% O L L:. L. L L L W UI. -ui lD 0 to ui cn 0 to " :0. O O >S E eI—H000UW W W x O o LO L Y v d N o y C N O N F p rii @ C � , M L. 0 N O. O N Co«f CL C_ a) (0 cn . � °' Q a 0 d E; � O N N N= O O E O lL w �- 01 C CL f0 O 7 Q N O' O 09 O O N Y C �: CUr •'o.. y N==U co U m.C.0 C CU> E N (n y u�i E= E E = aaa,u�i N 0 0 0:.0 0 '0 0 0 o o �. @ a0 zfJUUUUu.�u_u_a.�'.2aa.Ua 12 cc 0- xlxlxlILlx 0 (D 0 � > U) U. 43) E . U CU p Cv _:� U- J i E FU N > a C U O i N E U")00 E O C 00 0 Q. Q 0 U j .(D 0 OUa_CL CV M .N. CL a� U L CL O CD 7Y xxxxxxxxxxxx:xxxxxxxxxx 0 o LL � o' L o ' CL m 0 c rn CP0 � -0 CD a`) < L' N 0 L.c (0a N O O a� J' J C' E O G C :G }� rn C.. a) 'O W (U U) c �' C a� U) (D a� '- rn; m — 3 0 pt � r»� o L 0 E 2 m U) L ca = :� . (a S >,,c U) U (n U U) 'U V _j 0 -� (k7 . m J CT J U CL '0 ._ 7 7 C O U 'E J w 0. c c C If. 0 p cr W 0 w 0 .c c N m 0 �,C a) m0 cc(� CLO -7 In 0.� 0) CLU)t UN -CLj<Q 0 L -L � W A? W EL U) 1:0 N' D.N X�:k: @ (0. <JZ(A0 00 LL: CV M .N. CL Qi. L- [.1 N, m co m ai: U L N U O' ro O � � O N � � C N a w ro' O L CL o m T . m (1. G M C L (Q 3 � � L- ro � C. O: Z xxxxxxx%<XXXxx tL . c v U- U- U j 0. m fn o L:: 'c N 0 O aQ) � U)caL Q o;c U ro n� J N Q N" U ..� 's v� L :p C :'N m ,E- N m > -> ° - ai a O CUN fo .�- L (T 'O. N w., / C)> o > a� N U .0 C L G q .Q N_ N [.1 N, m co m |1900 ITEM _.- ± � m n 2 . : r : .»: E. /2# .% : ». ,/ 2 tk.M ..�. / R�2#/ucto / cl\ 2 —.> �.� R N qA} g c f X ZMI &:c % e, n 2 . : r : .»: E. /2# .% : y ,/ 2 tk.M � R�2#/ucto / cl\ 0072 —.> 7 /cu g c f UY / � J / \ E . cu./\ 0 // « F k .m k .cu f £: .& © E'er c�0V)IN, o Q 2* 2 a / 2 \j 2 /a2\ / /: U) -/E Jo 'L (nƒ \\ f3g5 «� HCL Iq [ 1 ]] m| D tk.M cl\ —.> \ U) f UY / \ ƒcf=\\/. F k k / E. E'er a: / 2 \j 2 .ƒ / \ U) 'L \\ «� ¥ : . &c % §: ad2 7 7= ) 0 § / /2 �/ . ƒ: : .c 2 3C. f d) F E 0 n ± E E �U) /. ./ \16 ƒ / cy /. k' _. E E 2 . e. �\ � . ) 0) ¥ ƒ / M . f 2 o 0 'T CO in \ k /�o . �$ \ u .\. Z Z Iq [ 1 ]] m| \ a- D tk.M cl\ —.> \ U) f UY / \ ƒcf=\\/. F k k / E. E'er / 2 L. 6 2 R / \ U) 'L \ a- 4) C: O u7 Vi C 'a. O GO @ d c Ln U- `m c @ CL a U) LL vi ' LL Q' @ o C° ai m (no �- co O cw co c 0 C6 o� o0- 0 C @ iII LL cr �. a a `�� a) 0 0 in o a� 0 a LL ` M o O- o t4 3 c m > U Uy O of vi O`— LO @ ao ON Z7 M E v X _ a Eu 11 m vr o j N@ :� E L Qi N to v a C n C flca .a @ @ N .D "a 0: m T3 o. O E (D: : E cm cu T3 (D � .L — y co ,Z (>4 L CO N c O' a y c0 a `a _ E �a �� a� o o o o o o m 'Nr c 4 O ti C 4f . N N y .d N M o w C vj ,� N @ O � L_ to t0: :Q T- a) rr. 0)..0.o O : N O r' a) r r a) N O r 07. r. r- L r t� O N o@ N _ O. 0 Qi - O m cA Co .r. O a3 �� l+. O m -0. c0. @ a.daZ0:o0.0.a❑0:0- a.2n. Z0m0 ��!-ZZ❑ LoZ�'4Z XXX X X X X. >< XIL XXX XX: X X X XXX X X X X XXX IXW I I lx.xlXLI IL IX I X a: c @ @. �i .c m >@ ..N E E o J C >. > 0 :2 Y N t co C C (� fn CD U C ` (DL O (LII Cc N i' v O 0::a) " 4) `" ? "O Y L O C 0 3.C V) .0 @ co o N E @ C C C C o N °' N n m` m @ m vi L c �° y :c L > C O L O o "in o tq O v1: O ,N . O @ N V U L, m Q C' @ C Q .;.N. LL Y C 7 O. tI� VJ Q N a (n a O O cA @ « @ L O N. •� C -: .Y UO U)LO. (n .r C J J •= N Y -C ._ O UCY) N Y . O' ,Y C C.. ._ _C G C C O C c9. O (II. D •U .� C vEi C 'C C 73 .C..0 N' N G @@ O N "O: =. .@ . N .+. C C C. L lLQ @`❑. a) C O C Q) C L X cm O@ 7 7 N 7 9 ILII (LII coL fLO C �' (Q � W 1---0 LL C Q rjo W Q m co w W U W W W= U OT 0 u- U; u.. f-- }—:� (n cn Vi 0 C: O w 7 c " N @ v 00. r I W a) m C .� 6 - M co � co c ca @ @ c m ? 0) a c r 0 O Li c d): � c' 77o C[l rs CT @ : m W CL O `p C O m G O. C- @ c C OOQO C C C Np > O -C@ C b L! Q OC to V) pO L. ' i w w N = Z E EE:n•E E E E E N o@ t C L �- C -0 n Q p-0 -0 .0 M D —. N C .� :TJ U :O O O 'O O 7 O N -O. N N N � C. 'D C. p 0-a C' C O C C C .0 .0 C. +.. 3...._ o v a�. 0 c U Q) U (1)U E CO M N �:.0 C 7 N L Q 7 v O 3 O C O. 7 u 7 .3 u O c °a c L N c6 n a v a F c C" Co U _L c o c c U c :c cfl N 'O m 'O @ Q) 0: N t O Z:ZZZ�ELI O O O O) @ O zza_ O LS) 0 _ �Z O O Y O. ZZZZ O O m n.Od�Z ..0 m O O XXxxXxx X'xX x x xxXx X x XX. X X. xXXxx 7CX'X XX X c o N c p. o @o x a)c @co. c O U. 0, J, it CD G E C 'p w" O . 0 N Y. co ci U O J a) U 'n @ @ U�. O O "@ L N C@ O m� � @ O OO .N_ 7> ON �FOOC . O _ in U _O . Co C a@� N O M p .0 " T@QCL @ W T`w U U p .O M O O oUU U U @@ 0) O'10 N Z u` . - 0 o' t0-ia Rsl�7:D,DLI o3 ro a� o 222F UUUUUUW WWy-5.Lf)t)12 .0 7 a) .c O w N a 0P. to to fm 0) m CL CL CO c CV N CA N N' N a7 N C C ti N N. p N N N N E E m ILC7) N. cr CD 0) m m m ro ro C IL C.aaa as O_. �. mmmm CO o cu U C CU N LL LL LL LL U U. C �_ C C C C C C C C' . C C O O O ,.� E N o 0 (n 0 VI o O N U .O Nco o •O -O 'O 'O. ,� p)'� C C' .(n .:V..=.9 .r O. E. .0 : rn.. 'co y E N E C' to 01 t6 cu cu -0 -0C -0 .. p O O U: O to N. m -.Cn w in: tn.. to to tn. U to to O cororor000:n to to to —. ro O :8 C CJ :a flnca U y TJ n` to 0. o. 'n to :. C O CU C Ci G C C . C C -0 > >to N ,� ca ro cu co E E, L L 0 O 'O N �o ' j. 'O O N p C p C p C p C O 'O O U p, p 3 �: O U O U O o p .� N 7 U t N 'tn C cri C :ti) :C C C .tn 0 C U C i a) C m O O co C C a C , CO C CO r N N .(U. CU N 'CU a) a) ,. a) CU ln: CO c) m N — - z N ..... N M m O) JO O 010 O O O O. O. O O m O m m a Q) O O C O m 0 m :cm a a000000z I IQ-iolzlz0- z MICLla-la-1 lzzOza:zaa xxxxxxXI lxxxx,x xxkxl x X.xIx.X11XI I I xx xx xxxxxxxx x xx m a� O (% (U C O. 0 : tL N Q. > O. I -C �.L M 0 N` c� m 0 c O O m – c -� +co C a) 0) w. O N C m > U a +' U 0 +� C C to (V cn0 a 725, cv-5 J v .2 o. o. to 'L V N O E y O O ++ !� O. a cU E C .. �:. .0 L .QJ w.: C = Z m f0 a ..0 CU m •'U,. 0 cm:U U- •r- y Q •� ro ro CC°- ro CC ..a to S ro 2 'c Q c c 'p..,cU o ro ra ,^ 0 ` p— C in. _ to Z cn L y� o n° cU CQ Q E j a) •O a) .. a c cU 0 cA N. •0 ro .0 ro LL C 0 C O V Q— � a� � CU .O O �- N .� � V v' '` �L � ro t. m 0 N n. row 0 N ro N❑ •� -v v L � -O C w C C oZ �LLLL'�UU O� pco2m�m 0 M c "O:CSU-j O O O C N @ v m N m co L. co co N 0L. > p 0) 0 i) 0) m a) U� U � Co.@ UU tU` O0 .� W�LLW .N W Q(QQfnU)luI cn=LLQ""LLIUUcnUUU:UQ N : cU Co CQn,olo ro ro a� c O: w 7 M .d O n m Q) ro o m a 0 0 > C. `: a 0 0 n. = E � c 3 u- LL in aGi U U C U7 O ro a? C O N O C C C; O ny C C C C7 C Co C C C C `. 0 0 .o CO o co o co A y o 0 0 o �i 'A, 'N y 'N. N. Y (n. LL — (n U1. LL — to fA LL — = - N (n G. N >. In N m N h N N � N E .E :E ro :N E — p o o p Co- o :E o c A 7 A O a) A '7 +-:.d: tom O C C U C .O O A 7 A O n O V) w'. Vl in in ch. m v a) m LL zi 3 rn C o N, -o_ ro -0 a u- p D A > Q.> aA A A A A d '6 "O @ al a} G — '- p L a) O '- O O Y3 O o 'O . Q �;o o E v E'er° o ��: 7 7 7 0 O7 C c`�: N�� O O. -p _�:> O :N C: U C —._._ U C U C O U C N C U C Q) U • U C' ct N (p V m 'N G y 00 �- ti U(n C — cr p Ech.a) a) C U U C U C U C co .. .� .. N N fir- �M r r O O O o 0 O z O z O z .O z O. 0 O 0 O z O z Mzaz.an:a O Oi O �.:� O octan U1 �:a O zzau- :O1 p_ �ca,00z a.— ,O' zzza O1 X X X X X X X X X X X X X X X X X X AXIXIX >< X X XXX' X .X: X1I X1 I lxlx O D O ice` N >- a :. A cA E O(!1 d L. <L (n .. co c a1 c o p cmto o p c o c ro moo° E-70' c ro [L . 0) m: O U D c: ,o G o 0 3 a ro a (D m V) N a m 0: o m W N ° C 'E CL Q c N 0 �' 'C E � .� U ._ cv CL °> > .C. C _v1 Q) ?�. C p ro a) n u1. v Oi O a) G A ro a1 v, N s' O L '— Y ID ro ro 3 O 0 ca.pio .O 2. L a10 +.. ,y ....:E G ro V O C J U w CD o LLQ roUU� N o o ln�'U E o U N s C Q L :o f0 Li m;, (nroUU) m U o -j m m m tA,m m' :� m: °� m p (6 o _L O C aCOL O xt a) U a) a) 0 Qf v .o 'C cc� .�. a) E -0M-0oo - ro3a�oo �.,3 �a�mMm:3m,o. v1� afro o Exrororoa)mro;�ro� cu cu �Q �U.Un�3xU)LU>a w>m2m-1m�w w <w m202'2M,� J 7 R CD CV m m a. LL m U- 0-_ cn c a m M o O N :`= N N N c� 17 In d' ''n CT d• N co m C') ar co CM (L� , Q) 0) w N . a a) a) 7 c0 cD. ro. a s o a m :� N ai m (n m m m :.� LL L 0.. CL LL LL L.L O' CCY)'C C E -a N cm —6c C m M n o cn oa�� 17 O O.. U N .O (4 .t6 g N to 'z :1, ��0'�4� = L O N O. C O N N. N.. _ C a) (n. — "� tofn 0 ,Q a0- O O. C) 'E N — C C O —: E E; c E �:.� E (n cnn v m m a) CMN A C N.@. N 'U m JOTM �: C 'f0 Q (n �° m u :U) n c ID n 0 p N 'N . a E o 0 o rn .� C :a O fl N r<n �n .a O O O O U � o a�; — a� E E a� E E E E E _ O.p O O. O O 7C Nr .C,? N O0 cC N p 00 m CO C (3) co C�.. m n c) C; (n co M. U) i Lo C?m (DO f .c N N '0 y O a0 cc cD M. (D 0 p (n. (v co 'IT ,tn. Q) `V'. . m O O O a) O O O O O a) N O O O H a) O O O _ca O O � a) a) ' O O O m 4 ❑ZZZ .O az00CL CaMO zzQ� zIIF DdCLCLEL0Oa. xxxx x x x x x x xxx xx. Ixx x Xx 1, 1 X1 xx __, 1 x. 1 ix x xxxx xxxx x v, . EU EM o ia�i Q) VJ C..L V) C p 0 C 0 C C CI Q C y p N :(n O L O N O. O O O O_ Y . N .� O E O .o E ° >: N (n Y O U 'O' S: m c0 N_- -LJ. N y a) ILO �, N O O (O C N C U (0 C. U L U 1 L C O L7 W, c. cm I'D N � a) (n� � O N m N N N R1 a O U} J N LO a o0 t0 C c to C CO L I m , N `w •N I � (n O fr O L F- O F c) '�: '�) � C. � @ Qt- O @ O. m m Co.CLN O m Q. a C @ cl�� � LL U) °CpM •N D m CL 0- �L N� O EEO°E o 7�7,OC O °m YO. o) °.p =?E� o m O o O c :o o m xo o oo)U :0 Q° =Z.J�F--0:D • oa4cn w�-i�iaaacn�Qa:4 R N C 0 Ul M. C N 70 Q) U C a) �. — a) 0 _. a) 0_ C O N N' Lb •fQ N C;) a =a (1) _m. Q) c c c ro w @ (A ro w ° O ro e_ o o o. InE cLn ro E E In E .tn O N0 E �. 0- �. N E e 0 off°` O O m ro a ° m n Q. n ro a-a� `Lo. Q LL iEi g 0 N _ U Er L° o N CL U) C 0 U. N C in a) Mna) U O ro a) a) O O 3'6 Z ro0 - C .n' M Co U C d C.0 In N M ro U c i" roU _ L Cfl O 00 00 'ITv O to .In O � CL O 0 Loa) C:.: _ N O in c cc w (O L 0 0 -0 C C .N a) (D3 ,.: in L) .d In v U a} m _..._ o( o o .� O' o ro U) trf m a U) c. x 0) o N 0) w: co o zCL00C zzlz _tea CL a.aaLDCw.a z on.a:.(Lo:)zz x xx ><x I x I I I Ix I.x x xxxx. x x xxx xxxxxxxx Ix><xxx x x x x (d 'O 'C Co CIO E LO coC �. D c. mJ a= O C , . `- «. O 0 CV U) L a) ` O O N 7 Q .0.. O N y N J Oi = a7 of a) a) :w, to a O O ffi m —). cn c— >' a 7' O �. Via) O a)= O C 0 .O o w a) C ° �) C ZE (0 C N now O: OOOOOU .7 7 7 CO a) �._ LO L to U> " c o a f ° a= aI) d a) a) a) a) ro) aroio� o .° c°'n Q' a'i==U p CL aa :a) °) a) L. a) cL 0) c4) — m� O) tUL m 'O�IO C ,Qro CL. E E CD.>xU E C -'e Q: U U U U UL. 03 03 03 03 Na) IO fNCL-9 O c CIO =3 a. CL CLCD co c _° C ro v CIO N Mn 0:000OwwW n N N>_: � a..Q W Mn 002'z0 N O O OL 0 0�L1 M. co N (a Q.. .Q E co m CL c fV LL UC p P 0) N a) ll O. 'C. 0- E: rt-- LO: in. (U ro w a-. t2 . o It O : o N� ��: c vpi E C C. m c C C: C: Q) C T 0) U ` N U7 u � '0 !7 y O m. E Cl � E E E E 3 7. . LL: E ca . O LL U 7 U) wlIl o O o O; CO :p O (a. (a II O O '0 C C :(1) a) m•0 LL E LLLL:C ` C U C G C Cd C. N >, (I) C (1) a) a) (a CO 0 0' ; :;E . U: N v 0 v (D U N (O O) . C c C m C C L) C ca .0 ca a) d U U Co C 'ti- N (0 N (O N co, (`) co O CO (O (O M a) (? w 15 O 0 «. ? T LO tf) 0) = Q) O U D7 CLL m CA � Z 0 D .� 0 Z 0 Z 0 Z 0 Z• 0 .- 0 �- 0) CL 0) a. O E Z .a3 O" Z O Z 0) CL O) a- N ll 0) O) 0) d x xxxxxxxxx X XJXJ I I IXIx x lxlx I I x I I IXxxxxx lxlx.lxlkx xxxxxl O 0 LL . c p: U U a) - VI - a) O C O A U _ O .: m .. 0) U co U p 0. c �. t^ C (a to L C, J � (a ~ c N c tea) Co Ll IL o a) c O ° E �a> crnc� ::� C Q, , E' ym.p� :3 c a� - m m U -C, J E a) O7 J E C C t > O O U- m Q :� (a 0) C LZ. (a F- O U O ca 0 7 0) 7 (6 0' N C� J 'cjj N v 0 ar Q O C ., Co c C C 0 _N O ,.`-.: O U 0 .. m Y C cx D U tQ y C G (� O Q) C C :E 7 C 0 C b> >> N ..:� J '�. m N: O E Q7 `. _ (A U, U U ca ` C U} f- (4 }-' .0. cU O O U U' (a 4 C, (a : d) J. N U) N'C 'U rn LL Q d «. �. O O' 0 a O s N,� O a) J J a) C C C'C o <n m m� aaa�- no)U a) ca .`J 'ca n 0 L. w- Z C E E E a) C O (0 O 2 O Z` .O o 'E E E c O E E�� �; ami ca 0) t o a) E c c a) ?. c a ami u O O O U- O> Li. >- O C 0 t0 L W�tL - O .0) J - WmLYmx 0 (a: a) J. ..� . 0Ua.n 0 r7 a) O Q U (n. N O Q QQLCIW co N (a Q.. m c O Lb w m n: E N N Lo CD to CU L N p.. O .0 -0 C O C' O C O �.N 7 _ ,Op. :...0 (n N £ CD N 0 O m O - CL m .- y N U ai O D D O W CL a n m co � NN. N: @ @� `ate p r fM O O s- r r r tb °[1' N D. LL :c :-C m C - Q" CIJ CO (D CD (D O (D co co <O: (D - aa'waaaaaaa a a-0 zioz Zz -J X X lxxx X X X XI lx..X,I><:x X X X X.X Ix Ix Ix Ix.X X X X. X 0 w. v > o ❑ u w o ca�Lb> ll. LL -O E:yo :O u- to o tU _ III C C: C L11 p N s> n v O O 'i ,� M 4S O C L`` N J C 0 w O �: E C@ Vi N E' _ = C . @ 1+ O .� O -J.. E (� L (3i:V . O u� Q• ` •� c U. -� a@i to •� @ @Cc a C' U L CD � .. (�J U LJ @ ,N � J N 7 Q O •- .i n' E N@ C -O- tT M Q W U O' _LU N ,: V t. >. ly c - > p N N .S C '.0 t11 U- 0 U N N U L @@@ i O 0) a. = .6 � .LL C C ,� C 1 a> D 0 w ATTACHMENT 5 MAILING ADDRESE ONLY NORTH ANDOVER TOWN OF 124 MAIN ST FIRE DEPT N ANDOVER, MA 01845-2420 llF '31 NAME: P014OADDRESS 4. pi NORTH ANDOVER TOWN OF FIRE .DEPT 124 MAIN ST N ANDOVER, MA 01845-2420 FIRS'.T LIENHOLDER. F -T TKL,F X QF FIRSTLI E. N THE FIRST UFNH-Ci.0,-F;S' IJT Fto111'i HE DL SC?IBL:) 1`1 1 t F S, G f 1-111 S 1E FI N A NA F. T M -E TYPE BRAND BRAND PRA ID BRAIC T I T L E M --- ":-S A G - ( S): SECOND LIEWHOLDER: RELEASE OF SECOND '-IEN, I HE S ECONI D LI EN)-CLID E R'S S f I N r i I L YU Hi'l- 0 - ISC H! BE 1) 1 N THIS ,ERI I F IC A 1 E I' S H E A E 6 ' Rd,_ ' � E D '7"17i7TA1..RTMEj�JT (J r r ' R M, 1. T. itr L 14,i ... . .......... . ....... "iHii JLiENFIhIC".W5( "I NL!fj.Eli t i.A It7 OF I,-.. ................. ........... .. ........... .. Al, THE- FlEril'STRAR VEH-11-FS HEREBY CERI]FIES TO(, FlIA'I AN APPLICATION FOR A CEFITJFKA'i 01 11 I'LE I` THE tv )DTO, M VL,11I Ci- E DE. ;Y R,18 ED H ER EIN HAS BEEN D' 1L1 FILED. PLIP'SUANT `0 THE movisioNS OF 11-1E' 943 OF TI -I COJ-MINIONVVEA2 . . Ili OF 4P1CA01H2AA010644 VIAS &ACHLJSirrFTS BASED OIN HE STATEMENTS OF THEAPPLICANTANU G -N THE RECORDS ON FILE VJITi 1 :'HISACY. BK027505 ft o ' 05/06/2011 0-' OIORVEHICLES FLIHI H' H OER 1IF-IS FHAI IIIE VEIII(ALLIS 'AJBJLC' I0ANYSE;:- SHOWN i HrREIN .......... m.b6L .......... r1.0M( S! Y, -L N, 11 ypz', L Ni US'- I) Rachel Kaprielian MFRb ; j 2010 PIERC ARROW E N FIREW C, Yt AAS t�,' I F. S I PI.IrlU (A„L DA1 E coll"ll"o. NO, .4 f NO" I HUI 11 LIL NLA/lBER 12,221 06 06 4 04/18/2011Imul gnR ACTUAL MILEAGE SZS Nto-8Zr- .1 IX I MAILING ADDRESE ONLY NORTH ANDOVER TOWN OF 124 MAIN ST FIRE DEPT N ANDOVER, MA 01845-2420 llF '31 NAME: P014OADDRESS 4. pi NORTH ANDOVER TOWN OF FIRE .DEPT 124 MAIN ST N ANDOVER, MA 01845-2420 FIRS'.T LIENHOLDER. F -T TKL,F X QF FIRSTLI E. N THE FIRST UFNH-Ci.0,-F;S' IJT Fto111'i HE DL SC?IBL:) 1`1 1 t F S, G f 1-111 S 1E FI N A NA F. T M -E TYPE BRAND BRAND PRA ID BRAIC T I T L E M --- ":-S A G - ( S): SECOND LIEWHOLDER: RELEASE OF SECOND '-IEN, I HE S ECONI D LI EN)-CLID E R'S S f I N r i I L YU Hi'l- 0 - ISC H! BE 1) 1 N THIS ,ERI I F IC A 1 E I' S H E A E 6 ' Rd,_ ' � E D Ir, 14,i ... . .......... . ....... ................. ........... .. ........... .. Al, THE- FlEril'STRAR VEH-11-FS HEREBY CERI]FIES TO(, FlIA'I AN APPLICATION FOR A CEFITJFKA'i 01 11 I'LE I` THE tv )DTO, VL,11I Ci- E DE. ;Y R,18 ED H ER EIN HAS BEEN D' 1L1 FILED. PLIP'SUANT `0 THE movisioNS OF 11-1E' 943 OF TI -I COJ-MINIONVVEA2 . . Ili OF ft VIAS &ACHLJSirrFTS BASED OIN HE STATEMENTS OF THEAPPLICANTANU G -N THE RECORDS ON FILE VJITi 1 :'HISACY. NAMED IS THE CANNER OF SAIP VCf ill,'LL lig 0-' OIORVEHICLES FLIHI H' H OER 1IF-IS FHAI IIIE VEIII(ALLIS 'AJBJLC' I0ANYSE;:- SHOWN i HrREIN fti Rachel Kaprielian Registrar F 1416 II coll"ll"o. NO, .4 f NO" I HUI 11 LIL NLA/lBER Ir, Rees, Mark From: Sent: Cc: Subject: Fountain, Sean Saturday, March 12, 20118:43 AM Beime, Mike; Rees, Mark; Melnikas, Andrew; Santilli, Ray Crosby, Jeff; McClellan, John; McGuire, Tim; Ryan, Daniel; Weir, John sal Or RE: NAFD Pumper contract inquiry nice work. as usual this is a big circle jerk. no reason for delays as far as i can see other then wasting time and town $$ on counsel. pr .� �'��' f� I From: Beirne, Mike �%w 4 Sent: Friday, March 11, 20116:29 PM d _ t.,A-� To: Rees, Mark; Melnikas, Andrew; Santilli, Ray Cc: Crosby, Jeff; Fountain, Sean; McClellan, John; McGuire, Tim; Ryan, Daniel; Weir, John Subject: NAFD Pumper contract inquiry Manager Rees, 3� i I'm writing to check on the status of the pumper contract. I've been told that at this past Tuesdays Selectmen's Meeting Assistant Manager Santilli stated he was awaiting "clarification" from Town Counsel on an "insurance issue" and that the contract was going to be sent to the vendor "by the end of the week." Since today is Friday and I have yet to hear any news on the contract, I am inquiring as to its disposition. My research has shown it has been almost one month since the contract was signed by the vendor and returned to the Town. I realize that contracts are complicated matters and these types of processes are never completed as rapidly as we'd like but can someone please explain what the specific cause for delay is and when we can expect a resolution? Further could this, or a longer delay, be grounds for the vendor to terminate the letter of intent for the pumper and offer the unit for sale again? I've been under the impression, based upon documents included in the IFB, that the Town is using its own contract and associated documents for the apparatus purchases. I'm puzzled that an "issue" has arisen since I assumed, incorrectly I surmise, that the documents would have been cleared by Counsel before being employed and would simply need signatures of both the vendor and the Town to execute. With whom does the "issue" rest, the Town or the vendor? Because the NAFD is borrowing a spare Lawrence Fire Dept. engine, I'm hoping the Town will get contract wrapped up in the near future. The LFD is due to rehire laid off firefighters and will need the apparatus back as their own spare. Additionally the vendor, Pierce, has an asset worth approximately half a million dollars sitting inside a garage awaiting the contract to return so they can finalize the sale of the rig and start to prepare it for delivery. A representative for the vendor has asked myself, and the Chief, what is holding up the contract but has yet to receive an answer. Has anyone contacted the vendor to make them aware of what the "insurance issue" and/or cause for delay is? This seems like a simple courtesy to extend to a vendor the Town is doing business with. As it stands now, the NAFD has been without an aerial device for more than 6 months. Speaking for myself, though I'm certain the rest of the NAFD would agree, I'd like to see the absence of aerial cease as soon as possible. It is my understanding that the contract for, as well as the letter of intent to purchase, the ladder have been sent to Pierce. Assuming the same contract is being used for the purchase of the ladder, what steps have been taken to ensure a similar "insurance issue" and extended delay does not arise with the ladder contract? Thanks in advance for your consideration. Respectfully, 1 ft NJchael Beirne North Andover Fire Dept. 124 Main St. North Andover Mass. 01845 Lt Michael Beirne North Andover Fire Dept. 124 Main St. North Andover Mass. 01845 Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. URBELIS & FIELDSTEEL, LLP 155 FEDERAL STREET BOSTON, MASSACHUSETTS 02110-1727 THOMAS J. URBELIS e-mail tju@uf-law.com Telephone 978-475-4552 June 3, 2011 Telephone 617-338-2200 Telecopier 617-338-0122 CONFIDENTIAL PROTECTED BY ATTORNEY-CLIENT PRIVILEGE Board of Selectmen North Andover Town Offices 120 Main Street North Andover, MA 01845 RE: PURCHASE OF NEW FIRE ENGINE Dear Members: We have been asked by the Town Manager to review the recent purchase from Pierce Manufacturing, Inc. ("Pierce") of a fire engine, a Pierce Arrow XT 1500 GPM Pumper Fire Truck. The reason for the request is that the fire engine had an odometer reading of 12,221 miles when it was registered to the Town on April 18, 2011. In response to that request, we have reviewed the Town Manager's procurement file regarding the purchase, including the Invitation for Bids, the Specifications, the bid submitted by Pierce Manufacturing, Inc., and relevant correspondence. We have also met with the Fire Chief Based upon our review, we have found the following: Chief Melnikas provided us with a chronological summary, which is attached hereto as Attachment 1. The Chief's chronology begins in September of 2010, with an email to Lt. McGuire from Robert Wilker concerning the price and availability of stock units from Pierce, which included a listing under "Pumpers" for a "Job 22615 Arrow XT" at a price of $474,731.00. The email to Lt. McGuire is referenced in a letter to Mark Rees from the Fire w:\wp51hwork\n-andove\conesp\selectmen.lh'- fire nuck.docx URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 2 Chief dated May 31, 2011, which is attached hereto as Attachment 2. The May 31 letter from the Fire Chief points out that because the vehicle purchased was a "stock" vehicle, the Town was able to get a discount of approximately $35,000.00 from the listed price, and that the Town also received a two year warranty rather than the standard one year warranty. The Chief informed us that the Pierce Arrow that was ultimately purchased by the Town was brought to the Town for viewing in September, 2010, and that vehicles from other companies were also brought to the Town at about the same time. The Chief also informed us that it is common for a company to drive a stock vehicle to shows at various locations across the country or Canada. It is approximately 800 miles from the Pierce facility in Wisconsin to North Andover. Subsequent to viewing the vehicles, the Fire Department prepared specifications for the purchase of a truck. Some questions regarding the specifications were brought to the attention of the Office of the Inspector General, who wrote a letter to Mark Rees dated January 3, 2011, outlining several general considerations when using highly technical specifications. (Attachment 3) An Invitation for Bids was issued by the Town on December 28, 2010. In response, two vendors submitted bids, which were reviewed by the Fire Chief. The bids were from Pierce, in the base amount of $439,724.00, and from Emergency One, in the amount of $411,000.00. On February 7, 2011, a letter was submitted to Mark Rees from the Fire Chief stating the areas where, in his opinion, the Emergency One Bid was not responsive to the Invitation for Bids, and recommending that the contract be awarded to Pierce. On February 17, 2011, the contract between the Town and Pierce was signed, for the amount of $472,286.00, which included the base price plus options in the amount of $32,562.00 selected by the Town. On March 15, 2011, a Purchase Order for $472,286.00 was submitted by the Fire Department. On March 28, a URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 3 representative of the Fire Department went to the Pierce facility in Wisconsin to inspect the truck, and approved it for delivery. The truck arrived at the North Andover Fire Department on April 1, 2011, and training took place by the Pierce representative from April 4-8, 2011. Payment was made to Pierce on April 14, 2011. The Fire Department registered the vehicle, and the title was issued on May 6, 2011 to the Town of North Andover for a "New" vehicle, with an odometer reading of 12,221 miles. (Attachment 5) The foregoing facts raise the following issues for consideration: 1. The Specifications contain a number of references that would indicate the Town's intention to purchase a new vehicle with few miles, such as references to the "building" and "construction", of a vehicle, to a "new" chassis, and to the inspection of drawings, "before construction begins," which may raise issues of whether strict compliance with procurement laws occurred. 2. The bid submitted by Pierce referred to a "stock" vehicle, and the Fire Chief has told us that he and other members of the Fire Department were aware that the vehicle to be purchased was the "demo" vehicle they had seen in September. 3. Representatives of the Fire Department inspected the vehicle on at least three occasions before it was paid for and registered by the Town: when it was brought to the Town in September of 2010, when a representative of the Fire Department visited the Pierce factory in March, 2011, and after the vehicle was delivered to North Andover on April 1, 2011. 4. Whether the Town has sustained any damages, and in what amount, due to the fact that the vehicle had 12,221 miles when it was registered and the title issued to the URBELIS & FIELDSTEEL, LLP June 3, 2011 Page 4 Town. For example, did the Town receive what it paid for when it paid a base amount of $439,724? How is the Town damaged by not paying an additional amount for a brand new vehicle? To this point, the Fire Chief has indicated to us that, while he was not aware of the specific mileage until the vehicle was registered in April, 2011, he was aware that, as a "stock," or "demo" vehicle, it would have some mileage upon delivery -to the Town. The Chief has also indicated to us that, even if he was aware of the actual mileage prior to the purchase in April, 2011, he would have recommended the purchase of the vehicle because of the reduced price, and his opinion of the high quality of the vehicle and its expected useful life. TJU/kmp Enclosure cc: Mark Rees (w/enc) Raymond Santilli (w/enc) Chief Andrew Melnikas (w/enc) Very truly yours, Thomas J. Vibelis ;r J' ATTACHMENT TOWN OF NORTH ANDOVER Fire Department Fire Prevention Office Central Fire Headquarters 124 MAIN STREET NORTH ANDOVER, MAS SAC HUSE.TTS 01845 Telephone (978) 688-9593 FAX (978) 688-9594 Andrew Melnikas Fire Chief amelnikas@TownofA[orthAndover.com Lt Frederick McCarthy Fire Prevention Officer F.McCarthy@townofnorthandover.com Chronological summary of Pierce Engine Purchase September 16, 2010 Email to Lt McGuire to Robert Wilker concerning available unit and pricing. Because it was a stock unit, there was a price break and an additional years warranty. December 28, 2010 Invitation for Bids.Two vendors submitted bids: Pierce Manufacturing and Emergency One. An analysis of the bids was done and Pierce was able to meet the specs. Contract awarded to Pierce February 11, 2011 February 17, 2011 Contract signed ( $ 439,724.00) minus options .The options package totaled $ 32,562.00 February 17, 2011 Pierce Engine leaves Canada enroute to Wisconsin. This engine was being viewed by several departments in United States and Canada as well as the North Andover Fire Department. February 24, 2011 Email from Fire Chief to Town Manager Rees asking that one person be allowed to go on an inspection visit. 2 March 15, 2011 Purchase Order cut for Pierce Engine. Amount of the purchase order was $ 472,286.00. According to the title on the engine, the actual purchase date is April 18, 2011 March 17, 2011 Fire Chief receives the approval to send one individual to Wisconsin to oversee the installation of equipment. Mike Beirne was that individual. March 28, 2011 Lt Beirne leaves for Wisconsin, accompanied by Bob Wilker, sales representative from Pierce. Lt Beirne returned from Wisconsin on March 30, 2011 March 30, 2011 Pierce Engine leaves Wisconsin enroute to North Andover Fire Department. April 1, 2011 Pierce engine arrives at North Andover Fire Department, Station # 2 April 4-8, 2011 Training done on Pierce engine. Training was done by John Fox, engine operations technician for Pierce Manufacturing. April 8, 2011 After the last day of training which was April 8, 2011, the engine is sent to Minuteman Fire and Rescue Apparatus Inc. Company, Walpole, Mass. for additional tool mounting, and lettering May 18, 2011 Pierce engine has been lettered and equipment mounted and is being prepared to go in service May 21,2011 Pierce engine in service as of this date as Engine # 2 Respectfully submitted, Chief Andrew Melnikas ATTACHMENT 2 D TOWN OF NORTH ANDOVER vire Department Fire Prevention Office Central Fire Headquarters i 124 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01.845 Andrew Melnikas Fire Chief Lt.Frederick McCarthy Fire Prevention Officer To: Mark Rees, Town Manager From: Andrew Melnikas Re: New Engine MAY 3 1 2Q11 ,iVyrCj rtaiVusJ'+st� Telephone (978) 688-9593 FAX (978) 688-9594 ameliiikasr,Towno , orth,4ndover. con? F. McCarthyCtownzof iorthandover. corn May 31, 2011 Attached please find some information relevant to the issue surrounding the recently purchased fire engine. As you can see from the email sent by Mr. Wilker, the list price for the model we purchased was $ 474, 731. As a result of this vehicle being " stock " or" demo " we were able to get a discount in the area of $ 35,000.00. In addition per the attached sheet titled, "Exceptions and Clarifications to Specifications, we received a two year warranty versus the standard of one year. I realize that the concern is as a result of the mileage. on the vehicle. My error, in judgment would be one of omission rather than commission. I would be willing to explain my decision to whatever forum you wish. Resp tfully, dre Ivlelni s, �FireChielf Melnikas, Andrew From: Beirne, Mike Sent: Friday, May 27, 20114:34 PM To: Melnikas, Andrew Subject: Engine 2 Chief, It took me a little while, but I found what I was looking for. Below is a copy of one of the original emails from Bob to Tim. Per Bob's email, the original price for the truck was $474,731. The contract price, minus the options [they weren't part of the truck when Bob sent the first email] was $439,724 for a difference, or "savings" if it sounds better, of $35,007. The final price including options, as you know was in the $477,000 range. Note that our truck is stock # 22615 [indicated in bold red type] Pierce information. He s coming to station 2 on the 29th at 1700. It is more expensive than I Nought it would be. Tim From: Robert ) Wilker [sfdengine2@gmail.com] Sent: Thursday, September 16, 2010 3:30 PM To: McGuire, Tim Cc: Robert] Wilker ' Subject: Re: North Andover Fire Dept. 1. 1 left drawings etc for the Stock buck at station with the mechanic a few weks ago.. Dan Ryan 7 2. 1700 his on 9/29/10 E-2 is fine 3. I have requested leasing info on two units 4.Stock units go fast ,web site is updated everyday Below are some examples of prices for aerials and pumpers.... from the stock program Ladder Trucks! - 1. bb 22551 Arrow XT 105' $ 863,312 2. bb 22347 Velocity 105' $852,700 3'3(>b 22553 Arrow XT 105' $863,312 4. bb 23298 Arrow XT 107 $807,952 5. bb 22318 Arrow XT 75' $.746,479 6. Sob 22852 Impel 75' $ 713,284 PUMPERS I.3ob 23443 Velocity $491,308 2.Job 22618 Impel $437,264 3,3022079 Impel $393,272 4.3ob 22409 Contender $314,473 SJob 22491 Contender $360,800 6.bb 22316 Contender $321,320 7.30b 22440 Contender PUC $349,467 8.30b 22787 Arrow XT Top Mount $498,033 9Job 22615 Arrow XT $474,731 10Job 23733 Big Block contender $450,0013 Most if not all the CustomContendershave 1,000 gallon tanks.,makes for a Very high hose bed. . If one of the above units looks good let me know and I will go to the sales manager and see. what kind of discount we can get Leasing numbers maybe back tomorrow..: I think the best bang for your buck on the pumpers would be jobs 22615 or 23733 both are a lot or truck for the money.., Also it one of the Ladder trucks looks good let me know which one.. Its hard to ask for discounts without knowing what unit you want ..they are all different If you can. P,ck two we can put together a package with trades together with the lease which you can bring to the Town. The drawing that Dan n has will show height and knghth. OAH was 11 feet 3 inches., I do not think It would fit at HQ.. Rya PLEASE NOTE ABOVE PRICES ARE FOR BUDGET PURPOSES ONLY. Bob In addition to the "price break", the "Contract' does list the truck as a "stock" unit. Per the "Exceptions", we also received a two-year bumper -to -bumper warranty as opposed to the one year that was spec'd. Note that the "Exceptions" also show a 60 -day delivery time. I'm attaching copies of the "Contract" and "Exceptions" which show the items 1 mentioned. I hope this helps and apologize for the ongoing aggravation this whole process has caused. Our aim was to get the best truck we could for the Town in the shortest amount of time. I think we did so. Further, I thought that was clear to the Town. Please keep me updated on this issue. If I can be of further assistance, let me know. Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall 120 Main Street North Andover, MA 01845 January 21, 2011 PROPOSAL FOR FURNISHING FME APPARATUS The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Pierce Manufacturing Inc. at its home office in Appleton, Wisconsin, the apparatus and equipment herein named and for the following prices: One (1) Arrow XT 1500 GPM Pumper Stock Unit # 22615TR $ 439,724.00 This apparatus is available on a (first come — first serve basis) and is subject to prior sale. TOTAL $ Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 60 calendar days after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to you at The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the purchaser, provided such altcrations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect the cost of the construction of the apparatus. The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of bid, and with..all National Fire Protection Association (NEPA) Guidelines for Automotive Fire Apparatus as published at the time of bid,. except as modified by customer specifications. Any increased costs incurred by first party because of future changes in or additions to said DOT or NFPA standards will be passed along to the customers as an addition to the price set forth above. Unless accepted within 30 days from date, the right is reserved to withdraw this proposition. PIERCE MANUFACTURING INC. By: , )C�1'+ i 1' I Y�I, Tu 1 er SALES REPRESENTATIVE Jeffrey P. Fournier EXCEPTIONS &CLARIFICATIONS TO SPECIFICATIONS North Andover, Massachusetts Page 9,One Year Warranty We propose a Two (2) Year Bumper to Bumper Warranty in lieu of the One (1) year specified. Page 67, Warranty Paint and Corrosion We propose a Ten (10) Year Non -Prorated on the cab and body. Page 70, Delivery Pierce Manufacturing, Inc. will deliver the apparatus within 60 calendar days provided that a signed contract is received at Pierce Manufacturing by the close of business on Friday January 28, 2011. Page 84, Section 5 Insurance 5.2.1 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following coverages: Commercial General Liability Occurrence Form LXD 9611 (00-05): $1,000,000 Each occurrence Bodily Injury and Property Damage Liability $1,000,000 Products/Completed Operations Aggregate $5,000,000 General Aggregate $1,000,000 Personal and Advertising Injury 5 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following Commercial Automobile Liability Coverage (ISO Form CA0001 (10 01) Symbol 1 (Any Auto) : $1;000,000 Each Accident Bodily Injury and Property Damage Combined Single Limit 5.4 We propose "Claims for bodily injury and property damage subject to the policy terms, conditions and exclusions". 5.5 We propose deleting: "MIIA" With renewal certificates issued prior to expiration of a policy period. ATTACHMENT 3 GREGORY W.'sULLIVAN INSPECTOR GENERAL gibe Commanitieaitt of Mark Rees: Town.Manager Town of North Andover 1210° Main Street North Andover, MA 01845 Dear Mr. Rees: Office of the �gnwctar otneral. The Town. of North Andover is writing specifications for the procurement of fire vehicles. A review of this procurement highlights three important considerations when using highly .technical specifications: (1`) the proper use.: of proprietary specifications; (2) use of :brand names and: the term "or equal" to 'accept other brands or models ,on an "or equal" basis; and (3) the M.G.L. c.30Bprohibition against exceptions. In addition, this Office reviewed whether the Town properly delegated authority to the individuals who authored the specifications. While our Office does- not review and edit specifications, we can provide general information regarding proprietaryspecifications and delegations of°purchasing authority. 1 hope the following information will be helpful. Proprietary, 'Or Equal, "and Exception Specifications Proprietary specifications cite specific brand names or have the effect Of restricting the procurement to: one product and, accordingly, increasing costs. According to M.GL. c.30B, §14, you may use proprietary specifications only if "no other manner of description suffices; and even then you must provide a written justification for your decision and keep this document in your procurement file. You must have a separate written rationale for each proprietary item that. you exclusively required if your specifications `limit the procurement to one product, the specifications are proprietary and require a written rationale as to why it is in the Town's best interest to use a proprietary specification. Failing to document your reason for the use of the proprietary specification could not only constitute a violation. of M.G.L. c.30B, but could also result in protests and a need to rebid.. If 'you are not able ito avoid using proprietary specifications, you may, still be -able .to foster competition. For example, if you are replacing warning lights on all fire trucks, you may decide that. the new warning lights should be the same brand and model as the previous warning lights in order to ensure .compatibility and -uniformity among all fire trucks. You may also have maintenance and warranty rights that you would jeopardize Mark Rees January 3, 2011 Page 2 if you installed another manufacturer's equipment. In cases such as this where there is a valid rationale for the use, you may spedify'the brandname of the light manufacturer. Since several dealers may sell the brand and model of warning lights you are seeking., you will still be able to obtain competitive quotes, bids, or proposals in response to your proprietary specifications. Requiring a. brand name may .be avoided by describing the requirements zto be met using an industry standard, or you, may request a. brand name and use the term "or equal to describe a'requirement while making it clearAhat other::brands are acceptable: However, do not assume that by using the term "or equal" :after a brand name specification you are. not using aproprietary specification. Since the awarding authority reserves the right to say what is equal, bidders will not know whether the jurisdiction considers a supply or service equal until after the :contract award. Instead, or in addition.to the brand name, the .specifications should name all salient characteristics: that the Town ;will.use in comparing brands and determining whether a product other than the named brand is 'equal. Generally, you should write your specifications to describe how bidders must meet the requirements, as opposed to specifying a 'brand name that bidders must equal. if you are unsure if an equivalent, product exists,, itis, in your best interests to treat the procurement as proprietary, stating in writing why no other manner of description will suffice. Doing so will save the step of determining whether substituted product is equal. Specifications that 'allow a bidder to take "exceptions" do not comply with M.G.L.: c. 30B. In effect, this approach would let bidders write their own specifications. Allowing each bidder to furnish its own specifications would :not permit real competition amongst .bidders and would allow Town officials to. exercise favoritism in awarding the contracts. It is the Town's responsi bJ Iityfo define what it needs with as much specificity as possible so that bidders are offering supplies, services, and prices on a clearly defined and; level. — playing field :Delegations of Purchasing. Authority Chapter 30B allows a Chief Procurement Officer (CPO), a purchasing agent, and other purchasing officials wide latitude to delegate powers and duties: to other officials: A delegation can be. specific and. jimited to a particular purchase or class of. purchases,:.or it can be, more general; It is our understanding that the Town Manager acts as the CPO. Any delegation of purchasing duties by the Town Manager to North Andover personnel must be done in writing. The delegation ,is not- effective unless the OIG receives a copy of the completed delegation form. I have' attached a:delegation form. to this letter. A delegation filed with our Office will, remain in effect until the CPO, purchasing agent, or other purchasing official.amends. revokes it, unless the delegation includes an expiration date. The CPO retains responsibility for overseeing the procurement and ensuring that the. jurisdiction conducts the process in accordance with state and local laws. Mark Rees January 3, 2011 Page 3 If North Andover ,has ;a charter, bylaw, or ordinance governing the exercise of purchasing powers, any delegation of Chapter 30B powers and duties is subject to those provisions. For example; a bylaw that requires the town Manager to purchase all supplies would prohibit the transfer of that responsibility through a Chapter 30B delegation. If you. have any questions about your local procurement system,> contact your:CP.O or legal counsel. The law calls for clean lines of authority. If the CPO, purchasing agent, or other purchasing official is not involvedin day-to-day` responsibility for procurement` generally. or fora particular procurement, :then- this is indicative of a need fora delegation. Our Office advises governmental bodies.that the individual who is charged with dray -to -day responsibility for procurement, including writing specifications, should be delegated authority. Individuals should not be writing specifications without. delegated authority from the. CPO, purchasing agent,: or other purchasing official: Please feel free to contact this Office at 6,,17=722-8838 if you have any further questions regarding proprietary specifications and delegations of purchasing authority: Sincerely, Barbara J. Hansberry General Counsel ATTACHMENT instructions Chief Procurement Officer's. Deiegation of Procurement Powers and Duties Form Chapter 3013„ Section 19 of the General Laws authorizes the Chief Procurement Officer (CPO) of a governmental body to delegate procurement powers and duties to other employees of the governmental body, The CPO has great discretion in makIing a delegation — it can be very specific and limited,, or very broad. Also,,a CPO may issue more than one delegation at a time, Therefore; multiple people may have. delegated authority. Keep in mind that you may only delegate; powers you legally have under Chapter 3013and other applicable statutes, rules, regulations, charkets, ordinances, or bylaws. For example,,: where statues or other rules require that a contract: be approved by the mayor, city council, board of selectmen, or school committee, such final approval its not the CPO'sto delegate. You must complete and sign one delegation form for each delegation of powers and duties-, and for each Subsequent" amendment or revocation of an original. delegation. Step-by-step. instructions are listed below. 1. Check the appropriate box. 2. Provide the name of the CPO, the jurisdiction name; and list the official title and department of the employee position receiving this delegation, Also, list the full name of the employee currently in this position. 3. Check as many boxes as apply. If you wish.to;delegate powers and duties in addition to, or other'than, those listed on the form, check "Other".and specify the;powers and duties you are delegating in an attachment 4. Check as many boxes as :apply. if necessary, list additional. departments or contracts in an attachment. if you wish to restrict the delegation in some way other than those.listed on the form, check "Other" andspecify the requirements in an. attachment. 5. Check: as many boxes as apply. If you wish to impose requirements not listed on the. 11 form, check"Other" and specifythe requirements in. an attachment: 6: Enter the expiration date, if any: If there is no scheduled expiration date, enter "Not Applicable A 7. Enter the name of,your jurisdiction. Sign and date the delegation form. List your name, official title, department, office,address, and office telephone number. Also; indicate Whether. or not you Have MCPPO' rtificabon.. `8. Send a copy of this form to the Office of the inspector General at the address provided on the.bofforn of the form. No delegation or subsequent' amendment. or revocation of an original delegation shall' take effect until a 1copy of this form has been received by the Office of the inspector General. A copy will be retained In the Office's file. Chief Procurement Officer's Delegation of Procurement Powers and Duties {Type or print legibly) 1. [) Original Delegation ❑ Amendment ❑ Revocation 2. Pursuant to the provisions:of.M.G.L. c.30B, section 19, 1 (print full name) am the CP0`for and*herebydelegate.the procurement powers and (jurisdiction) duties set forth below to:. Title Department Name 3. l hereby delegate the following Chapter 3013 powers and ;duties to the procurements specified -herein: 0 Solicit 00. en ❑ Evaluate El Award [] Exercise options, El Reject/Cance[ P o Increase quantities ❑ Maintain records [] All:of.the.above Other(Specif)i in an attachment) 4. This delegation pertains#o procurements:. El for the following department(s): Q for the following contract(s):. [1 other(specify in an attachment) involving; Supplies Services F1 o 0 El. :[D ET E-1 under M.G.L. c.30B, §4(c) (sound business practices). under M.G.L. c.30B, §4(a) (price quotations) .under M.G.L. c.3013, §5 using bids under, M.G.L .c:30B, §6 using proposals Other. (specify in attachment) 5. This delegation; is conditioned upon compliance with MG:L.. c.30B;; .all applicable statutes, rules; regulations, charters, ordinances, orbyl6ws,;:6nd subject; to the following additional requirements: ❑ Final approval of award:.by Chief Procurement Officer [� Approval of all documents by Chief Procurement Officer prior to issuance Certification as a Massachusetts Certified Public Purchasing Official,(MCPPO) E]Certification as an.MCPPO for Supplies: an"d .$ervices ❑ Certification as an MCP 00 for Design and Construction' 0 Other Certification (specify in attachment) 5. (Continued from previous. page): ❑ Completion of the following MCPPO courses) Public Contracting Overview ❑ Bidding Basics and Contract Administration ❑ Supplies and Services Contracting ❑ Bidding for Better Results ❑ Design and Construction Contracting ❑ Model IFB Course ❑ Construction Management at Risk ❑ Advanced Topics Update ❑ Other (specify in an `attachment) 0 Other requirements (specify in an attachment) 6. This delegation shall remain in effect'unbl revoked or amended. Otherwise, this ;delegation shall expire on; T I cerfify that I amt he Chief Procurement Officer of (jurisdiction name) CP. O has MCPPO Certification;;❑ Yes ❑ No 8. :Send. a copy of this form to Office of'the Inspector General, One Ashburton Place,. Room 1311, Boston, MA 02108, ATLN: CPO Delegation. No tlelegation, amendment or revocation shall take effect until;a copyof the form is'received by.the Office of the Inspector General: ATTACHMENT 4 TOWN OF NORT 4 ANDOVER Fire Department Fire Prevention Office Central Fire: Headquarters 124 MAIiv STREET NORTH ANDOVER, MASSACHUSETTS 01845 Andrew Melnikas Fire Chief Lt Frederick McCarj4 Fire PrevendianfQf cer To: Mark Rees, Town Manager Re: Pumper Bids Telephone (978) 688=9593` FAX ;(97$)`688-9594 amelnikas(n?Tawtan�ll'orthAndover eom FMcearthy @townnfnarrhandover.eam February 7, 201;1 The review of the two (2) bids submitted, one from Pierce, and one from Emergency one has been corAplete.d.; The IFB states that "the detailed and comprehensive written proposals. shall. be submitted in the same sequence as the ,listed `general requirements `and .specifications' for ease devaluation , comparison, and checking of compliance. While Pierce followed the IFB, essentially to the letter,.Emergency One did not and this made the review process substantially more difficult. Yri addition, the Emergency One bid proposal did not meet the specifications in several. areas: • Delivery: Emergency One exceeds he'timeframe as outlined in IFB/ pg 1.2, • Frame:.Does not meet requirements for size and frame, pg 9 • Frontal' Impact Protection: Not included in bid submission • 'transmission: Does not meet the specifications fora six speed transmission + Front Suspension: Does not meet -the requirement , GVW, pg .10 Rear:Suspension Does not meet the rated axle capacity, pg 10 • Fuel Tank,: Fuel tank is smaller than specified; ,pg .16 • Cab The front and rear doors are narrower than required in the IFB :The height, is also. shorter than .in the IFB , pg 19 • Discharge Outlet ( front) ; Uses rubber hose for plumbing, not stainless steel • Frame reinforcement: Does.not meet requirements for size and strength, pg 9 • Front Drive Axle. Does not meet GVW and construction type • Engine:; Less peak torque, pg 1.4 • Exhaust'System :.Has 4" steel and the IFB requires 5 stainless steel • Transmission Shifter: Not the required, per specifications, ;transm ssion,,pg 14 • Steering Warranty: Only has one year, IFB required three year .2 • Tires: Rear tires different than IFB, front tires are highway tread, not alt season; as required. In addition, wheels are steel, not aluminum as required, pg 11 • Electric operated cab door windows: Windows are crank operated, not electric as specifications call for • Air Conditioning :Two condensers are called for in specifications, only provides for one. • Underbody Support System Made of aluminum, not steel as stated in the IFB, pg 4.1 • Valves: Has " t" handles ; not wheel -type as stated in the IFB for, larger discharges • Crosslay Hose Beds; Uses rubber hose for plumbing, not.stainless steel as specified, Pg 47 Regarding the bid put forth by Pierce Manufacturing, it was found that there were no areas in which they did' not meet;the IFB. In actuality, the Pierce Manufacturing bid: exceeded the IFB in. the areas of material, workmanship, and chassis. .A great deal of time was expended in the creation of the specifications for this engine. All of the requirements are backed by sound reasoning and judgment Given the monetary investmentthat the Town of North Andover is making, I strong lyrecommend. thafthe bid, entered by Pierce ,Manufacturing; be the choice. of. the Town. Thank you for your time, patience, and, above ally assistance in this matter. T have attached a list, of the options which we would like for this vehicle Please :cal.l me should you have any further questions regarding this.matter. 6�' , ae-� '?O� Chief Andrew 'Mda kas Engine Pierce Arrow XT stock pump 22615° $439,724.00 X.: a. aluminum hosebed cover $7,399.00.X. b. insta-chains $5,523.00 X C. 12V LED brow light $2;765.00 X d. 12V'LED- brow light $2,:765.00 X. e. radio antennas $274.00 X. f: 6 strip outlet to shore Fine $322.00 X g. "GORP" electrical connections $385.00 X h. hard suction trays, $1;524.00 X i Opticom system $2,295.00 X j. 4 slot map box $4941.00 X k. :Power for MDT $234.0.0 X. I., 12V power points [2 @ $234.00 ea] $468:00 X M, move switches off fioor`Lt's seat $422.00. X n. 12V raise LED scene lights [2 @ $2628.00] $5,256.00 X. o. PACTRAC x.:4 compts [4 @ $792.00 ea] $3,168.00 X 'P. Backboard storage under hose cover _ $1,492.00 X q. Modify rear rollup door $268.00 X, r. t Modify rollout tray for Jaws . . _........ _. .... _ In. spection'trip x 2 members ...... $2,755.00 X Deleted $3,500.00 X a�. U N' '�.c XXX'XXXXXXX:X'XXXXXXXXXXXXXXX.XXXXXX'XXX,XX 71 W CL w C Ecu C ' V1 (9 E (LJ N J N a) W O..0 i' O C p .0 F)- 1n U) m �, O C o N a) U) p p U? Cu O 3 Q cn C C f0 Y. (E O O N E.:' C' (0 ,C ro (g ' C C C ro L O Y a Cl m m i 0000000 ° ° \ c C 0, \ . \ 0.: ° 0\»#£\ e�o• 6 .� .. —�_ : d E.IL x \; # e / . o '. i 2 . ± . : . ¥E§\ 0 E $> a � 0 O' l .a ^\ . ƒ0 . v ,( c e� 0 t» : : .c 0 .Q%:#& n. $ . Cu C:. � ,a��J��\y .a.. . / k\V) § 6 ° $ Scu 0 %CU d %a 4 y $ U 2 = &.0Q)_0 a ° # » M : U & _- c.� <� = E = a _ � «.R. U / taw.\:fyJoP<77 66£ / \. Ems\ 977c�2 g» .0 0 0 () 7 =. ®© cma� f & es© c u S 2 o C #:e C) m= C) 2+ w 2 G$ m# 3 Q 2 m ».o &: 0 a 0 c� / k _ c 0, \ ,ƒk 0.: 0\»#£\ e�o• 6 .� .. —�_ : d E.IL x ) # e R . o '. i 2 . ± . : . ¥E§\ $> a U 0 O' l k _ �T ®®®®®®®® MO®®EME® y' 47 UC C qy `}; y CO ,C 0- 0 '0 G L y > U as C cr, ro ro c rn.E E Z a� .L Cf) ° av'n 0 � 0 (a ca Q w Z ro c o@ ro �: c E E a E L_ LL a E o N 2 Q� °:E ° cO ro ro -0 0 o U °� v o— o U 0 ro U- LL `10 U 1.0� -10" (S) a� � aroi:c.�U cn U).nmm'..m o.iumm c >> ro 0 0 ro a�.� (D r 0 a) a) a� o-0 o c ro u.ww cnQ.0(/)U)cncn=u_Q,wc.);Ui ii�iil�l U: ca = co m..:0) d CDro f0 U _. a ro a U o> N o: o a) c c=- u, E o 2000 e� E °0C' 0 5 UQ �QC) C) v I I I co cn L) E IL E I I I co cn E E M 0 (o U) _0 V- 0 c Ch E 0 c a 0 0 E (8) 4! cu *E 0 0 cu c cn := - 0 a) W CL c 0 c a) —C Q) C m 0 r- 0 -0 C. 0 a >1 E C) C) a) !E < CL M 0 0 CC U- , (J) U( I :CU L- 'C� 4a) (D. 75 I a) L j� CL c U) L) (1) Fu -6 > 3� 0 a� S- w I>77,C,O c, 0 m a cn E V- u a 0 Ch E E (8) 4! *E cu - cn W CD (a. w " Im co >1 :3 0 ca U) W. c, 0 :0 a E (n U) Cl 76 n< -= M r- m C c :3 $(6 LL CC 0 (L) E >� -6 > 0) Q. - C) �Q) W LL V- 0 5 'E 5 1 91 > . Fla =3 "u ;— — — . (L) E co Q) af (1) I c C 0 cia" M a " la) <.J 3� cu c cu a) C::; (U C (U Q 3� U) 0 U) 0 C) ir C: M �- 0 E 0 o - C2 ac, M iN <� m®®®®®®®®0 ®o®®®im®®I U °'aaEw.(a :E Q) LL a a m p• a •.p- �. (n 7 p 5 CO Sawa 0 CL a.:121 a ai a : a� C N cn L a,`�'— m E a E a a Co o 'E o , E . ; �, L oa Cil N' 07 a� U U s mami m ` o 0 — E E aci E 'm L Q) -0 o .. cm co co �_. O . ._ (n �' E— _ 1} CA C _ m ' C U V1 '� N O � J 0 N 0 N 0 �. 0. m: d cu vi co ` 00 co ; C �' �. L O C -j L O � C Q (l to L" n D «C E E o E o n m a� a� m o a� n i6 E O O O O O O O� d •D' Q O O �' O m (� z N Z .r Q X W `p (Y. (o J O U SC �C 0. ,Y CL Q) to o}. O Q' CL U °'aaEw.(a :E Q) LL a a m p• a •.p- �. (n 7 p 5 CO Sawa 0 CL a.:121 LN NEI 7-ej LL LL ca 0 LL, 0) _0 '0 n cu C) 70 0 m _0 > cn 0 .r- 21 V) , . 0 L- C: 0 cr, d) Or W .:EX Q UO) o ,Q D .0 0 0 Z, 0) 0) 0 cu _j CU.ru;a "� o o -,� r- :3 =3 E a) d) ,CY) :n -4 - 1 W.q) a) = M co �-j 0 -i — -t CU a c: 0 a c -o E.,o Q) C. �C .(n �: 0 — (n C. 0 U) 0 E .0 2 'o (n U>)'. (D �N a) E > r: �o q) E U) cl) J- -C cu t6 ;(D .0) m LL 0, -j 0 a. i� a = U - 0 LL CL > (1) > (L) .21 20 O E 0 a cm — :r I .— .— m o a) c: Q) -J :E (J3 (U (i 0)2 — LL a C) 0) I C) cu -j o 0 0 0 o o (v w 0 N 0 N a c CD c Q w w :3 E cc - Co E.E 0 > T- T- " Z t- -6 - Z, 2 '0,..cv .0 0 a. U) V. 3>, LL 0) f I jj co 0) w cu co (D C� a :D cn 1700 C) c- 0 a- ff : (L (/) C� — o CL, < < W Lu C)- a) CM (D. a: -,Cu ca (D (a 0 LL z 0 (1) 7-ej ƒ m: ,@I § k U- . . i . } � LL \� � \ � 2 : . . . ..\ . lZI k�kkkkkkkk 0.L Ib ^ : J /-0<v Q)w \.ƒ'.%�/ ©G -S 2 mmEƒ¥a:: E w =. ? 0� (4.= � f CL A± a 7 ' 7 Co . \ / y< c: °�« t 0. a . §= &= 0 ® # 4 X k.%.� c w. 7� « 0 « &0& _ # ± § k U- gnu �. L. -0 rn rn § :2 LL c 3 ` N �. C N a) Q) ro CO U c O (1j E 0 o (9 ~ 0 CON • O U a� ?Jm :n cc): O ra c 0_ U- J C? cn Z �. L. -0 rn rn § :2 LL 3 n a) Q) c 0_ o- t M o c m -0 - E O y 2. O O ;; c c O: U N c N V) Qi U fl a W O ro 0.'0 Y O aXi: U 'Z 0. ca N N N O 'U- �. L. -0 CT CT § :2 c 3 n a) Q) M o c c -0 - E O y 2. O O ;; c c O: U O_ L U fl W O O. 0.'0 O aXi: U 'Z 0. W O' —N 7 01U' x [� u U � O u O N 4 E E cvmo— Li U- U-10 C� co 0. IMMIM a O O = O NC'..c O '(V _C T Q) od LA . C � r r U! m d T IL U C c0 a - N U 2) N m Q 'OX N N O U) — :30 .t0 cu " c0 O 'D 0 : C fl W. E 03 d _Q C .. O a ca p O E N .E C cu y C3 0 C6 o o C 0 (� LL Oj C C N �wII O co N a �r Q 0 o .o� o 0 o m a cn o a) cs az0cl0- La:oaa. v 3 a Y a. IMMIM a O O = O NC'..c 0) 0) 011 m1 3 mufm "L' mm�®= CD o 0 C :J, cCOY o °'��,� C 00: Ll. L 0: Mn N cu C 1- Yn U(n .y z O 'a N 75 N C ,CC Um Uiiiiiir-F lei _C r m d T C c0 a - N m N LL c0 O C W. E d _Q co O a N C y C3 C6 CL C f9 (� LL Oj 6 N �wII O N a �r Q 0 o - m a v 3 a Y C �n 3 a �- .0 NcuM D. E co W m Ot ll..: 7 co C C C:. O .0 to o : co cc to .0 ; 70 :-Q C N'� N N C a — N N O a Basic �CO`°a�i 3aai r � `o 010 C , 0 ;C aT C IL E�. 0 .:.` � r a tr C v, � 0 m. It is 0 oILL U) ZTFTI ZQM0 L1 �H 0) 0) 011 m1 3 mufm "L' mm�®= CD o 0 C :J, cCOY o °'��,� C 00: Ll. L 0: Mn N cu C 1- Yn U(n .y z O 'a N 75 N C ,CC Um Uiiiiiir-F lei M 0 ro C. co 00 O C Q LL > L co L N 0 0) .,O m CL L z 6 C mt G 30) .�.� o U . ° o a IL L 0 LL r 7 a)co L— -.n0 ,N c m O- C Y L. Oc. p� cr 6. L C m N 7 C 0 0 "c O M C O C O @ D .c O C 0 'C 0 C. 0 C 0 N >. 0 :� LL Y N 'O w V). y:. 0 L •� to -N ,0 0 0 �- Z C .N m L U 75 IE 0'. E E c .0 E E E E E LL 0 7 0 0 7 3 7 0 N '� O) e- V1 �` C V3 N p 0 V). N V) C to aJ C _ CA _O :O1 (9 -0 �a 'c 'D D � iSf CL C vim 0 L C C'O O..0 � C C C' C :.. .�. b �- c v C '0 .0 > 0 "0 > �. r 0 -o a) -° m (6 0 -p �. C 0 -o -0 -o 0 -° 0 'o E C 7. C c :0 d 0 7 C O N:.c 3 0 7 .7 O. k-_ c L ._ U) C cv a� a a) s a) L t o C 0 c CO 0 L O 0 C c0 p C C U C 'C co0) c y coca N f0 T a) 'o m 'O C _ 0 0 7 �F- L 0 ZZZZa O O O O.m aULLZZa_LL O 0:.0 O z N Y O ZZZZ O: O O a O 0CLI O O7 O Z. XIX XXXX.X XX`X X I 1XIX XXXX... X X XX X X: I X.XXXX I IxXX ixX X c o. to p W o CO a) 0 cc J C c O Y O N. V) f0 y cu 0 i m-. o m M. �� 0) opo a). �. o. C 0 coo U_ CL r S9 0 L U O> U L L Q) > .'Q). >° V) VT 0' L° 0° O. U .D U 0 E c v F- M a 0 z ° U U o- o o L m o o -o U � v v �a ca cu :,3,'t L ° -0 F- y Z 0 0 -6 Q LL a. C �� LL .L. Y O_ DO ,� D --) C J O OL dC C r CU 0 07 0 _ .0 L 7 0 L i] 0 O 0 a} 0 c0 t4 0 i� 0: ca 0 •.(II L U. U U 0 O p L C= 0 U 0 O G `' 0 O t0 L C =3 � V] O.. [2>. ► O F -J �2 a:24 ,�_. UUUUUU W W WY-1U)LLU)0F-�U �.�OD�2C7U M 0 ro C. ral N CD CL ao ao C;) a) LL a a co c D7 N. � 04 Q7 C C ti N 'O ti ti Od) � �- N Q- N N N N.. a) a Q C N, a- a_ CL Q O'a m U- m LL m LL m LL O U 0= G' . C OC U W' C C C: C C N C C fn E_ --SEE fn fn V1 E. '.fn EEE fn C N - (n E C D L (n N W N W 0 5 to O fn L" C .: N: in q)'.l17 O Q ' C - th 0 L: a) :C C. C II n fl � .o:a:D 0) a)� .@ m co m ,ca E E m a) a) -0b ai a) z) -° O) O :O O O 3 'U O O 3 7� O. >> 70 j p a =) �` N b O C C C C C U. U i U a U t n U U 04. N N .N: y a) In a) Q) `U) .a) In N tn- .O . to a) U) a) -C . C Q3 10 C CMO COM O M CO N C — C — . C — CD 04 C. —1 M N M cm a_ mo M10101010 O o O o OICIZ 0 0 0 oozza 010,010) o z ma,�.0 aa.a:a o zzOzazaa: o c o m rn'a) XXXXXXX XXXX XXxx X x xlk[xlxl, I IXIX IxX x xlxlxlx xlxhXl I 1XIx io m O V%• (D tYi O o a) 7:LLC Q)�•wL C. O (n t C L _a) C O N � O co 0 c 'cn a)IA a) N o) '> c) a oa cn`mCUaCia°i°' cn �'�d°°Lm.� ca= ° a 01 E, E E �� o c� �a � r cn a, . _ a 0 _C. 'U. �" '� co Q E c.) C _o •C .:� L) li �: o @ a - f 4). L O O L O U C 'C' .�. C. d] . O) a) f0 Co a y= N =Qc�Qa��Eo C O :(0 O C in'v�z a 0.0 C Qa ara' mU) co '� U- E E o L -C)—a�'a�a�oa�.. • �' L a �. E ti o .` o o'o° w .-. ` M(o-0 LL U_ �' U U "'.. ca co � ca a) 0 �'`UQ.3c°m�o�ac°icU�6 G c0 C U J U inch C N Q) O Q N C D Q Z O O O ('°0-. 0 CC7�OCcr-U— @ 0 - a) 0 LU fo a) co L - a) N � 4) � 'II p C� .. (0 �.. C (0 -0'UUUQ i) N, (0 � -•� V Oi (0 co U0 Uj 0-1U) U�U)w(nc)T-U-< -Wdof oUL �Q -IUC7 ral 6 c O U.1 RE a�. 0. iu" 7 Oi N n. v m cri CL LL 0) Ed U- Q - ca e ° �? 0 O N N N cc) 'a LO M C7 M d ((Y) O) IL .a). 00 m N. C) d O) Q O L CO (D V) m ccm a m u- L O) a• m. cL U- lL L.L CO. C C C El'O O CO cc m m n o: o m cn CL ay m«s C U- :o (n U c -6W� a)N N•O N _ L cn p cn tT a)m CT CSO O : 'En -Eines �_: E"' c ��. �W G mm O N n'. .N in @ (n O O U: CO .n td. O C .0) a. N cn ro tn t0 lL. a N E .O N ar N 0 N CDa 'C` ,O :N L cv � C tq C D ' cn O N O). o O O O, C — r » > a) O a) a).E E: E o.E_ C: E E E Q p m _0 , O _ O « . O N m p O O O. (0 u- (CS L -E O - O O O R C CO -U C O C C N M C — O d C) in L LO C? ,(0 C7 O ,G U) :N a) Fu (o N .00 t0 00 co 0 Cl) Cn CO y O y O O) c7 co V y p M, :V m a oZZZ O O O cu 2 . m azo.oao0mazZo2: O a) 'O O o a O O O O 4 p)-6 O O as O zodan:a-0aCL O m U O O CL O m xxxX x xxx x x xxx'x xx Ix X1 x xX x xx _X x x x x x x xxxx x v a) O ccl) Q) c a) .L vi �- )in E a' Co a` c c o C °) �'0. c c n c a co aa)) 3 (n L m Q. ° O O oar N O .6 (O (U O C6 E O >v) a), V /�o U Y CD (a a) a) L (0 a) y {� O O O c a) O Cfi C• C a) N C N L O J a) LO _ CO. C L.. :U) �, c m' E a, N >_ ,a) E, E � E t0 a) L a) c 0 c :•° ns m .a) 0 n n, Q a a) a) OL O) L N r O (n .� to O V- •C (n � IX .0 N C c m a) LL 7 N O�� 'tn M L J Oj O O: ,a) O O. LL L F= E D7 Q' LL' C @ O m c9 a - L a) N m C (6 t� a y` @ C1 U .- O :r Q' (n .: O C J N C 4 a fl N a o. uu)iu°),tc�:3.E�5> EEaE o°��na�'c°.ma)o� O o .woo Y Y Y 4? cLuc a)' O A= p O .� O (Q p O G. 0) p a) O .O O O O 7 Q 2 7 Q O m= (U Co z:Q .L X Ll1 � (p J O. CL d a a. U) � .7 d a Q I Z J� I— f- CU �.Q _1 F- 0 0 0 0 o 0_ 7 a� c 0 LU C_ a) U Cn D) C (0- a a 0 p it) (D cu 0 U) U) as a) v. c cc N�, O C:C U_ N (U C E o a=1 o o c,c> 0CD m ,m c E: .0 CU CL cco .,0o' � a � � . a a � L) u.in 3 �_ o a C Q) a:. C O U 0 N-- 0 O O O O a. 0 0 cn C U. L C N 0 C 0 C .0 U tC9 "a L cu pj C. 0. U -C ~ S�7 A_ 6 •:U C Ci N-. y M (d C ~ CO Q) co a0 N �. 'C) r to 0 co (b v .N N C C co � v �t a� o u� o cp co o �, - •- 0m00cm0 o mU)M cmm6(�x0) O u) in 0"'o zaooaz_.nz =tea cL aa -m d-wn_ z �a-I.al ki ix x XX I 1 1,x1 1 1 1 x' x x x X]Xlx X1 I X I I IxXx xxxxXXxX xxXXX X lxlxlxl 'c cc a� �o � _ o d m. CLN E _U) @ �°'oo� ooO� o a� L . a� CL a� > O a� a� c' > � ° :3rn a� ro �n a� v, 0 ._ a;.::.a�. w �n o > o. v_: o � 7 0 o c- p � 0) C) C. O 0 0 c 0 N a C a N o �. O E OOOO 7 7 0` 7 O CU U'O 0 v. t -" c6OQ o = i ar � B m to O N> O OC?:.. '. U " C:. E. m a� m m c a �� 'S a o_ 0 O a� o H m o ticm co M L t6 ca M CO vi vi vi .` cll L ca ro m cu ov, tea. E a o,Um �rcc=��3333s�p°)�:�.�W' C N G X . to Q. E E E O 0 N C c :N UV) : lVn N N- O O O -0 O L) , A � C: O oz O O O O }-Q Ca. U1 O a'R.'0:. 0 .7 O a2 (0 } - C -C CP:P000 m CUIM ._ ._ ._ EE- __ -00 W W .n _. W 0:02_z0'000 ..` � 0 c O w XI X 0 0 :c cu w c.. 0 N .m .:O L.00 ��maca o�,E0�0 m'� o 0 0 U�C7 U �ccEcc c >.OQ8> 5 0 o Q' Q o 0 o c m .0 '0 cu o��cEacEo'EEEEE���ca O 0 Q > 0 Q .� a i O D- =3 0-1:24 cL D D- 3 LL 1111 m®®®® w i a > O 0 E0fnr �m N O�(n 010,C%1 C+ O U 'E: _ 0 «' L c Z a aE' E c° m Q o C L 0 0 E E •� z 0 C== V C) 0 O) CA O .O 0 0 0 CV O L u. 0 0 w.J.J:z 0 U4a_a U), Q_ a]w. N Q E Q. s LoLD 4.. a. Lo N c 0 c C a- CD a: N 0. Q O N' O j ink 1] a p N G C N C C O.. 00 d N 0 e— O 'O O O .0 O !D -0 O) a Nn m N ESE ,. U) E'EE�6 U - m ME Q m. rn. N to 0 N C o. N 0 0 c) m •� +� o o U n E S >; Q 0 C N N 'N �. U 70 0, v� 3 3 . a) o o� � �� CD (0 Lo O) c *Z y. C U C C C N OEo M� M 0 0 M 0: ,� O :.: . .. >, l() U) .. . �. CD (C tT Q7 Q) 0) O O. O::.O O O. O O O..0 O O. � - Q) _ a:2a-a z.o2iZZZZ..—� Ma zZz� �. Ni XI X 0 0 :c cu w c.. 0 N .m .:O L.00 ��maca o�,E0�0 m'� o 0 0 U�C7 U �ccEcc c >.OQ8> 5 0 o Q' Q o 0 o c m .0 '0 cu o��cEacEo'EEEEE���ca O 0 Q > 0 Q .� a i O D- =3 0-1:24 cL D D- 3 LL 1111 m®®®® w i a > O 0 E0fnr �m N O�(n 010,C%1 C+ O U 'E: _ 0 «' L c Z a aE' E c° m Q o C L 0 0 E E •� z 0 C== V C) 0 O) CA O .O 0 0 0 CV O L u. 0 0 w.J.J:z 0 U4a_a U), Q_ a]w. ^,, CD CD IL v m a. a a E a� vi M -- -o .0 0 0 c cn •— h .9 _c — v� :3 CL U (n cn r of n o a' o. a� n m co -0 c c m r CL o. �70 c -0ALL N CO N (D to N O m _ ,O w r (0 r CD mD M,0 CD C) (D r :(D r' (D r M r coM co'' CO: d (D p .U- C - C c - p CmCAE CTMOCT0)C)� 0� cm O,C O O O'er a �u�a[aCLCLCLEL a. CL C) zMz zz- ix, x xxx xx xX x[XIX xlxlxlxlx x xlx xlxlxlxl x I I x I 1XI n U- :> o LL. LG m C. > ter:... Q � LL o, C LL > > O 0 _ <o O O ' 0. p O C O OCL' CC J to x O: Q Q E' n CO E ) > o3 Y o N E= 'O O W c c C C U a: cn C J o, of `� U- :� '� c: m a �:a C, Cu m U m Cl c C »� N •O Cv :J ::j. �_ � CT :a) . O '— . y � ». _ �c co 'n : O .. � � � �. N � � c N o N O N a) ,5 Mo c O m W u� U (n = W LLL d t U:cu 01, > e o C > m L rtrr v L ro �EEohQ cv ca. cLo °o Q o U� ca ccLcQ1a> ca .- .v m N c n cn2_r=cn�3,0:�:l-4.J-zU)os''�aaa ai m ��U.O�J ^,, CD CD IL ATTACHMENT 5 r 1�i,j v, n rl, i r r - "T 'N jp, R.' J. -it h '-!� , ","i AS S' C"'E'T US, E DEPARTMEN�T 'm -yi 'j "'ut, 6EF i )F rS�Ui 0f 4P1CA01H2AA010644 BK027505 05/06/2011 ....... .... . ..... . - MFRS iv;Gf.EYEAR Y 1 i 2020 PIERC ARROW FIRE NEW ................. ........ ... . . ... .. -:ATE 11URCjIA1-E DAIL* REV T I 4z [I",- -YI. PASS Dr, S. 12,221 06 06 4 04/18/2011 i 1. IV;IUS ITE r1fLt: ACTUAL MILEAGE RFG IVAILING, ADDRESS ONLY NORTH ANDOVER TOWN OF 124 MAIN ST FIRE DEPT N ANDOVER, MA 01845-2420 0 W N1 E R IS) NA Mi E AND ADDRESS NORTH ANDOVER TOWN OF FIRE .DEPT 124 MAIN ST Y ANDOVER, MA 01845-2420 FIRST UENHOLDER' NMR EST 11%; THE V,' -,HCL'-` D ;:['1 THIS. C.D'YI if iCAI L 1S 1:EHEBY REL GfGI,,"-. I URE, v /L BRAND BRAND BrIAND BRAND TITLE fVtE:'SSAG:E'(S): SE07-ND LIEHHOLOER: RELEASE OF SECOND LIDI, THE SECOND LIENHOLI)EPi'S INI ERES . i IN 5 IL VE-114-i"I DESCHISED IN !HIS CERT IHCAIE *; HEREBY REI,E=.SEJ AU X w THE REG! SIPA 1", OFT 2TOR VEHICLES H REBY CERTIFIES THA-: AN APPLICATION FOR. A CERTIFIC-Al.- OF' F OL, THE. K-10TOR VEHICLE DES CR.;,' FIED HEREIN HAS BEEN DULL' FILED. PURSUANT TO THE PROVISIC)NS OF THE .AV6 OF THF (70.-MINICHINEAD I I Of= .-.: THE S - F � AP [*)I - MASSACHUSII"11S BASED ON THF TATE!vIiNTS 017 THE -1 HE RECORDS PILE VVITH THIS A6'!LNCY. 'I HE -ICANI NAMED I S THE E -.',) V1 NIE r. OF S A 11) V C I - I I C L G. - I - - I S SHOkl,'N THE o.- VIEHICLES VUHIHEH CILPRIFffS THAI 1HE HERE ltv A.— Rachel Kaprielian Registrar CONII ROS N& r, 8 18 3 7 -,,' 7 N01 THE 111 LE NUMBER TOWN OF NORTH ANDOVER Fire Department Fire Prevention Office Central Fire Headquarters 124 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Telephone (978) 688-9593 FAX (978) 688-9594 Andrew Melnikas Fire Chief amelnikas@TownofNorth,4ndover.com Lt Frederick McCarthy Fire Prevention Officer F.McCarthy@townofnorthandover.com Chronological summary of Pierce Engine Purchase September 16, 2010 Email to Lt McGuire to Robert Wilker concerning available unit and pricing. Because it was a stock unit, there was a price break and an additional years warranty. December 28, 2010 Invitation for Bids.Two vendors submitted bids: Pierce Manufacturing and Emergency One. An analysis of the bids was done and Pierce was able to meet the specs. Contract awarded to Pierce February 11, 2011 February 17, 2011 Contract signed ( $ 439,724.00) minus options .The options package totaled $ 32,562.00 February 17, 2011 Pierce Engine leaves Canada enroute to Wisconsin. This engine was being viewed by several departments in United States and Canada as well as the North Andover Fire Department. February 24, 2011 Email from Fire Chief to Town Manager Rees asking that one person be allowed to go on an inspection visit. Is March 15, 2011 Purchase Order cut for Pierce Engine. Amount of the purchase order was $ 472,286.00. According to the title on the engine, the actual purchase date is April 18, 2011 March 17, 2011 Fire Chief receives the approval to send one individual to Wisconsin to oversee the installation of equipment. Mike Beirne was that individual. March 28, 2011 Lt Beirne leaves for Wisconsin, accompanied by Bob Wilker, sales representative from Pierce. Lt Beirne returned from Wisconsin on March 30, 2011 March 30, 2011 Pierce Engine leaves Wisconsin enroute to North Andover Fire Department. April 1, 2011 Pierce engine arrives at North Andover Fire Department, Station # 2 April 4-8,2011 Training done on Pierce engine. Training was done by John Fox, engine operations technician for Pierce Manufacturing. April 8, 2011 After the last day of training which was April 8, 2011, the engine is sent to Minuteman Fire and Rescue Apparatus Inc. Company, Walpole, Mass. for additional tool mounting, and lettering 2 May 18, 2011 Pierce engine has been lettered and equipment mounted and is being prepared to go in service May 21,2011 Pierce engine in service as of this date as Engine # 2 Respectfully submitted, Chief 2drew Melnika MASSACHUSETTS DEPARTMENTOF OF TRANSPORTATION MAILING ADDRESS ONLY: NORTH ANDOVER TOWN OF 124 MAIN ST FIRE DEPT N ANDOVER, MA 01845-2420 OWNER(S) NAME AND ADDRESS: NORTH ANDOVER TOWN OF FIRE .DEPT 124 MAIN ST N ANDOVER, MA 01845-2420 :I FIRST LIENHOLDER: SECOND LIENHOLDER:. RELEASE OF FIRST LIEN: THE FIRSTLIENHOLDER'S INTEREST IN THE VEHICLE DESCRIBED IN THIS CERTIFICATE IS HEREBY RELEASED NAME: AUTHORIZED SIGNATURE: X DATE RELEASED: RELEASE OF SECOND LIEN` THE SECOND LIENHOLDER'S INTEREST IN THE VEHICLE DESCRIBED IN THIS CERTIFICATE IS HEREBY RELEASED NAME: AUTHORIZED SIGNATURE: X DATE RELEASED: THE REGISTRAR OF MOTOR VEHICLES HEREBY CERTIFIES THAT AN APPLICATION FOR A CERTIFICATE OF TITLE FOR THE MOTOR VEHICLE DESCRIBED HEREIN HAS BEEN DULY FILED, PURSUANT TO THE PROVISIONS OF THE LAWS OF THE COMMONWEALTH OF MASSACHUSETTS. BASED ON THE STATEMENTS OF THEAPPLICANTAND THE RECORDS ON FILE WITH THIS AGENCY, THE APPLICANT NAMED IS THE OWNER OF SAID VEHICLE. _ THE REGISTRAR OF MOTOR VEHICLES FURTHER CERTIFIES THAT THE VEHICLE IS SUBJECT TO ANY SECURITY INTERESTS SHOWN HEREIN. Kai," ' lw�ivw�^�► r Rachel Kaprielian Registrar CONTROL NO. F 8 18 3 7.7 7 NOT THE TITLE NUMBER JW CERTIFICATE OF REGISTRATIONi Please keep this document in your vehicle at an times we141MMSMSIMMAM troxT47E eit"CI1Y WE kwm YW n±NISAcrroNaim �.. /N MFA154 MUNICIPAL 04/22I/ , NEXPD 01111270090107 whin wo a ym Not valid Wif ilt owed va.ar ors 2010 PIERC ARROW FIRE [RED WHITE *jnatureofRegisbar va.ae IgBfIWG710NNI,7�i nae NSIIIwwE0l71PA11Y NUl6t MIM TWIR 4P1CA01H2AA010644 SELF INSURED amaerrwiuoosc(�nr�a K- TM �o FEES NORTH ANDOVER TOWN OF 0.00 FIRE DEPT TmE 0.00 124 MAIN ST 0.00 N ANDOVER, MA 01845-2420 SNESTAr 0.00 TOTAL 0.00 THE COMMONWEALTH OF MASSACHUSETTS REGISTRY OF MOTOR VEHICLES The records of the RMV database caasiltufe ft official stah:s of the vel ide regisiratim. IF THIS VEHICLE IS NEWLY ACQUIRED, IT MUST BE INSPECTED WITHIN SEVEN (7) DAYS "'ADp1M OF REGISTRATION. important information for Vehicle Owners . If this vehicle is newly acquired, It must be inspected within lien M days of registration . By law, you mast report any change of address to the RMV within 30 days in writing. Address changes can be made on the RMV website: www.mass.gov/rmv or by mail to: RMV, P.O. Box 55889, Boston, MA 0220"889. Once you have reported the address change to the RMV, please write cor- rected address in box provided above. For Customer Service call: 1-800-858-3926 for area codes (351/413/ 50811741978) or call 1-617-351,4500 for area codes (339/617/781/857). . Retum the registration plates to the RMV immediately if. - The vehicle has been sold or junked and the registration Is not going to be transferred to anothervehicie. Keep a copy of the BM ofSate, T idce and completed Reassignment ofrale -Mr your records to document the transfer. - You move to another state and YOU register the vehicle In that -The insurance policy Is not renewed or is cancelled and there is no plan to obtain a new policy. Transferring Your Plates: Massachusetts law (G.L Chapter 90, Section 2) allows you to transfervaild registration plata from this vehicle to a newly acquired new or used mowr vddde or trailer while you obtain insurance and a new registration. Ali of the following must be met 1. You are at least 18 years of age and you own the motor vehicle or trailer identified on this Registradon Card,- 2. You transfer ownership of this vehicle to another person or permanently lose possession of it (such as through repossession, etc.); 3. The newly acquired vehicle is of the same vehicle type (passenger vehicle to passenger vehicle, trailer to tmler, etc.); the same registration type (passenger to passenger, commercial to commerclal); and has the same amber of wheels; and, 4. The seller mad buyer properly complete the Assignment of the Certificate of Title (for the newly acquired used' vehicle) or Certificate of Origin Gf a "new" If all of the above are met, you may operate the newly acquired vehicle with the transferred plates up to 3:00 Pm of the 7th calendar day following the date of transfer (or loss of possession). The day of transfer or loss Is day 11. During those 7 days, you must carry the Bill of Sale (or the dealer's Purchase Contract) for the newly acquired vehicle and this Registration Card when operating the vehicle. See FAQs About the Seven -Day Registration Transfer Law on the RMV's webslt a at www.mass.gwr/rmv. . No Insurance Card Reg": Massachusetts`s law does not require an insurance card. The law, M.G.i_ chapter 50, secuon sae ane chapter 175. section 113A requires the vehicle's owner to maintain a compulsory motor vehicle flabirity insurance policy or bond for bodily inJury coverage and property damage insurance. If an Insurer Is Identified on the face of this Registration Card, it is required by law to electronically notify the RMV (Registry of Motor Vehicles) If coverage lapses. The vehicle owner is then notified by the RMV to obtain new insurance within in eays nrthe registration will be revoked. SAVE TIME IN LINE BY GOING ONLINE AT WWW.MASS.GOV/RMV Change Your Address Renew Your Driver's License Replace Your Mass iD Order Special Plates Renew Your Mass iD Request Duplicate Registration Pay Citations Renew Your Registration Title/Lien inquiry Registration inquiry Replace your Driver's License Verify Driver's Education Certificate VISIT OUR WEBSITE FOR A FULL LIST OF AVAILABLE TRANSACTIONS MIIA Member Services 12 Gill Street, Suite 1600 Woburn, MA 01801 Phone (800) 526-6442 Fax (781) 376-9907 AUTOMOBILE CHANGE REQUEST FORM MM MEMBER: vy�' IZ A/Z.dQ 1/614 1) VEHICLE TO BE ADDED: (Attach RMV -1 or REG) Effective Date of Change: Year Make Model Vehicle Identification # # of Passengers Bus/Van ,2,alD G �'z 1 Z mor 601. cIAle Gross Vehicle Weight Plate # Cost New Department Physical Damage Valuation Indicate one r / G �'z 1 Z mor 601. ❑Actual Cash Value (4) VReplacement Cost Value 5) Is this vehicle dual control (drivers Education)? ❑Yes NNo A. Please indicate desired Physical Damage Coverage and Deductibles: Physical Damage Coverage Deductible Options COMPREHENSIVE (Fire, Theft, Vandalism, Glass...) COLLISION 2$500 ❑$1,000 ❑ Other ❑ $500 ❑$1,000 ❑ Other B. Is Medical Payments Coverage Desired? ❑Yes JZNo ' 12— 1) VEHICLE TO BE DELETED: _(Attach Plate Return Receipt) Effective Date of Change: /!�Ga l� #of Vehicle on Fleet Schedule Year Make Model Vehicle Identification # r / G 1`7&W 10.37377 If the vehicle is leased, please include a copy of the lease agreement. Is a Loss Payee and/or Additional Insured being requested? Please check: ❑Additional Insured: ❑Loss Payee: Name Address: MIIA ember uthorized Signature 4�2)&2x) AZ "06-611 -e Name & Title (please print) (12/00) PILO Date Telephone Number NOTICE: To insure proper and accurate coverage, this form must be completed entirely. (INSTRUCTIONS ARE ON REVERSE SIDE) :3C4'��)'f ?� •y�;;„-.''- rro- i�,�v"� ��';,71 "�>f�G'J,e .• � 1. y,r +'}�`iw� yit �r• ,a• ;ri ' '• r _ [i a .iW tnM � .�: �t;� I �/Fg! �. " •,.g;�� i:�(�tn y's. � Q°f�t dlh„ ar'.��p�t1�l'.{. lii3��fr%i0�n'C L�r3 tit DATE INVOICE NO. NOVEMBER 29 2010? CV i VEHICLE IDENTIFICATION NO. YEAR MAKE 4PICAOIH2AA010644 2010 PIERCETM BODY TYPE at :S •SHIPPING WEIGI-I'r 's= ARROW PUMPER 34;810 ..<:. H.Pr (S,A.E.) G.V.W,R. N0. CYLS. SERIES OR MODEL 470 46,800 6 ARROW XT Iw- E �t I t 1 , the undersigned authorized representative of the. company, firm or corporation named below, hereby certify A. v•„y,g that the new vehicle described above is the property of the said company, firm or corporation and is transferred on the above date and under the Invoice Number indicated to the following distributor or dealer.. S. NAME OF DISTRIBUTOR, DEALER, ETC.” f PIERCE MANUFACTURING INC PO BOX 2017 APPLETON, WI 54912-2017 It is further certified that this was the first transfer of such new vehicle in ordinary trade and commerce. ;;. . :qRf� PIERCE MANUFACTURING INC. �/��, • { L'�Fii irES�M •� (SIGNA7 E OF AUTHORIZED EP ESENTATIVE) (AGENT) PM 4006794 ASST CORP,SECY `z` �._.. t�= CITY-STATE .riira)'ik. 1 22615 r MASSACHUSETTS DEPARTMENT OF TRANSPORTATI®N TITLE NUMBER VEHICLE IDENTIFICATION NUMBER DATE OF ISSUE 4P1CA01H2AA010644 BK027505 0 F, I ri p , 0 IMAM*I•" 05/06/2011 MFRS. MODEL YEAR MAKE MODEL NAME MODEL NO. BODY STYLE/TYPE NEW/USED 2010 PIERC ARROW FIRE NEW CYL. PASS. DRS. PURCHASE DATE ODOMETER READING PREV. TITLE NO. PREY. TITLE STATE' 12,221 06 06 4 04/18/2011 IRIVOUS STATE WAS TITLEACTUAL .MILEAGE I REGISTRATION NUMBER IS DISPL YEED T MAILING ADDRESS ONLY: NORTH ANDOVER TOWN OF 124 MAIN ST FIRE DEPT N ANDOVER, MA 01845-2420 OWNER(S) NAME AND ADDRESS. NORTH ANDOVER TOWN OF F -IRE .DEPT 124 MAIN ST N ANDOVER, MA 01845-2420 FIRST LIENHOLDER: RELEASE OF FIRST LIEN: THE FIRST LIENHOLDER'S INTEREST IN THE VEHICLE DESCRIBED IN THIS CERTIFICATE IS HEREBY RELEASED NAME: AUTHORIZED SIGNATURE: X DATE RELEASED: SECOND LIENHOLDER: RELEASE -OF SECOND LIEN: THE SECOND LIENHOLDER'S INTEREST IN THE VEHICLE DESCRIBED IN THIS CERTIFICATE IS HEREBY RELEASED NAME: AUTHORIZED SIGNATURE: X DATE RELEASED: THE REGISTRAR OF MOTOR VEHICLES HEREBY CERTIFIES THAT AN APPLICATION FOR A CERTIFICATE OF TITLE FOR THE MOTOR VEHICLE DESCRIBED HEREIN HAS BEEN DULY FILED, PURSUANT TO THE PROVISIONS OF THE LAWS OF THE COMMONWEALTH OF MASSACHUSETTS. BASED ON THE STATEMENTS OF THEAPPLICANTAND THE RECORDS ON FILE WITH THIS AGENCY, THE APPLICANT NAMED IS THE OWNER OF SAID VEHICLE. THE REGISTRAR OF MOTOR VEHICLES FURTHER CERTIFIES THAT THE VEHICLE IS SUBJECT TO ANY SECURITY INTERESTS SHOWN HEREIN. Rachel Kaprielian Registrar CONTROL NO. F 81, 8 3 7 7 7 NOT THE TITLE NUMBER TOWN OF NORTH ANDOVER Fire Department Fire Prevention Office Central Fire Headquarters 124 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 018 ._ Andrew Melnikas Fire Chief Lt Frederick McCarthy Fire Prevention Officer To: Mark Rees, Town Manager From: Andrew Melnikas Re: New Engine Telephone (978) 688-9593 FAX (978) 688-9594 amelnikas@TownofiVorthAndover.com com FMcCarthy@townofnorthandover.com May 31, 2011 Attached please find some information relevant to the issue surrounding the recently purchased fire engine. As you can see from the email sent by Mr. Wilker, the list price for the model we purchased was $ 474, 731. As a result of this vehicle being " stock " or " demo " we were able to get a discount in the area of $ 35,000.00. In addition per the attached sheet titled, "Exceptions and Clarifications to Specifications, we received a two year warranty versus the standard of one year. I realize that the concern is as a result of the mileage on the vehicle. My error in judgment would be one of omission rather than commission. I would be willing to explain my decision to whatever forum you wish. Resp tf illy, f dre Melni s, Fire Chief Melnikas, Andrew From: Beirne, Mike Sent: Friday, May 27, 20114:34 PM To: Melnikas, Andrew Subject: Engine 2 Chief, It took me a little while, but I found what I was looking for. Below is a copy of one of the original emails from Bob to Tim. Per Bob's email, the original price for the truck was $474,731. The contract price, minus the options [they weren't part of the truck when Bob sent the first email] was $439,724 for a difference, or "savings" if it sounds better, of $35,007. The final price including options, as you know was in the $477,000 range. Note that our truck is stock # 22615 [indicated in bold red type] Pierce information. He is coming to station 2 on the 29th at 1700. It is more expensive than I thought it would be. Tim From: Robert J Wilker [sfdengine2@gmail.com] Sent: Thursday, September 16, 2010 3:30 PM To: McGuire, Tim Cc: Robert J Wilker Subject: Re: North Andover Fire Dept. 1. I left drawings etc for the stock truck at station with the mechanic a few weks ago..Dan Ryan ? 2. 1700 hrs on 9/29/10 E-2 is fine 3. I have requested leasing info on two units 4.Stock units go fast ,web site is updated everyday Below are some examples of prices for aerials and pumpers from the stock program. Ladder Trucks: 1. Job 22551 Arrow XT 105 $ 863,312 2. Job 22347 Velocity 105 $852,700 3. Job 22553 Arrow XT 105 $863,312 4. Job 23298 Arrow XT 105 $807,952 5. Job 22318 Arrow XT 75' $ 746,479 6. Job 22852 Impe175' $ 713,284 PUMPERS I.Job 23443 Velocity $491,308 2.Job 22618 Impel $437,264 3,Job22079 Impel $393,272 4.Job 22409 Contender $314,473 S.Job 22491 Contender $360,800 6.Job 22316 Contender $321,320 7.3ob 22440 Contender PUC $349,467 83ob 22787 Arrow XT Top Mount $498,033 9.]ob 22615 Arrow XT $474,731 10.Job 23733 Big Block contender $450,000 Most if not all the Custom Contenders have 1,000 gallon tanks..makes for a very high hose bed. If one of the above units looks good let me know and I will go to the sales manager and see what kind of discount we can get. Leasing numbers maybe back tomorrow... I think the best bang for your buck on the pumpers would be jobs 22615 or 23733 both are a lot of truck for the money... Also if one of the Ladder trucks looks good let me know which one.. Its hard to ask for discounts without knowing what unit you want ..they are all different. If you can pick two we can put together a package with trades together with the lease which you can bring to the Town. The drawing that Dan Ryan has will show height and lenghth. OAH was 11 feet 3 inches.. I do not think it would fit at HQ.. PLEASE NOTE ABOVE PRICES ARE FOR BUDGET PURPOSES ONLY. Bob In addition to the "price break", the "Contract" does list the truck as a "stock" unit. Per the "Exceptions", we also received a two-year bumper -to -bumper warranty as opposed to the one year that was spec'd. Note that the "Exceptions" also show a 60 -day delivery time. I'm attaching copies of the "Contract" and "Exceptions" which show the items I mentioned. I hope this helps and apologize for the ongoing aggravation this whole process has caused. Our aim was to get the best truck we could for the Town in the shortest amount of time. I think we did so. Further, I thought that was clear to the Town. Please keep me updated on this issue. If I can be of further assistance, let me know. Lt Michael Beime Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: htto://www.sec.state.ma.us/ore/oreidx.htm. Please consider the environment before printing this email. Mr. Ray Santilli, Assistant Town Mana er North Andover Town Hall 120 Main Street January 21, 2011 PROPOSAL FOR FURNISHING North Andover, MA 01845 FIRE APPARATUS The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Pierce Manufacturing Inc. at its home office in Appleton, Wisconsin, the apparatus and equipment herein named and for the following prices: One (1) Arrow XT 1500 GPM Pumper Stock Unit # 22615TR S 439,724.00 This apparatus is available on a (first come — first serve basis) and is subject to prior sale. TOTAL $ Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 60 - calendar days after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to you at The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect the cost of the construction of the apparatus. The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of bid, and with all National Fire Protection Association (NFPA) Guidelines for Automotive lire Apparatus as published at the time of bid, except as modified by customer specifications. Any increased costs incurred by first party because of future changes in or additions to said DOT or NFPA standards will be passed along to the customers as an addition to the price set forth above. Unless accepted within 30 days from date, the right is reserved to withdraw this proposition. PIERCE MANUFACTURING INC. By: 'JAn,.(( Y, out fpr SALES REPRESENTATIVE Jeffrey P. Fournier EXCEPTIONS & CLARIFICATIONS TO SPECIFICATIONS North Andover, Massachusetts Page 9. Qne Year Warranty We propose a Two (2) Year Bumper to Bumper Warranty in lieu of the One (1) year specified. Page 67 Warranty Paint and Corrosion We propose a Ten (10) Year Non -Prorated on the cab and body. Page 70, Delivery Pierce Manufacturing, Inc. will deliver the apparatus within 60 calendar days provided that a signed contract is received at Pierce Manufacturing by the close of business on Friday January 28, 2011. Page 84, Section 5 Insurance 5.2.1 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following coverages: Commercial General Liability Occurrence Form LXD 9611 (00-05): $1,000,000 Each occurrence Bodily Injury and Property Damage Liability $1,000,000 Products/Completed Operations Aggregate $S,000,000 General Aggregate $1,000,000 Personal and Advertising Injury 5.3 Pierce takes exception in its entirety. Pierce Manufacturing, Inc. maintains the following Commercial Automobile Liability Coverage (ISO Form CA0001 (10 01) Symbol 1 (Any Auto) : $1,000,000 Each Accident Bodily Injury and Property Damage Combined Single Limit 5.4 We propose "Claims for bodily injury and property damage subject to the policy terms, conditions and exclusions". 5.5 We propose deleting. "MIIA" With renewal certificates issued prior to expiration of a policy period. " DATE APPLETTON, WI 3f291201 4( ® MANUFACTURING Inc. 54912 INVOICE NUMBER M037369 QUALITY FIRE APPARATUS TEL. (920) - 632-3000 3355392 NORTH ANDOVER FIRE DEPARTMENT 124 MAIN STREET NORTH ANDOVER, MA 01545 YOUR ORDER NO. CONT RAC OUR ORDER NO. 22615 ITERmsDELIVERY COD DATE VIA ITEM OTY DESCRIPTION TOTAL -AMOUNT NE (1) PIERCE-rm ARROW XT PUMPER $ 472,286.00 OUNTED ON AN ARROW XT CHASSIS VIN: 4P1 CA01 H2AA010644 2010 CONTRACT AMOUNT $ 472,286.00 ET DUE PIERCE $ 472,286.00 I •VI ST�cwra L,R_ NO G -Ya: PAYMENT METHOD Di 4STRUCTIONS Electronic Payment (Preferred Option): In order to avoid delays in the receipt and/or application of your remittance, we recommend you forward all payments electronically as follows: Bank of America NA ABA Number: 026009593 150 Broadway Account Name: Pierce Manufacturing, Inc. New York, NY 10038 Account Number: 86661-11009 SWIFT code (international wires only): BOFAUS3N SII: Bank of America NA ABA Number: 071000039 231 S LaSalle Street Account Name: Pierce Manufacturing, Inc. Chicago, IL 60697 Account Number: 86661-11009 Payment by Cheek (Alternative Option): In the event that you wish to forward your remittance via check, please select one method below: Please make checks payable to: Pierce Manufacturing iAP1, TQ Pierce Manufacturing, Inc. 7751 Collections Center Drive Chicago, IL 60693 S, FED -EX, etc: Bank of America NA 7751 Collections Center Drive Chicago, IL 60693 Notes: Unless specifically authorized, DO NOT send your remittance to the company's office address. o Exception - you may bring final payment with you at time of pickup. a Bring a copy of your insurance binder/coverage, if you are driving the apparatus home. Reference the invoice number(s) or j ob number you are paying for on all remittances. Questions regarding how to make a payment? P o Contact Laura Kober at (920)832-3063. QSD 1381 Revised: 11/-5/2008 This printout is uncontrolled and valid for the date of printout only. Print Date: 3/1211010 MANUFACTURING Inc. QUALITY FIRE APPARATUS 3355392 NORTH ANDOVER FIRE DEPARTMENT 324 MAIN STREET NORTH ANDOVER, MA. 01845 P.O. BOX 2017, APPLETON, VJI 54912 TEL. (920) - 832-3000 DATE TERMS COD INVOICE NUMBER M037369 ITEM YOUR ORDER NO. OUR ORDER NO. r TERMS COD DELIVERY DATE VIA ITEM QTY. DESCRIPTION TOTAL AMOUNT E ( 1) PIERCETm ARROW XT PUMPER $ 472,286.60 M+ MMD ON AN ARROW XT CHASSIS VIN: 4MCAOlFaW10644 2010 ["ONTR CT AMOUNT $ 47°2,286.00 NET DUE PIERCE $ 4721286-00 .. Purchase Order Town of North Andover No. 115690 120 Main Street P.O. Date: 03/17/2011 Questions ? P.O. issued To: Pierce Manufacturing Inc 2600 American Drive Appleton WI 54914 Contact: Location: Fire Phone: (920) 832-3000 Fax: (920) 832-3080 Reference: North Andover MA 01845 Ext: Account: Ship To: North Andover Fire Dept Attn: Diane Morrison 124 Main Street North Andover MA 01845 (978) 688-9590 Project: Undesignated Req# 17141 Date Required: 03/30/2011 Award Number: 507 Qty Unit Part# Description Account Number Unit Price Extended Tax Freight 1 EA Arrow XT 1500 GPM Pumper 3053389.1.2.0220.0000.3.585600.0000.0000.00.00 439,724.00 439,724.00 0.00 0.00 Fire Truck 1 EA selected options 3053389.1.2.0220.0000.3.585600.0000.0000.00.00 32,562.00 32,562.00 0.00 0.00 Sub -Total: 472,286.00 APPROVAL SIGNATURES: Freight: 0.00 Tax: 0.00 Total Amount: 472,286.00 )19 J" L NOTES Thursday, March 17, 2011 Order Via: Mail ENTITY COPY Page 1 of 1 URBELIS & FIELDSTEEL, LLP 155 FEDERAL STREET BOSTON, MASSACHUSETTS 02110-1727 CAROL HAJJAR McGRAvEY OF COUNSEL e-mail chm@uf-law.com March 14, 2011 1. D Raymond Santilli Assistant Town Manager North Andover Town Offices 120 Main Street North Andover, MA 01845 RE: PIERCE MANUFACTURING, INC. Dear Ray: Telephone 978-475-4552 Telephone 617-338-2200 Telecopier617-338-0122 Enclosed please find the above -referenced contract, which has been approved as to form. Very truly yours, t Carol Haj j ar McGravey CHM/kmp Enclosure w:\wp51\work\n-andove\couesp\santilli.Itr - wntracO IAm TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Attorney Carol McGravey Urbelis & Fieldsteel, LLP 155 Federal Street Boston, MA 02110 Dear Ms. McGravey: February 23, 2011 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find for your review and approval three (3) original contracts, along accompanying documentation, between the Town of North Andover and Pierce Manufacturing, Inc for the purchase of an Arrow XT 1500 GPM Pumper Fire Truck per the Invitation for Bids and specifications issued on December 28, 2010.. Thank you in advance for your attention to this matter. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Ms. Nancy L. Pagel Director of Order Management Pierce Manufacturing, Inc. 2600 American Drive Appleton, WI 54912 Dear Ms. Pagel: February 11, 2011 TEL (978) 688-9516 FAX (978) 688-9556 The Town of North Andover has decided to award the contract to Pierce Manufacturing, Inc. for the purchase of a Triple Combination Pumper Fire Truck per the Invitation for Bids issued on December 28, 2010. Enclosed please find three (3) original standard Town of North Andover contracts for appropriate review and signature. Please return the signed contract documents and all required accompanying paperwork to my attention as soon as possible. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures TOWN OF NORTH ANDOVER CONTRACT DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Pierce Manufacturing, Inc. Address: 2600 American Drive Appleton, WI 54912 Telephone Number: 920-832-3000 Fax Number: 920-832-3080 1 2 3 4 This is a Contract for the procurement of the following: One (1) Arrow XT 1500 GPM Pumper Fire Truck per Invitation for Bids and specifications issued December 28, 2010 The Contract price to be paid to the Contractor by the Town of North Andover is: Base Price $ 439,724.00 Options $ 32,562.00 (per attached list) Total $ 472,286.00 Payment will be made as follows: Upon delivery and acceptance of vehicle by the North Andover Fire Department Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by (Rev 5-2007) Contract by and between Town of North Andover and Pierce Manufacturing, Inc. Page 1 It SUPPLEMENT "G" 1. This form supplements the general provisions of the Contract between the Town of North Andover and Pierce Manufacturing, Inc, which Contract is a contract for the procurement of goods. 2. "Goods" shall mean Goods, Supplies, or Materials, as described in the Contract. 3. Change Orders: Change orders may not increase the contract price by more than twenty-five percent (25%), in compliance with General Laws Chapter 30B, § 13. 4. This Contract for purchase includes the following delivery, installation or setup requirements: Dated: THE TOWN OF NORTH ANDOVER un Town Manager THE CONTRACTOR fto (Rev 5-2007) Supplement "G" to Contract between the Town of North Andover Page I and Pierce Manufacturing, Inc. Accepted Options as part of Purchase of Arrow XT 1500 GPM Pumper Fire Truck Options a. Hose Bed Cover: $ 7,399.00 b. Automatic Tire Chains: $ 5,523.00 c. 12 -Volt Brow Lights: $ 2,756.00 d. 12 -Volt Brow Light: $ 2,765.00 e. Antennas: $ 274.00 f. Power Strip Six Position: $ 322.00 g. Gray Sealer: $ 385.00 h. Hard Suction Trays: $ 1,524.00 i. Opti Com: $ 2,295.00 j. Map Box: $ 494.00 k. MDT Power: $ 234.00 1. Wiring Spare: $ 234.00 m. Air Horn and Siren Control: $ 422.00 n. 12 -Volt Lighting: $ 2,628.00 o. Tool Mounting Boards: $ 792.00 p. Backboard Compartment: $ 1,492.00 q. Rear Roll -up Door Modification: $ 268.00 r. Floor Tray Hurst Tool Modification: $ 2,755.00 Sub -total Options $ 32,562.00 TOWN OF NORTH ANDOVER Fire Department Fire Prevention Office Central Fire Headquarters 124 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Andrew Melnikas Fire Chief Lt Frederick McCarthy Fire Prevention Officer To: Mark Rees, Town Manager Re: Pumper Bids Telephone (978) 688-9593 FAX (978) 688-9594 amelnikas@TownofiVorth,4ndover.com F.McCarthy@townofnorthandover.com February 7, 2011 The review of the two (2) bids submitted, one from Pierce, and one from Emergency One has been completed. The IFB states that " the detailed and comprehensive written proposals shall be submitted in the same sequence as the listed ` general requirements `and ` specifications' for ease of evaluation, comparison, and checking of compliance. While Pierce followed the IFB, essentially to the letter, Emergency One did not and this made the review process substantially more difficult. In addition, the Emergency One bid proposal did not meet the specifications in several areas: • Delivery: Emergency One exceeds the timeframe as outlined in IFB/ pg 1-2 • Frame: Does not meet requirements for size and frame, pg 9 • Frontal Impact Protection: Not included in bid submission • Transmission: Does not meet the specifications for a six speed transmission • Front Suspension: Does not meet the requirement, GVW, pg 10 • Rear Suspension: Does not meet the rated axle capacity, pg 10 • Fuel Tank: Fuel tank is smaller than specified, pg 16 • Cab : The front and rear doors are narrower than required in the IFB .The height is also shorter than in the IFB , pg 19 • Discharge Outlet ( front) ; Uses rubber hose for plumbing, not stainless steel • Frame reinforcement: Does not meet requirements for size and strength, pg 9 • Front Drive Axle : Does not meet GVW and construction type • Engine: Less peak torque, pg 14 • Exhaust System : Has 4" steel and the IFB requires 5" stainless steel • Transmission Shifter: Not the required, per specifications, transmission, pg 14 • Steering Warranty: Only has one year, IFB required three year 2 • Tires: Rear tires different than IFB, front tires are highway tread, not all season, as required. In addition, wheels are steel, not aluminum as required, pg 11 • Electric operated cab door windows: Windows are crank operated, not electric as specifications call for • Air Conditioning :Two condensers are called for in specifications, only provides for one • Underbody Support System : Made of aluminum, not steel as stated in the IFB, pg 41 • Valves: Has "t" handles , not wheel -type as stated in the IFB for larger discharges • Crosslay Hose Beds: Uses rubber hose for plumbing, not stainless steel as specified, pg 47 Regarding the bid put forth by Pierce Manufacturing, it was found that there were no areas in which they did not meet the IFB. In actuality, the Pierce Manufacturing bid exceeded the IFB in the areas of material, workmanship, and chassis. A great deal of time was expended in the creation of the specifications for this engine. All of the requirements are backed by sound reasoning and judgment. Given the monetary investment that the Town of North Andover is making, I strongly recommend that the bid, entered by Pierce Manufacturing, be the choice of the Town. Thank you for your time, patience, and, above all, assistance in this matter. I have attached a list of the options which we would like for this vehicle.Please call me should you have any further questions regarding this matter. e"4 Chief Andrew Melnikas Total 1 $481,033.001 Engine Pierce Arrow XT stock pump 22615 $439,724.00 X a. aluminum hosebed cover $7,399.00 X b. insta-chains $5,523.00 X C. 12V LED brow light $2,765.00 X d. 12V LED brow light $2,765.00 X e. radio antennas $274.00 X f. 6 strip outlet to shore line $322.00 X 9 "GORP" electrical connections $385.00 X h. hard suction trays $1,524.00 X i Opticom system $2,295.00 X J. 4 slot map box $494.00 X k. Power for MDT $234.00X I. 12V power points [2 @ $234.00 ea] $468.00 X M. move switches off floor Lt's seat $422.00 X n. 12V raise LED scene lights [2 @ $2628.00] $5,256.00 X o. PACTRAC x 4 compts [4 @ $792.00 ea] $3,168.00 X P. Backboard storage under hose cover $1,492.00,X q. Modify rear rollup door $268.001X r. Modify rollout tray for Jaws $2,755.00 X Deleted t. Inspection trip x 2 members $3,500.001X Total 1 $481,033.001 O U L �1 N C d U •� m m � L ca L cts � C N i N i O LL LL O N N U C � � O O Z I 1w W m LL_ O C N d O m LL N w d d X XXX X X X X X X X X X X X X XXX X XIX X XXX X X X X X C cn O a U C U E L a� U O ` L C- Q •� C C U (UD N E > �� C C Q) E U (6-0 U °a0)c0U> "a E L L C �° y O O c C C VOi (n Q a C '3 'C L> ai L � m U > U N x L ami O O a°�i C m` a� a o O} O y Q 2 Q L O-p C a O E. V Y 0 E C O (D � O) C � N > E O ~ > U co o p oN U I-ZN o co o o U O d @a o f L p a� L— L o U Q Q > a E > O i- C c0 E �n N ,U C Ln v .N y C � O N co O Y c E _ cu >_ o S t .' fl c O d ca E ai a a� L �' OL Z n t cNo i� O E E c UA o O C7U0o o 7 a> �cnaLL�c�U) c0 O N .� O LL zzF-GQQO�Ucni-cn LL O C a C (0 O O d >Ucn�C7LLLL�"-ow t 0 O= L U L N 'a1 W m c a� � m U C C 'O O C O O U U ;F C o N U CL a� c o Q) c � C L Y �MM W xxixxxxxxxxx XIX xxxx XIX x XIX xxxxxxxxxxxxxx T c C p E O C O @ E E > O Y O O L CC (n U) m U U C r- p c� O> O C (n U> >N c0 3 h- o fn C O y C O Y N@ Y N Y N W E cn 'O cp M c� C C O j C C O C O C O C O L p y Y V U m m co 0 C Co L n >p > _1) ( O Q Y Y mL Q> > > c Q U) N J L co C O O > U L Q xN Q O_ p� (n O O O p E (n ,C J N O O N N O C O (6 O •!n '� c U L (6 L (0 O (n CO L p J J O C O U N Y O Y C C C O) L C _C O) C 7 L @ O- (6 L '' �� �L/� VJ� U N C O C cn C N C> L N 'L N N Z N O Q— L O C C L C (d C C O C O) C L X •� O N N 7 O 7 O 7 (LQ N •L L O) L> 0LL�QQcoL�QmmLQW .� .L WUW Lu LL LL LLn(n�J> _N _N C W U L O �1 xxxxxxxxxx XIX xlxlxxx x XIX x XIX x XIX xxx x x xxx x x x C O N C O 7 m O U O Y N U C O (i] C L O U O J C QJ C O C O 2 - Y L •2 Y NO O O C co U 0 0 a) 0 C U) co Q Y -O cp ;� O U 7 J ,U L N O N O O (9 C C` N U C p 'a 0 LO U E a z �.- j T O m Co O m () .� _C 2 0 0 D 0 0 in c C 4-- c 0 J O @ O co n ` U o o v o a> o Cj U 3 c u�i •CoL •oLC cOL� �LNC) O U- U) O 0 O co U. O 75 0 W W_YJOnLL N U)0��U O C00�0 O m W 0O O('cOnUUa) Y O (0 W § 0 x x x x x x x x x x x x x x x x XIX x x x x x x x x x x x x XIX XIX x x x � m 2 _ g _ \ C/) \ \ g LL = \ 7// / 3 ® \ > c g § ® 2 a \/ 2 2 / — 0 -_ ° E k®° ' 2 2cm a m a 2 2 0& 1 2 2 U/ E c s e Q $ 0\ c c c e I m § c g° o=_ I 5 a— G§\ 2 ®] t. R c 0 = c $/ n U= c E e E E »= m ] o° U) ®� o & § = E t 2 0) 0 \ m O t o \ m e \ e ) n e f— = 1 0 9 L) t t\ o e E/® e= 5/ 5\ 2± o ® o« °= O 3— c c c = E E a== E o a c e /\= e E e E E oƒ% 7 2 0=� I< 2 o@ 2 o E— E ®� 2 E G— c 3 7 17 o f@ 2 2 n@< c 0 0 E E & E u 4ƒ/ — 5 e s e g E o E o O E—= 7 5 5 __� 0 � 0 2—= E= 2° O 2== ° I _% R 2 e 2 76= Q e> 2 m\ %_ m L L I O O 0 2 0 E= E 2 I$ 5 o c G = 12 2 2 J o 2 e I c o 0 c o 3= c=\ _ m I@ E o o =. G#/® U) \ 5\ 5 5 7/ c§\ 2* E 2*£ 2 2- 0 / s 2[) 2 7 e _= I±± 0 5> u u I 3 m m a= 4 m 2=__= m m m@ I B L< 2 o —LOO c= B= 7 e± 0 0 e 0 e O 5 4-& 2� .2) 2 (D 010 n= 3� M I.S 2 0= 0 U g e It Q / 1 a) U L m !H XxXXxxxxxxxxXXXxxXxxxxxxxx XIX XXXXx XIX XX c O (0 U O_ � N � a) c N L L O a) a U t0 L N E ° `t L C (nO U N C C pU) a) a) ai O_ cLo O) a) m i U) (n N M L ` a) (n to O U a) m L 0 - ,O 0 O COC n L '0 O a O Q in'° 0) M O _ N O Q a— Y o C 0 0 0 EO L co O J Q' L (II N >> Y _� (II " O +-' (0 O C a) ° (n >m > C O O c� .O Ccu IL 0 L U L U 3 0).— J J Q LL (9 U U> c d N c m E > U Q) L C� Q L _ O m L U a) U _O ns —— U O (0 ° (� p (0 N _ M ~ m � O � @ @ L L Q) a :n c_ O 'L yU+ •3 C V ° o /�/ Il \ `= a) °- o Q) L a) L O y U d N L 1 Y Z U M � •U L m L a) is CO E y- Q) a) _� C O 'M co o_ 0 L Q) Q) L U)W>ILW>m�m�mQ(nW.QW>m2(n2�W�J2mJ o Q) i� ca m m a) E x > cpo o o _0) 0 F- UZ)Q c 0) N, a) fd CL § G XxxxxxxxxxxxxXXxxxxxxxxxxxxxxxxxxxxxx 2 o @ 2 2 � ®0 (/) _ / \ c m \ \ \ / f \ \ •\ °££ k n % / \ k£ E § S a 2 2 c� E 2 $ U) m o E ( 2 ® // U f / U o I c e -0 _ / $ \ o 2 = ,§ m \ » 2 n \ 2 f\ c ) @ c / _y \/\- o G n 2 m c 0 s/# /fog o c= 2/ a E - E E E 2 E§ 2 g® C\/\ 0 2$-J// o @ E n m m E= o c 2 E G= = e= c e/ e/ 3 e. - e 3 L g e 0 a\= 2 = c o L o E e 1 m ƒ E R E E e = m= E 2 I >= _ E E o E o- o° g= 2 >_= 2 2 c= 0 2\= o= E% E E S m.- X$° E E E E E E E E Q \///3//ƒ<//m/fk�(Y—Ll— \ƒƒa-< la-wCL0 — CD k \ a A xxxxxxxxxxxxxxxxxxxxxxxxx XIX xxxxxxxxxx c o L @ C C c Ot c @ O U a � .. _ N E O c O (n cns_� $ p L j o C N c Ca a: N c N -2 c � a) c 0 N p cn cn L O @ C j vl cn > U a) U 30 11 c N m a- d. @ a) a) a) () a) cn i U) O 7 N CO CO J c0 _c O a) 0) � to > CL@ 7 7 ;,D^ vJ O a) N a) L j L a) •t' O LL @ - O) � @ f"' U@ Q) g Ec c 000000-0 7 @ L L @00 m � L a) c O O Oo O O O a) i- c� O c—U' U @ a) �•— cn a)22UooU c �YYc C: C7 cn U O N O F- L @ L @ L @ L @ L L @ m v) cn <n L L @ @ @ @ @ LL (n r-- r G U U LL @ cn L a)`.UmYYrrLtLL — @ 3 3 3 3� @ o .r N u) Fo En - E E as v. as 0 u) a) a) N c c "' O O O O L) O c N 0 0 0 0 0@ @@ E E c E E c 0 @ C C C @@ _N tUn VUi D v_Ui vOi t_On DOW c W w W U a) 0 O O z L 0101U L L L V L V 0 L.L. 0 of 0 LL 0>>@>>/@� L.L.. a- d-0� a Ll o7 00 Q) O) N Q m m U a) Q O (D 'IT 0) Q XxXXxxx XIX XXXxxxxxxxxxxxxxxxxxXxxxXXxX _ LL W O > n -3 > OL U - .S2 _0 C C co �O L N it L0mcm O C 0) (M O Q•D O L O C O) m U N CL O — C .0 C Q) W '> L p) S J h (0 J m c J L 0) .L 0) - (6 U x - c.a L O Ls a) o C W O) Q) L 0 O_ L � J J L Q) J L J - N O 0,50) O Q) (B (U J_ '0 Q V J C C O) J E O C C N L a) Q) `� " C (n 0 •o O W C7 _ U) L L a) N a) a) > .r C @ Q 0 U a) U to c .� o C U C a) •- a) (n U) (O 3 O 0 J L L o L O a a) 2 Q) >> a) O U� i p) N Q) m O O a) E U) L (n m L .0 (9 2 > (n O U (n U U) U O J a) O m J O) J a) " W ._ 7 O Q c • 0 U E a) J a) J L U L O) J Q O c p O (�0 O U O N O- N J J a) " C C `. O V C U) N L O) C O C O H U O CT W a) Q U a) a� E J LL 3 L L Z c° N E c E E c —'.' o c�a O O 2 2 2 L� o N N .c c U w o Q: U (0 o N _N (0 a) U M (� a) M 0 O 0 a o� L a) c a) O U N == o aUi aUi °) a a) m a) a N"" a) (0 O O Q$ _ o IL J W (n Q m W' J J c 0 U Q Q Q co r Q Q Q W W Cn 2 J I (n w>> Q J Z U) I CD 00 Q) O) N Q O U L �1 .1 W 0) M a. ai U_ t O Y U O U) O L N +' N C 70 co U C (D U C �o U Q) -0 O C a O m N >, m LL C C L 3 � a� L O >+ U C O zr X^^^^ x X X X X X X X I,s LL -CES Q� NO 'D L (0 U n-0 N 0 O LL O > O L O -D N N N QU `O O o L O a� O ao70 L> o m D c U c to cn n ca 0 0O E c a: � � a� U (6 N N W L (6 LL U CLC) L > O > O) � .0 O0 : a ����toUOX 3 .1 W 0) M a. rn rn c CL a. .c .c � � m m LL c U a f6 M M r = a) L Q) a) N_ N_ O E N L O O U L L O U d O CO m to U) o O m +. c O c O U y •— = :3 0: C E E E (n (d O o '0 L d 6 O c O 3 w 4 a) a) Lm cy�0 c -a o — a)EEoa) -O CV) c c -o .r .r E -a N N U C t� N o 4) = (n m C U o C o C +> o > U C CD V NNNM CIS CM') M M MIf co a) a) a) U) X 0) 0) 0) O N � 0) 0) 0) O) p> m O) - X (� O O O O O a.d W a_CL0-z0- a.a n_ a a a a IL CL a) U zOm0z m LL m m E 0 N d O xi I X 1xi X1 X X X X X X m LL_ N a) d X X X X X X X X X X X X X X X XXX X X X C (n o a c U C N 4 a) - E cu N L Q) ` U• a) (nn o U d w C CL E a) L V .. a) a) F +� N C = E E a) L O �— _ O a) .O �. 7 C N (n C a (U U Co o m E a) L' °� Y L c -o c». �- U C a) m c ° c voi (n a 0) c c L _0 m U a) a) Q') a) >o > a) (o V) C a) (n m — Q c� CoM ca o L a) 4- O U (0 L O O�-0 c o a) a) U� c o= m U �rn a a) U.. ��g�� } ac�i c m a) c) c a) > c c @ O m O U° O �O O U L Y_ L N U O U U O � t5 N> i N >, �' (0 E ) >, c0 O N f- (0 > C E a) tjj a) .� m a' m C E c5 O •� E o 2 LO = n C U N 0) Q a_ Q CL c� O E E a) O} a a) (0 L cn w . V � '� -0 t1 t O c� c a) a) E a) E c N (n d o h a) 4- (0 a) ,�_ (� c0 a) U CLL L� 0 7 d C N OL Q) F O a) s m a) L m m o— (� U 0 0 E cn a_ LL _3 (D cn z z F- a Q Q 0 U cn F- (n >10 cn C� IL LL LL O a) C: O LJ W c_ .O N m N d LO LL O �- Q) - C _ (n M �- m N Q (� O E o O d _N M O O O co O N O) r- 0) (n N to a) CO U) C) C) d aci O_ c cLo m u. r 0) :3 � d cm O_ N L a a� c CL [0 CL O O L LO ._ a— 3 O C2 Y O a f >i OL C if a C C N U s (B cn N L� o m � U 4- O ^Q^`%`. W o a Eax _ a E" - - N -a N cII a� n L N O ca) U) N `- (n a L - (n E CO a a y(6 C -a C- V7 a O LL >+ >, Y O@ C O O L O L O C (D L C- m a C N C m C O "_a a O� m N N a>> L O LL a E E a) r p t > m .2O a c° � 0 cu a CO M a• `� a c`a U 0 C 0 C I O c = L U O C- w 0 C O c N (gyp U a O O I C - j, O O d' c y N N co N co O d• C_ N N N d M O t N M LO C1 N N r r C r a) (n a) a) N .. r Q -- cn (j) O O O O Z 0 0 0 0 0 0 0 0 0 O O O .2 O O N O O m c6 0 0 O O m 0 (0 O_ CL D_ d 0_ O_ 0_ m 0_ 2 d Z 0 2 0 0 - 2 Z 0_ Ln Z a 4_ Z 2 xxx x ix xxxx xxx xx x x xixlxlxl I lxixlx lxlxlxlx lxlxl I I lxlxlx IX Xi x c 2:1cLo L E Q) c c ca �a N � � Y Oa U C m OL CU)U) m U C p>� O O i cn 'o YO Y O C@ E (n U> O 0 3 ~ 0 Q m m m m Y vi N c° c > aNi C L c 0 c 0 c 0 c 0 j cn O N a N C2 cn Y Y N CO a N C (6 cn c Q �_ J C (D Y O 7 N 0 'y 'y cn 'y (n 'y cn Y N(n Ci cV O fn (n O O a E C7 J N N O N N N O a C L O u' C co t O ,(n E E E 'E O C O m Cn N U) C J J N Y C O U O Y O Y _C 'CA _C O L C_ .O C C- _N (6 L f- U) U to cn rn O C 'C O (0 (� C1 .! .' O co: Q) L s O a 0 C C cu C C O O r C7�O'F- 0 0 0= OLLO_ N C QQQm c mW C .� COQ .� c W c W UW c C W x•0) W=UO_ O (0 ULLLL 7 7 7 m m m V) C/) W w c O w W, ° - ao NL 00 m (o m c Co CL OD co ° a) m (n L m 0) n- c m C (n a) N L W C m (1) U > > C O � C - D .,0- U W N (9 fl c N a) N C m O X L C Q m m o- (1) m Q) N lL a Q) EU N �_ C_ N QC O O C Q m C O O -Q mT cO C O C O C O C O O C O (n w. UUQL U UU0N . . —(nu•O 4) Z L C U U) NV C N v y T m N O 0 O Lw = A— =Nu) U) wwLw -Cp aDa) CL N a (n L n +0Q dv�im>- a) u7 i w3 N � 0 a) -Q C aE-)w C E o o c L°O > tn °o c 70 voO - )N:c Q , ° v v c "-0 E a) (0 ao 0 ° N. w E w waN- C C N«. N Q N d io 01010 0 Y ZZZZ 0Z 0-0CLUmZZu xxxxxxx xxx x xx xxxx x x XXI x X1 x x x x x I xxx x x C 0 N c O � m 3 = C 0 CU U2 w >�4= a) U cm ° C O U o J C m c a) c O yLO Y O �� Y O 0 0 w a)m w 0 N (p 0 C cn p n- -Y 0 w U U U 7 J •U L Q) a) E a) U w U o C N L CO C O w m w c O OD 0 .�-. O O U a) O (n a J O N > a) E U a) w -° W ° E 3 0 0 0" c ` U� a'� ° o U o o ° coo U 3 a~i ULL > (� a� moi `o °OAU ~�U�j Env Y FO- ��2 U U O (n O (0 N 0 0 0 0 U U U C Q w w m a= o U N-0 f� N Z a� U U LL d u c c c° 0 m° CU a� m c a c ��>ocr����� �c�a(�a(�oc�o�a°ia°i��m`o�°`oEoa�°E°�o> F-J>�2�2�F- UUUUUU W W WYJ(nLL(n���U ��o0J2U` U W, It a� co a- N O a co 0 O (D m (L ao N oo — a7 N a7 N N N cn cn C N N N O O m N N N N N O diad 0- CL O in m m m 0 0 O C O N LL LL LL LL U U CU E C C C C C C C C_ C_ C_ C O L O O 'F U) 0 N 0 'cn O y 0 0` N O U O (n O O O CcE cn U :.(n EE (n N E w EEE w C w (n E N L L L N .n .a L .LZ L C Q L cn to cn cn O) m V)L _O (o to fn ccn N (n c3 c6 c6 (0 M C C O YY Y Y O O •a N N 7 U)(n 7 O U)C O C C O O C C C C C N C C >> co E E o L LQ) O O o a Tot N 0 C 0 C 0 C 0 C 0 C 02 C U 0 0 0 0 0 O 0 7 0 0 N C i I� to to to cn cn cn C C N C N U C U C i O U C (h O O (fl U C U C O U C i (D U C M T N N N N N O O N N O .,-. -LO O co co N .-, �-, >• ,_ N Z, N M a d000000z° z aa ad zzOz dzaaaazzm XXXXXXX XXXX X XXXX X XxxxX XX xx xxxx XIX xx xi XX a� U -0 co o c o 0) m -0 - U 7cu O o cn 0 a - D O E L C (n O Q L Y -a U> O Y L Q) C N O S � Y C OOUO C 2 CO . O N O . O CoO C(n =O C O n O N U) I `U a_ 0 C c0 O O U� C O U O U O O` O L (6 O O U C 'E C .0 C O C c6 O '0 O) m U (0 (0 a E in O 2 (� 2 C Q •C C O M O O a (A O �O O— C w Q) cn = Q) N 0 .O — C '�_ Q .0 �1� W .2 L N m (n N V/ .0 c0 ., (9 E O E O O L a— cn O �.. O 7 O Y E N U L U �- N -n (0 L O 4- L (6 4- Y (0 Lo cv D i O L Y C C `O2 co TUU U Om�m2m a) N N _ (0 C N C C U J�U�2 c c: c N .2-: Q) (`v (`a U) U) O= ivmiucu oi�i�isE�>}'m 3°--c3Q 0 U 0 0 Usa ma' UU EC 0001- 'LLW W W(nQcn(n(n(n(n2LLQ-WUU(nUUUUQ cQ �UU CR It a� co a- 0 c O W TV, M O 0 > C ° ° a c 0 c 0 = E c0 m E E m a Q) a) c c c a) () c N U_ U' C O N N N C N 7 ' C CCO A r— 0 C C C C O O o .N 0 .N m o .N m O m N O O O o U V) LL LL LL N N C> N D N n EEE c`BErE N — a) N— Via) °°E EEE L L L 0- .0 +- L :EL L N U p L .0 .° L 7 N 7 N 7 N a) 0 N N 7 N N 7 N N m L 0 C C C N C N 0 N C N :C2:2m L L L u' p ° L Nom_ N m -0 0 ?: N_ X 0;0 L -0 L 0:v_ L L C C C = C C( C C C C .N ° a) 'C a) a a) -a a) Q E E ° 'C C o L N ° -0 N a) E a) ° a) a) .? E N o 'C a) -o a) -° o •C C C C E O O C C N C C O C 0 0 C p C 7 7 7 U N N .0 4) E U + C d 'T CA 00 N 00 ti C f0 co Q� C N U C U C 0 C *- U C 00 0) a) C .. N N lti 0) r M .- - `- 0 COp M 0 0) 0 Z 0 � 0 0 0 M 0 0 0 0 0 0 0 0 0 0 0) 0 p) aa) O m 0) 0) 0 0) 0 C) .- C) z z z z m m z z N z m z d(L W 0 d d M z z a °(L D O z z z z d xxxxx xxx xx x x x x x xxx xxx x x x xxx xxx x 1XI x c 0 CU Q O L N > @ o U N E IL > a) o o E � _ o_ E a) ° .� ° U co N E Q= O E N U) (0 o N cn ° w 0 @ E c v) O .T co C n- L ° U U) c o° 3 E C a a`) •- Un •N N '0 N mo `c°N L oo �� U) Zallo) 'C i o 0 C) QNMM'� M m E Ev d C7 ° �°.0) aeric= n3 m 3 ° aci c p°. o 0 (d o N o (n E N p O U L C Q W m U a) (6 LL 0) (n m L U ` U O (0 U p f6 ` O� Q __ tv a) U co N@ co (0 (0 o O C 0 N O L U c .� °, (9 0 U Z° O �, Z° 0- Z ` W +� D. ` C 1 U •C U E -0 CQ c`0 p o w N> C a .3 ° o o aa)) is m _p i� _p m n a) E x m C a0i C N C m a) @� w(nW>a_ W�CD�m-•)m4U) W QW3:co2U) W�J TV, 7i, .- a L CL _� m c c <L M — L O O N p N M N co MLO Cl) d 0) 0) 0) d (D(D da_ a - 0m w ui CD CD mm mL U-- L O as M— w tL tL — LL — a) L O C_ a) (D N a) a) (O a) C C C O E p N �— a� d O_ O n- a) LL .0 .0 p O _ p C U) cn O cn c 0 7 O O O Q to (n 0 N C '� Q) y p !� cn C — E E c � N� �� 0" E (0 (Q � S Q a a m w N v� C) 0 Q N vOi (B D M m N 0 _C CO _% 0) Q p a)� 6 a) '!n a) '!n a) C_) �_ C- o f Co tn C C v= C U) Q) c '� Q O -0 cn 'O) "O 7 N O O O O E — Q) o a) o Q) 0 '— 3 c - — a) o '— E L9 L C a) C o C 0 N 0 a� > o p o p o c p o E E E w � o E 2 -Sc E EE E L 'Q (a •a a) 0-0 — m U a) U O U C C C p C () C C C C C C It O L C: -_C c a) N M N Q) O� 0 co V7 O co O M (o M} Q).� fn a) o (� p o0000)M (O (O M (O N0) M M NM 0 0 0 N «J +J .. a) o a) o �ZZZ �Z0O� C1.0co ZZO� Z�daa���d D in IL x x x xi 1XIxixlxl x XI Ix X X x x x I I X X I ix x x I Ix 1X IX I x X I I X X X X X I x x x x x Q) Q) U) 'p L Q) Q) O p O N t a) C N L a) N N m > (n 7 (n C > L 0 U) N m E 'C (t3 o Q� E O) a) C: m N p c CN a) vc0 Lo oN o - a o E p >=- U) YUC oU)i o a) Q) cc_n V = L rteNa^ E N O C a) i%) O m C a) C Q) Q) C a) L � L C C O O "' (6 J L O (0 L 'O 'O QO (O C i7) L p cn p m E > o E E: 2 E o `° o a, 0(n c o o N a) a) L LL m o L L c0 O 'y U) rf r- CO 'C � F— n C. -- c6 O C— a) p Co (n J Q) O O O O L I— a E m c c0 o m m.0 a L 0 a) L Q) 0) c N n. c0 a cn m a ui c m LL c0 L o N L o p) c a a. m c 3 E 'C O) 0 E E O E O O 7 O m O C m a) _ O U Y_ Y_ co>> O 22J��I—UMQJ�0000 O O) 7= On.Q2iofm22QL1J�JLL0-0- c6 O _O n�d-d- 7i, a) C: O w LL! l 4) f 7 O 0 U E L N 0 O N fl 7 C U O) cn c C N Co Q 0 v� o E c CL c O o a •C U L F CL O N N U t O O O i C In N M 0 't 3 O 00 O CY) f z 0_ D O_ 2 MmEAMmom ©MME X U) C O C C 7 Q 0 a) N O t N L N O C O -a O L Cl CV) �d -'T -'T UO � a-d0�.Z)0-Wd X ©m©mmm©©©© ©©©�©©©©©©©©�©©©©©�©�©©� d � c`o � C U) U) m c U -O O C C C C: N > O L U) C C > (� U) Z :5 O U <� cn a) C E E y U N 7 7 0 0 E O 03 (n .0-,2 _ 0 L vi O a) a) Z o O � o O � 0 4-- O O O `? C N O "1 C o co 0 L a) L a) C O C O o r <n CV U)c) U C: a) > 0 co 00 L L C ACL a) > O W o a)— cu o z a) a) 0.0_MDzz J `� ©m©mmm©©©© ©©©�©©©©©©©©�©©©©©�©�©©� 0 c`o c a) U) a) y N _ o c w O_ O 03 _ 0 O Lf) � (n � `? 0 v O "1 C o co 0 0 > O O o C O <n CV U)c) a) > � E a) > cu o a) a) J `� w m m ca a) a) a) a) a) O> a) a� a O — o m m L O J o .c °o > C C— � C �— C > 7 7 7 7 7 03 a) " � O C L a) a1 N (On > O a o U E a �— OOOOOU� �` O O a) c O o 00 U U a) .S c m E rn D= a) a) a� a� a) N o o J o a) 0 2 2 0 00 E O E > > .� N O 0) 0) 0) 0) m m Vi cn cn O OJ 03 03 03 03 •- 'X a a s n E c a_ U) �• U m I— m m s 03 m m co s � 3 3 3 3 O O •= aj — cn v) cn cn YQ) E E E n n 0 Q O m-0-0 O O V) C N O OL OL O �L QSL w a_0_aa >> S c .oU o o oU oU oOw O OLv^ zUUUUa L 0 \ ƒ a E 3 \ � \ LL \ 2 L ECL § 0 3 m 7 = \ G \ 0 \ E I 0 2 \ •m /� 0 3 U) \ p c c � # 0- 7 % \ 0 0.0 0 .- a'a .- m 0 0) 0 > 2 c 2 ) $ \ -0 -0 O E n \ \ (n -0X CL « ///// • _ _ LL/ ® 2 ƒ LL 2 3 f ] 3 3 3 5 \ \ 3 c 11 7 5 3 2 oa o 2 \co 2 a§/ a 2 mLL > o . m L g:: §% 0 e 3 § k 2 f E LE5 's / f / 0 U) ` \ � _ 0 = o @ 2 g 2 \ / \ '0 \ \ o$ n e e o c n- e c E m f E o e: 0 0 g 0 Q o o e o o§\§ r g q q = 2 A m m m o £ \ @£ = 3 m= 3 c_ g / k/ƒ k k k k// 7 k§ 2 2 \ 7 / x xxxxxxxxx xxx x x x x x I XIX x X x x XIX x xxx x x xxx x 0 L 0� § 5 ƒ 7 \ 2' \ 0) ¥ 2 c o & ? § =.2 c o 2 z 2 z 2 CL % 2�® E : e 0 = U) \aE =c s 2 ® =5/2�: c ®_ $ ! o \ c o � o Q[ E c c c\ E? o C c e o e f 6 e 4 0. _ E o 0 E\ 5 2 0_ m t//°_= \ e o = e o n o 3 @ m e I 0_- e 2 t= e 0= E c c=_ 2£ 0 0 Q c 2 E= f/ c� 2- o o 2§ e__ e o« g m m m= 2 ± e N m E >_ o c = E E o m o m n== 2 2 e» 7 c o 5: m m o=__ �.- m _ ° ° ° 5 2=» ° >> 0 2_ 2> 2 2=± 0 E 0 @ G•- o: I m O g g » 2 I m R@ Q» o o CL E E/_ @ 0 u a n c 5 a c E a£ 0 g\ g_- __ 2 3 = c c - a a n k 2\\ E E E E a'— E 2 E E E E 7) f\ m / •/ t 2± E� o- ._ 2 �2 2 2 0- E E E o 2\ s ± c 0 I 0 I o J 0 2 ( O± 0 0 0 L 0=_____ E a- E 1 2 E CL o L o L = 2 o$° E o% mƒ 0 / c O/(Lƒƒ//� E E_= o t k kjj/ mƒ \ ƒ K \ ƒ # _ IL . � E \ 2 \_ { I o 2 / § 0 0 o — E / / E '$ 2 n m n= E > =2 7 ® o 2 33c 2 c e » _® \=L (D° b b \ / 0 G D n G 7 a= n o m& b c o n n c « # o% E-- E/ \/\ • c c E c= c c G c o o c o 9� 5 2 2 0 1 L m E L 1 I L E I E. 10-01 2 n 2 Z 2 2 x x x x x x x x x xxxxxlxx.xxxlxxxxxi x x x 0 ± o > g LL L / L ® o § _ $ _» 2 § » = c o 2/@ 2 = 2 0\ LL o => _ U G 0 2 =_ \ / ± % � 3 \ E ) \ � \ f \ % 2 \ / %' / I � 2 E° 0 3 ( § E > / ° E c o c ° ƒ 2 _ E -C W} 2 ® E_ u=_° o w/ A L/ E q f//& E 7 _ » o 0 3 2= o o E.� o I— 2 = §.� t E : » E o .G t e E u o= c 2 c 2@ o± c 5 e 2 c§\§§ g— _= 2 n = a 1 E E 7 o 0 2= $ m o 7 @ c m 12 2 2 c c o c c 3 o 7 E«» 2 Q u E m x L 2 g _» 2 o U= o= > 2 c _ > c e= e 5# N g E a E' o w ° 2 g ° L E o c u o&" o&» g o t k m % � 2Z:i S -0 0 M 45L M M /\k/C) § a$ E = & & / CML f /ƒƒ\//ƒ\ = / .g e K \ ƒ GREGORY W. SULLIVAN INSPECTOR GENERAL Tbit Commoftealtb of Anzacbuzettz Mark Rees Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Dear Mr. Rees: Office of the Inzpector Oenerat 20f1 j ri # >:= 71 McCORMACK ATIt ICE BUILDING El, BURTON PLACE M 1311 BOS , . MA 02108 TEL: _(6 7) 727-9140 FAx: (617)723-2334 The Town of North Andover is writing specifications for the procurement of fire vehicles. A review of this procurement highlights three important considerations when using highly technical specifications: (1) the proper use of proprietary specifications; (2) use of brand names and the term `or equal" to accept,other, brands or models on. an "or equal" basis; and (3) the 'M.G.L. c.3013 prohibition against.exceptions. In addition, this Office reviewed whether the Town properly delegated:.authority,t ' the individuals who authored the specifications. While our Office does not review and edit 4 specifications, we can provide general information regarding proprietary specifications and delegations of purchasing authority. I hope the following information will be helpful. Proprietary, "Or Equal, " and Exception Specifications Proprietary specifications cite specific brand names or have the effect of restricting the procurement to one product and, accordingly, increasing costs. According to M.G.L. c.3013, §14, you may use proprietary specifications only if ."no other manner of description suffices," and even then you must provide a written justification for your decision and keep this document in your procurement file. You must have a separate written rationale for each proprietary item that you exclusively required. If your specifications limit the procurement to one product, the specifications are proprietary and require a written rationale as to why it is in the Town's best interest to use a proprietary specification. Failing to document your reason for the use of the proprietary specification could not only constitute a violation of M.G.L. c.3013, but could also result in protests and a need to rebid. mil If you are not able to avoid using proprietary specifications, you, may still be able to foster competition. For example, if you are replacing warning .lights on all firearucks, you may decide that the new warning lights should be, the same brand and: model as the previous warning lights in order to ensure compatibility and..uniformity among all fire trucks. You may also have maintenance and warranty, rights that you would jeopardize Imo•' Mark Rees January 3, 2011 Page 2 if you installed another manufacturer's equipment. In cases such as this where there is a valid rationale for the use, you may specify the brand name of the light manufacturer. Since several dealers may sell the brand and model of warning lights you are seeking, you will still be able to obtain competitive quotes, bids, or proposals in response to your proprietary specifications. Requiring a brand name may be avoided by describing the requirements to be met using an industry standard, or you may request a brand name and use the term "or equal" to describe a requirement while making it clear that other brands are acceptable. However, do not assume that by using the term "or equal" after a brand name specification you are not using a proprietary specification. Since the awarding authority reserves the right to say what is equal, bidders will not know whether the jurisdiction considers a supply or service equal until after the contract award. Instead, or in addition to the brand name, the specifications should name all salient characteristics that the Town will use in comparing brands and determining whether a product other than the named brand is equal. Generally, you should write your specifications to describe how bidders must meet the requirements, as opposed to specifying a brand name that bidders must equal. If you are unsure if an equivalent product exists, it is in your best interests to treat the procurement as proprietary, stating in writing why no other manner of description will suffice. Doing so will save the step of determining whether a substituted product is equal. Specifications that allow a bidder to take "exceptions" do not comply with M.G.L. c.30B. In effect, this approach would let bidders write their own specifications. Allowing each bidder to furnish its own specifications would not permit real competition amongst bidders and would allow Town officials to exercise favoritism in awarding the contracts. It is the Town's responsibility to define what it needs with as much specificity as possible so that bidders are offering supplies, services, and prices on a clearly defined — and level — playing field. Delegations of Purchasing Authority Chapter 30B allows a Chief Procurement Officer (CPO), a purchasing agent, and other purchasing officials wide latitude to delegate powers and duties to other officials. A delegation can be specific and limited to a particular purchase or class of purchases, or it can be more general. It is our understanding that the Town Manager acts as the CPO. Any delegation of purchasing duties by the Town Manager to North Andover personnel must be done in writing. The delegation is not effective unless the OIG receives a copy of the completed delegation form. I have attached a delegation form to this letter. A delegation filed with our Office will remain in effect until the CPO, purchasing agent, or other purchasing official amends or revokes it, unless the delegation includes an expiration date. The CPO retains responsibility for overseeing the procurement and ensuring that the jurisdiction conducts the process in accordance with state and local laws. Mark Rees January 3, 2011 Page 3 If North Andover has a charter, bylaw, or ordinance governing the exercise of purchasing powers, any delegation of Chapter 30B powers and duties is subject to those provisions. For example, a bylaw that requires the town manager to purchase all supplies would prohibit the transfer of that responsibility through a Chapter 30B delegation. If you have any questions about your local procurement system, contact your CPO or legal counsel. The law calls for clean lines of authority. If the CPO, purchasing agent, or other purchasing official is not involved in day-to-day responsibility for procurement generally or for a particular procurement, then this is indicative of a need for a delegation. Our Office advises governmental bodies that the individual who is charged with day-to-day responsibility for procurement, including writing specifications, should be delegated authority. Individuals should not be writing specifications without delegated authority from the CPO, purchasing agent, or other purchasing official. Please feel free to contact this Office at 617-722-8838 if you have any further questions regarding proprietary specifications and delegations of purchasing authority. ATTACHMENT Sincerely, Barbara J. Hansberry General Counsel Instructions Chief Procurement Officer's Delegation of Procurement Powers and Duties Form Chapter 3013, Section 19, of the General Laws authorizes the Chief Procurement Officer (CPO) of a governmental body to delegate procurement powers and duties to other employees of the governmental body. The CPO has great discretion in making a delegation — it can be very specific and limited, or very broad. Also, a CPO may issue more than one delegation at a time. Therefore, multiple people may have delegated authority. Keep in mind that you may only delegate powers you legally have under Chapter 30B and other applicable statutes, rules, regulations, charters, ordinances, or bylaws. For example, where statues or other rules require that a contract be approved by the mayor, city council, board of selectmen, or school committee, such final approval is not the CPO's to delegate. You must complete and sign one delegation form for each delegation .of powers and duties, and for each subsequent amendment or revocation of an original delegation. Step-by-step instructions are listed below. 1. Check the appropriate box. 2. Provide the name of the CPO, the jurisdiction name, and list the official title and department of the employee position receiving this delegation. Also, list the full name of the employee currently in this position. 3. Check as many boxes as apply. If you wish to delegate powers and duties in addition to, or other than, those listed on the form, check "Other" and specify the powers and duties you are delegating in an attachment. 4. Check as many boxes as apply. If necessary, list additional departments or contracts in an attachment. If you wish to restrict the delegation in some way other than those listed on the form, check "Other" and specify the requirements in an attachment. 5. Check as many boxes as apply. If you wish to impose requirements not listed on the form, check "Other" and specify the requirements in. an attachment. 6. Enter the expiration date, if any. If there is no scheduled expiration date, enter "Not Applicable." 7. Enter the name of your jurisdiction. Sign and date the delegation form. List your name, official title, department, office address, and office telephone number. Also, indicate whether. or not you have MCPPO certification. 8. Send a copy of this form to the Office of the Inspector General at the address provided on the bottom of the form. No delegation or subsequent amendment or revocation of an original delegation shall take effect until a copy of this form has been received by the Office of the Inspector General. A copy will be retained in the Office's file. Chief Procurement Officer's Delegation of Procurement Powers and Duties (Type or print legibly) 1. ❑ Original Delegation ❑ Amendment ❑ Revocation 2. Pursuant to the provisions of M.G.L. c.30B, section 19, 1 am the. CPO for (jurisdiction) duties set forth below to: Title Department Name (print full name) and hereby delegate the procurement powers and 3. 1 hereby delegate the following Chapter 30B powers and duties to the procurements specified herein: ❑ Solicit ❑ Open ❑ Evaluate ❑ Award ❑ Reject/Cancel ❑ Exercise options ❑ Increase quantities ❑ Maintain records ❑ All of the above ❑ Other (specify in an attachment) 4. This delegation pertains to procurements: ❑ for the following department(s): ❑ for the following contract(s): ❑ other (specify in an attachment) involving: Supplies Services ❑ ❑ under M.G.L. c.30B, §4(c) (sound business practices) ❑ ❑ under M.G.L. c.30B, §4(a) (price quotations) ❑ ❑ under M.G.L. c.30B, §5 using bids ❑ ❑ under M.G.L. c.3013, §6 using proposals ❑ ❑ Other (specify in attachment) 5. This delegation is conditioned upon compliance with M.G.L. c.30B, all applicable statutes, rules, regulations, charters, ordinances,. or bylaws, and subject to the following additional requirements: ❑ Final approval of award by Chief Procurement Officer ❑ Approval of all documents by Chief Procurement Officer prior to issuance ❑ Certification as a Massachusetts Certified Public Purchasing Official (MCPPO) ❑ Certification as an MCPPO for Supplies and Services ❑ Certification as an MCPPO for Design and Construction ❑ Other Certification (specify in attachment) 5. (Continued from previous page): ❑ Completion of the following MCPPO course(s): ❑ Public Contracting Overview ❑ Bidding Basics and Contract Administration ❑ Supplies and Services Contracting ❑ Bidding for Better Results ❑ Design and Construction Contracting ❑ Model IFB Course ❑ Construction Management at Risk ❑ Advanced Topics Update ❑ Other (specify in an attachment) ❑ Other requirements (speedy in an attachment) 6. This delegation shall remain in effect until revoked or amended. Otherwise, this delegation shall expire on: 7. 1 certify that. I am the Chief Procurement Officer of (jurisdiction name) Signed Name Title Department Office Address Office Telephone CPO has MCPPO Certification: ❑ Yes ❑ No Date Zip 8. Send a copy of this form to Office of the Inspector General, One Ashburton Place, Room 1311, Boston, MA 02108, ATTN: CPO Delegation. No delegation, amendment or revocation shall take effect until a copy of the form is received by the Office, of the Inspector General. Santilli, Ray From: Colette [bettab8@aol.com] Sent: Wednesday, December 29, 2010 9:05 AM To: Santilli, Ray Subject: Re: Request for Triple Combination Pumper Spec's... from Colette/NEFEA. 12/29/2010 Dear Mr. Santilli, I would like to request that a copy of the spec's for the "Triple Combination Pumper' be forwarded to: New England Fire Equipment & Apparatus Corp. 10 Stillman Road North Haven, CT 06473 Ph# 203-239-5678 Fax# 203-234-7398 Attn: James Feehan You may use this e-mail address if that is possible. Thank you, Colette Bergeron NEFEA Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. Santilli, Ray From: George Adams - Yankee Fire & Rescue [YankeeFire@comcast.net] Sent: Tuesday, December 28, 2010 1:49 PM To: Santilli, Ray Subject: triple combination pumper fire truck bid Importance: High Mr. Santilli, I am interested in obtaining a set of specifications for the triple combination pumper fire truck. Are they in electronic format that could be downloaded or e-mailed to me? Sincerely, Director of Sales Yankee Fire & Rescue, Inc. 1311 Park Street P.O. Box 839 Palmer, MA 01069 Office: (413) 283-9269 ex: 205 Cell: (860) 595-4084 Fax: (413) 289-1054 E-Mail:van keefire(&comcast.net http://www.yankeefirerescue.com "Where Quality is Standard Equipment" Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. .-J Santilli, Ray From: bids@burrellesluce.com Sent: Tuesday, December 28, 2010 3:20 PM To: Santilli, Ray Subject: Bid document request (LMUN109) Whelen Engineering (3905 l ) PO Box 625 Old Lyme, CT 06371 Phone: 860-388-3933 Fax: 860-388-3147 Email: mbperri@comcast.net 12/28/2010 Mr. Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Dear Mr. Santilli, In connection with the following bid solicitation: Town of North Andover Furnish & deliver a triple combination pumper fire truck Specs available 12/28/10 Due date: 01/21/2011 Due time: 02:00 pm Please furnish a bid package, including specifications and instructions to: Mr. Kevin Russell *Please send bids via e-mail. Whelen Engineering (3905 1) PO Box 625 Old Lyme, CT 06371 Phone: 860-388-3933 Fax: 860-388-3147 Your anticipated prompt attention is appreciated. Very truly yours, Bid Source for Kevin Russell *Please send bids via e-mail. cc: Mr. Kevin Russell *Please send bids via e-mail. This request has been prepared by BID SOURCE on behalf of our subscriber. 75 East Northfield Road Livingston, New Jersey 07039 Phone: 800-631-1160 Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: llttp://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. Santilli, Ray From: Santilli, Ray Sent: Thursday, December 23, 2010 8:47 AM To: Beirne, Mike; Melnikas, Andrew; McGuire, Tim; Weir, John Subject: RE: Pumper Truck Specs JZwj SalZtM Assistant Town Manager Town of North Andover From: Beirne, Mike Sent: Wednesday, December 22, 2010 4:57 PM To: Santilli, Ray; Melnikas, Andrew; McGuire, Tim; Weir, John Subject: RE: Pumper Truck Specs 1. Is the ladder still going to be a week behind? [Santilli, Ray]Probably two weeks behind 2. What would you estimate is the timeframe for the contract execution and PO issuance? [Santilli, Ray] Depends on the company and how long it will take them to sign the contract, submit insurance certificates, etc. 3. On the last spec doc I sent, the two EMS compartments and associated lighting are listed consecutively on pgs 28 and 29. [Santiiii, Ray]I'll add the second compartment back in. 4. OK, hope we're not cutting it too close[Santi//i, Ray] Changed to 60 days 5. Please list the single brow light as a separate option [Santilli, Ray] Will do 6. thanks 7. thanks Please forward me a copy with changes requested above. We'll let you know if we find any more discrepancies before 1200hrs on 12/27. Lt Michael Beirne North Andover Fire Dept. 124 Main St. North Andover Mass. 01845 From: Santilli, Ray Sent: Wednesday, December 22, 2010 8:46 AM To: Beirne, Mike; Melnikas, Andrew; McGuire, Tim; Weir, John Subject: RE: Pumper Truck Specs See Comments below Santilli Assistant Town Manager Town of North Andover From: Beirne, Mike Sent: Tuesday, December 21, 2010 7:47 PM j, • ''' To: Santilli, Ray; Melnikas, Andrew; McGuire, Tim; Weir, John Subject: RE: Pumper Truck Specs Ray, After reviewing the doc, here are a few comments: 1. At one of our recent meeting, Mark set the closing date as 1/14 and the award dates as 1/21. It was noted that the closing date listed in the IFB is 1/21. Why was this changed? Is it so both bids [pump and ladder] close on the same day since the ladder is to go out next week? [Santilli, Ray]Closing date was set after further discussion with Town Manager. The award date will be dependent on the actual execution of the contract and issuance of purchase order. 2. The footer states "...100' Aerial Ladder Truck". This should be changed to reflect the pumper. [Santilli, Ray] Done 3. In the spec I sent you, there were two [2] EMS compartments listed. It was written as such because this is what we speed. They are to be located on the rear wall of the cab, just inside the rear crew doors. It is a different configuration than we currently have but will provide the same amount of storage space. In the IFB there is only one [1] listed. One compartment this size is simply too small. Did you delete it because you thought it was redundant? I know you asked me several questions or requested clarifications over the past week so this omission caught us by surprise. With this in mind, I expected that there would be no changes/deletions etc made to the vehicle itself without an inquiry as to why something was set up as it is/was. Please include both compartments are in the final document. [Santilli, Ray]You may be correct that I thought two paragraphs were repetitive. Please give me a page reference (either my specs or yours) for me to review. 4. It has also been noted that the delivery time in the IFB is 45 days. This was also discussed in our meetings and we thought we agreed on 60 days? Believe me, we want to see something here ASAP, but we want to make sure we don't leave ourselves short on delivery time.[Santi//i, Ray] Delivery date was set by Town Manager. 5. Under "option c" of the IFB, as compared to the doc I sent you, we had an additional option for only one brow light. We did this as a way to allow us to save some more money if we were close to maxing out our funds. Could you find a way to include the option for a single brow in an "either /or" manner i.e. either 2 brow lights or only 1 brow light depending on our final decision after the bids are received? [Santilli, Ray]If you mean "The option for one brow light center will also be provided" then that should be listed as a separate option for a company to bid. Please let me know. 6. Would you please modify "Option n" by including the word "slotted" before 'Tool mounting boards"? We have the same type on our current pumps and want to be more specific in describing what we desire. [Santilli, Ray] Done 7. Will this be posted on Goods and Services next week, 12/28?[Santi//i, Ray]Already submitted for posting next week in `Goods and Services Bulletin' as well as advertisement in Eagle -Tribune Let me know your thoughts. In the meantime we'll look this over some more. When are our "final" comments due?[Santi//i, Ray]AII comments should be provided no later than 12:00 noon on Monday, December 27th. If you make the suggested, or any other, changes please forward so we can review. Thanks for your efforts. Lt Michael Beirne North Andover Fire Dept. 124 Main St. North Andover Mass. 01845 From: Santilli, Ray Sent: Tuesday, December 21, 2010 2:05 PM To: Melnikas, Andrew; Beirne, Mike; McGuire, Tim; Weir, John Subject: Pumper Truck Specs Please review and provide any comment, etc. Thanks J SanM Assistant Town Manager Santilli, Ray From: regulations@sec. state. ma. us on behalf of REGS@sec. state. ma. us Sent: Tuesday, December 21, 2010 2:24 PM To: Santilli, Ray Subject: Publish Date Assigned to Goods and Services A publish date of 12/27/10 has been assigned to your Goods and Services submission with description of. The Town of North Andover is soliciting bids from qualified manufacturers to furnish and deliver a triple combination pumper fire truck to the North Andover Fire Department. Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ina.us/pre/preidx.litm. Please consider the environment before printing this email. SPR Goods and Services Submit Confirmation MMO ! • •1 IP + �► ! V4711 1 ! !. ♦ Iw ! ! • Page 1 of 2 The following Goods and Services submission was successfully received. Planned date of publish is 12/27/2010 Awarding Agency Agency Name and Address: Town of North Andover 120 Main Street North Andover, MA 01845 Bid Number: Contact Information Name: Ray Santilli Title: Assistant Town Manager Phone: 978-688-9516 IF Fax 978-688-9556 Email Address: rsantilliktownofnorthandover.com Notify email address listed when final publish date assigned. Address: (if different from above) Description The Town of North Andover is soliciting bids from qualified manufacturers to furnish and deliver a triple combination pumper fire truck to the North Andover Fire Department. Contract Information Estimated F IF—Duration Bid Release Date 12/28/2010 Release Time 11:00 a.m. Bid Deadline Date 01/21/2011 Deadline Time 2:00 p.m. Additional Information The complete Invitation to Bid will be available on Tuesday, December 28, 2010 at 11:00 a.m. at www.townofnorthandover.com by clicking on 'Available Bids, Quotes and Proposals', or at the Town Manager's Office at 120 Main Street, North Andover MA 01845, or by contacting Ray Santilli at rsantilli(iDtownofnorthandover.com This page can be printed for your records. http://www.sec.state.ma.us/si)rpublicforms/GS SubmitConfirmation.asr)x?ID=48108 12/21/2010 SPR Goods and Services Submit Confirmation Page 2 of 2 http://www.sec.state.ma.us/sprpublicforms/GS SubmitConfirmation.asDx?ID=48108 12/21/2010 Santilli, Ray From: Beirne, Mike Sent: Friday, December 17, 2010 5:56 PM To: Santilli, Ray Subject: FW: Questions??? Forwarded to myself by mistake, see the entry immediately below for more answers to your questions From: Beirne, Mike Sent: Friday, December 17, 2010 5:55 PM To: Beirne, Mike Subject: RE: Questions??? Ray, Did some more research and have more for you: i Tol' Hooks: After looking it over a couple times, I think it could be deleted. I guess there's no reason to write about ,something we didn't spec and don't want. Bulkhead: This is just a fancy name for the back of the truck. It is called a bulkhead because there is a compartment located behind it and the area above it doubles as a step up to the hosebed. There is a switch located there which turns on the lights for the hosebed. I have a picture of it if you'd like to see it. Would you prefer that it was simply in lowercase and not CAPS? From: Beirne, Mike Sent: Friday, December 17, 2010 3:27 PM To: Santilli, Ray Subject: RE: Questions??? Here are my answers: Asmper: Yes they are addressed elsewhere in the spec but only the following apply — air horns, mechanical siren, speakers, hose tray, discharge connection. The rest can be deleted — would you like me to do so and send to you or do you want to do so for this and other changes below? 14'0'w Hooks: the lift and tow mounts are spec'd and described just before/above on p 26 of my copy of the spec Q6mpt It: There are a couple headings like this. They are meant to refer to the compt described immediately before it. `Would you prefer they be under the same heading? /auges: Agreed, could have been clearer. The nine are Voltmeter, Engine tach, Speedo, Fuel gauge, Engine oil press., Front air press., Rear air press., Trans oil temp., Engine coolant temp /mp draw report: I'll get back to you on this anual etc.: This is at the end of the chassis portion of the spec and refers to those components which make up the chassis, hence its inclusion at this point in the spec. D/rear rear bulkhead: I can't seem to find this can you give me a page [either your number or mined so I have a "ballpark" o where to look? I'm looking into the cab crash question still and hope to have an answer for you by Mon. Santilli, Ray From: Beirne, Mike Sent: Monday, December 20, 2010 8:44 AM To: Santilli, Ray Subject: Specs Ray, Here are answers to 2 of your questions: CAB INTEGRITY CERTIFICATION: All of the 3 entries listed first are required under NFPA 1901. The following three are over and above the minimum criteria for NFPA 1901 and ensure we receive the safest cab possible. As a result, all 6 items must remain in the spec. AMP DRAW REPORT: We want BOTH. The report is req'd under 1901. The reasoning for both is first, the manufacturer needs to obviously include it as part of their bid on the spec so we know we're getting it and then second, they must provide the report at time of delivery to prove they have actually done what they said they would and both complied w/ the spec and 1901. Any other questions, let me know. I'm at the station today. Lt Michael Beime Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. BUMPER A one (1) -piece, ten (10) gauge, 304-2B type polished stainless steel bumper, a minimum of 10.00" high, shall be attached to a bolted modular extension frame constructed of 50,000 psi tensile steel C channel mounted directly behind it to provide adequate support strength. The bumper shall be extended 19.00" from front face of cab. ??? Are these `options' addressed elsewhere Documentation shall be provided, upon request to show that the options selected have been engineered for fit -up and approval for this modular bumper extension. A chart shall be provided to indicate the option locations and shall include, but not be limited to the following options: air horns, mechanical sirens, speakers, hose trays (with hose capacities), winches, lights, discharge, and suction connections. TOW HOOKS No tow hooks are to be provided. This truck shall be equipped with a lift and tow package with integral tow eyes. ???do we specify the tow package COMPARTMENT LIGHT There shall be one (1) LED strip light installed on the left side of the compartment opening. The lights shall be controlled by an automatic door switch. This storage compartment shall be compliant per NFPA standard for automotive fire apparatus. ???what storage compartment GAUGES The gauge panel shall include the following nine (9) black faced gauges with black bezels to monitor vehicle performance: ???what are the nine gauges Voltmeter gauge (volts): Low volts (11.8 VDC) - Amber telltale light on indicator light display with steady tone alarm High volts (15.5 VDC) - Amber telltale light on indicator light display with steady tone alarm Engine Tachometer (RPM) Speedometer MPH Fuel level gauge (Empty - Full in fractional increments): Low fuel (1/8 full) - Amber telltale light on indicator light display with steady tone alarm Engine Oil pressure Gauge (PSI) Low oil pressure to activate engine warning lights and alarms Red telltale light on indicator light display with steady tone alarm Front Air Pressure Gauges (PSI) Low air pressure to activate warning lights and alarm Red telltale light on indicator light display with steady tone alarm Rear Air Pressure Gauges (PSI) Low air pressure to activate warning lights and alarm Red telltale light on indicator light display with steady tone alarm Transmission Oil Temperature Gauge (Fahrenheit): High transmission oil temperature activates warning lights and alarm Amber telltale light on indicator light display with steady tone alarm Engine Coolant Temperature Gauge (Fahrenheit): High engine temperature activates an engine warning light and alarms Red telltale light on indicator light display with steady tone alarm AMP DRAW REPORT ???at time of bid or delivery or both The bidder shall provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus shall provide the following: a. Documentation of the electrical system performance tests. b. A written load analysis which shall include the following: 1) The nameplate rating of the alternator. 2) The alternator rating under the conditions specified per pplicable NFPA 1901 or 1906 (Current Edition). 3) The minimum continuous load of each component that is specified per aApplicable NFPA 1901 or 1906 (Current Edition). 4) Additional loads that, when added to the minimum continuous load, determine the total connected load. 5) Each individual intermittent load. MANUAL, FIRE APPARATUS PARTS ???why are manuals in the middle of specs Two (2) custom parts manuals for the complete fire apparatus shall be provided in hard copy with the completed unit. The manual shall be specifically written for the chassis and body model being purchased. It shall not be a generic manual for a multitude of different chassis and bodies. The manual shall contain the following: a. Job number b. Part numbers with full descriptions c. Table of contents d. Parts section sorted in functional groups reflecting a major system, component, or assembly e. Parts section sorted in Alphabetical order f. Instructions on how to locate a part SERVICE PARTS INTERNET SITE The service parts information included in the custom parts manual is also to be available on the factory website. The website should also offer additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website should also feature electronic search tools to assist in locating parts quickly. MANUALS, CHASSIS SERVICE Two (2) chassis service manuals containing parts and service information on major components shall be provided with the completed unit. The manual shall be specifically written for the chassis model being purchased. It shall not be a generic manual for a multitude of different chassis and bodies. The manuals shall contain the following sections: a. Job number b. Table of contents c. Troubleshooting d. Front Axle/Suspension e. Brakes f. Engine g. Tires h. Wheels i. Cab j. Electrical, DC k. Air Systems 1. Plumbing m. Appendix MANUALS, CHASSIS OPERATION Two (2) chassis operation manuals shall be provided. DRIVERS SIDE REAR BULKHEAD ???what does this refer to NFPA REQUIRED LOOSE EQUIPMENT (PROVIDED BY FIRE DEPARTMENT) The following loose equipment as outlined in NFPA 1901, 2009 edition, section 5.8.2 and 5.8.3 will be provided by the North Andover Fire Department. ???review items to be provided — need to be specific There appears to be no need to state `or lamer', `minimum' Are v, w, x and y needed — if so why do they start with `if a. 800 ft (60 m) of 2%" (65 mm) or larger fire hose. b. 400 ft (120 m) of 1'/2" (38 mm), I V (45 mm), or 2" (52 mm) fire hose. c. One (1) handline nozzle, 200 gpm (750 L/min) minimum. d. Two (2) handline nozzles, 95 gpm (360 L/min) minimum. e. One (1) playpipe with shutoff and 1" (25 mm), 1 1/8" (29 mm), and 1'/" (32 mm) tips. f. One (1) SCBA complying with NFPA 1981, Standard on Open -Circuit Self -Contained g. Breathing Apparatus for Fire and Emergency Services, for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. h. One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). i. One (1) first aid kit. j. Four (4) combination spanner wrenches mounted in bracket(s) fastened to the apparatus. k. Two (2) hydrant wrenches mounted in brackets fastened to the apparatus. 1. Four (4) ladder belts meeting the requirements of NFPA 1983, Standard on Fire Service Life Safety Rope and System Components (if equipped with an aerial device). m. One (1) double female 2%" (65 mm) adapter with National Hose threads, mounted in a bracket fastened to the apparatus. n. One (1) double male 2%2" (65 mm) adapter with National Hose threads, mounted in a bracket fastened to the apparatus. o. One (1) rubber mallet, for use on suction hose connections, mounted in a bracket fastened to the apparatus. p. Two (2) salvage covers each a minimum size of 12 ft x 14 ft (3.7 m x 4.3 m). q. One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, r. Standard for High Visibility Public Safety Vests, and have a five -point breakaway feature that includes two at the shoulders, two at the sides, and one at the front. s. Five (5) fluorescent orange traffic cones not less than 28" (711 mm) in height, each equipped with a 6" (152 mm) retro -reflective white band no more than 4" (152 mm) from the top of the cone, and an additional 4" (102 mm) retro -reflective white band 2" (51 mm) below the 6" (152 mm) band. t. Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. u. One automatic external defibrillator (AED). v. If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, shall be carried mounted in brackets fastened to the apparatus. w. If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side shall be carried. Any intake connection larger than 3 in. (75 mm) shall include a pressure relief device that meets the requirements of 16.6.6. x. If the apparatus does not have a 2'/2" National Hose (NH) intake, an adapter from 2'/2" NH female to a pump intake shall be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. y. If the supply hose carried has other than 2'/2" National Hose (NH) threads, adapters shall be carried to allow feeding the supply hose from a 2'/2" NH thread male discharge and to allow the hose to connect to a 2%2" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake. 12 -VOLT LIGHTING There shall be two (2) 12 -volt LED floodlight(s) with housing provided. The light(s) shall be recessed and located behind the crew cab door, as high as possible. The lights shall be controlled by the following: ??? what to these options mean (especially `no additional switch location') From the first switch feature, a control from two (2) switches on the driver side switch panel, a driver side switch, and an officer side switch. a switch at the pump operator's panel. no additional switch location. no additional switch location. These lights may be load managed when the parking brake is set SCENE LIGHTS There shall be two (2) LED scene lights with chrome trim bezel installed at the rear of the apparatus, directly below the warning lights at rear of body. A control for the light(s) shall be the following: ??? what to these options mean (especially `no additional switch location') a switch at the driver's side switch panel a switch at the pump operator's panel no additional switch location no additional switch location These lights may be load managed when the parking brake is set. FOAM LEVEL GAUGE ???five lights but only three colors An electronic foam level gauge shall be provided on the operator's panel that registers foam level by means of five colored LED lights. The lights shall be durable, ultra -bright five LED design viewable through 180 degrees. The foam level indicators shall be as follows: a. 100% = Green b. 75% = Yellow c. 50% = Yellow d. 25% = Yellow e. Refill = Red 1. AIR HORN AND SIREN CONTROL ???what are you asking for exactly Driver chassis horn. Officer Q Siren, Air horn, and electronic siren by push button on engine tunnel. Santilli, Ray From: Tracy Watson [tmwatson@woodridgehomes.org] Sent: Monday, November 08, 2010 11:55 AM To: Rees, Mark; Santilli, Ray Subject: FW: Ladder specs Attachments: nandoverladderspec) (3).docx Tracy M. Watson, Senior Property Manager BARKAN MANAGEMENT COMPANY, INC. Wood Ridge Homes, Inc. 10 Wood Ridge Drive North Andover, MA 01845 978.682.7093 telephone 978.687.6616 fax tmwatson@woodridgehomes.org www.barkanco.com From: James Regan jmailto:James.Regan@cvstarr.com1 Sent: Friday, November 05, 2010 5:02 PM To: Tracy Watson Subject: FW: Ladder specs Well here's the first blush effort. The highlighted items are proprietary to Pierce. The red items are errors or alternatives that should be considered. The highlighted (in yellow) items would be the same in the pumper specs. I below am listing the major items that concern me. I'll try to have more, but this should be enough to get some people thinking about getting the best bang for $ 1,300,000. There are so many inconsistencies in the specifications for both rigs that it is actually mind boggling. Major items are: • Detroit Diesel ( Now owned by Mercedes Benz) is proprietary to Pierce. Cummins, based in Indiana, makes an excellent diesel. By specifying Detroit, the only bidder can be Pierce. Detroit Diesel is a much more expensive diesel. Many cities use Cummins ( read Lawrence) with no problems. For anyone to say that NA must have Detroit Diesel insults your intelligence. • The pumper is built of all aluminum. The ladder truck body is stainless steel " Due to the superior corrosion resistance of 300 stainless grades..." What is good for one unit is not good for the other ? Both units should be stainless steel. It is no more expensive. The reason that the specs are written like this is because the NAFD took the specs for 2 Pierce already built demonstrators as their own. Then Pierce sold the demonstrators to someone else and NA kept the same specifications. Duh! • Same thing for tires. One rig has Michelin, the other Goodyear. What happened to common parts etc. • The Waterous pump issue. Waterous is the standard with Pierce, Hale is basically standard for everyone else. By specifying Waterous who gives preference to Pierce, guess what? • On the technical side, I do not understand why they are specing a "Jacobs Engine Brake". This is an engine braking device to slow down the apparatus. This device operates best at high engine speeds and not so well at low speeds. I strongly recommend a transmission retarder, part of the Allison transmission. Maybe more expensive, but well worth it. Two sirens, one mechanical, one electronic. Ridiculous! They need to delete both and replace with one electronic siren, a Federal Q2E. It has the same sound as the mechanical and much less demand on the electric system. Chicago and FDNY have standardized on the Q2E. If its good enough for them, it should be good enough for NA! Does NA really need a Class A foam system ? Never required before ? Nice to have? I found out it costs about $ 10,000. Many departments have Class A foam, many do not. It's a frill that maybe should be held off. Jim Regan Starr Tech -Chicago E Mail: James. Regan ,cvstarr.com Tel: (312) 577-7778 This e-mail and any attachments hereto are intended only for the use of the addressee(s) named herein and may be confidential, non-public, proprietary, protected by the attorney/client or other privilege. Unauthorized reading, distribution, copying, saving or other use of this communication is prohibited and may be unlawful. Receipt by anyone other than the named addressee(s) shall not be deemed a waiver of any privilege or protection. If you are not a named addressee or if you believe that you have received this e-mail in error, please notify the sender immediately and delete all copies from your computer system without reading, distributing, copying, saving or otherwise using it in any manner. We do not warrant or represent in any way that this communication is free of malicious software or potentially damaging defects. All liability for any actual or alleged loss, damage, or injury arising out of or resulting in any way from the receipt, opening or use of this e-mail is expressly disclaimed. Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: hftp://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. TOWN OF NORTH ANDOVER INVITATION FOR BIDS TRIPLE COMBINATION PUMPER TRUCK Contact Address Telephone Number: Fax Number: Email December 28, 2010 Ray Santilli Assistant Town Manager 120 Main Street North Andover, MA 01845 978-688-9516 978-688-9556 rsantilli@townofnorthandover.com Table of Contents 1. Introduction......................................................... 3 2. Submission Deadline and Instructions ........................... 3 3. Questions, Addendum or Bid Modifications .................... 4 4. Performance Bond .................................................. 5 5. Bid Bond.................................................:........... 5 6. Insurance Requirements ............................................ 5 7. General Requirements .............................................. 5 8. Vehicle Specifications .............................................. 11 9. Options ............................................................... 68 10. Delivery............................................................. 70 11. Evaluation of Bids ................................................. 70 Appendix A — Price Bid ............................................... 72 Standard Town of North Andover Contract With Supplement "S .. .................................................. 74 Certifications............................................................86 Performance Bond Form .............................................. 88 Town of North Andover IFB Page 2 of 89 Triple Combination Pumper Truck 1. Introduction The Town of North Andover (`Town') is soliciting bids from qualified manufacturers to furnish and deliver a triple combination pumper truck to the North Andover Fire Department. These detailed specifications shall cover the requirements as to the type of construction and test to which the apparatus shall conform, together with certain details as to finish, equipment and appliances with which the successful bidder shall conform. Minor details of construction and materials, which are not otherwise specified, are left to the discretion of the contractor. The manufacturer shall provide loose equipment only when specified by the customer. Otherwise, in accordance with NFPA 1901, 2009 edition, the bid shall specify whether the fire department or apparatus dealership shall provide required loose equipment. Qualified companies are requested to submit bids to the Assistant Town Manager at North Andover Town Hall, 120 Main Street, North Andover, MA, in accordance with the instructions contained within this invitation for bid. Notice of this IFB is published in the Central Register, which is a weekly publication of the Office of the Secretary of State. Additionally this IFB is also posted on the Town website (www.townofnorthandover.com) under `Available Bids, Quotes and Proposals'. The Town will accept bids delivered in person or by mail. All bids must be received by 2:00 p.m. on Friday, January 21, 2011 to be considered. Bids submitted by fax or by electronic mail will not be considered. All bids must be submitted to: Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall 120 Main Street North Andover, MA 01845 The Town of North Andover may cancel this IFB or reject in whole or in part any and all bids, if they determine that cancellation or rejection serves the best interest of the Town of North Andover. 2. Submission Deadline and Instructions Qualified companies are requested to submit a pricing bid sheet in a sealed envelope marked "Triple Combination Pumper Truck" with the applicant's name and address on the front. Applicants should provide one (1) signed original bid. Fax or electronic submissions will not be accepted. Applicants must also execute and include in the sealed submission the Certificate of Vote, Certificate of Non -Collusion, and the Certificate of Tax Compliance. The Town of North Andover, through the Town Manager, is the awarding authority and reserves the right to reject any and all bids or parts of bids; to waive any defects, information, and minor irregularities; to accept exceptions to these specifications; and to award contracts or to cancel this Invitation for Bids if it is in the Town of North Andover's best interest to do so. Bids must be signed as follows: a) if the bidder is an individual, by her/him personally; b) if the bidder is a partnership, by the name of the partnership, followed by the signature of each general Town of North Andover IFB Page 3 of 89 Triple Combination Pumper Truck partner; and c) if the bidder is a corporation, by the authorized officer, whose signature must be attested to by the Clerk/Secretary of the corporation and the corporate seal affixed. All sealed bids must be received and registered by the Assistant Town Manager's office by Friday, January 21, 2011. All outer envelopes must be labeled "Triple Combination Pumper Truck" and mailed or hand delivered to the following address: Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall 120 Main Street North Andover, MA 01845 No bids will be accepted after the time and date noted. Late delivery of materials due to any type of delivery system shall be cause for rejection. If on the date and time of the submittal deadline the North Andover Town Hall is closed due to an uncontrolled event such as fire, snow, ice, wind or building evacuation, the submittal deadline will be postponed until 2:00 p.m. on the next normal business day. 3. Questions, Addendum or Bid Modification Questions concerning this IFB must be submitted in writing to: Mr. Ray Santilli, Assistant Town Manager, 120 Main Street North Andover, MA 01845, or they may be emailed to Mr. Santilli at rsantilli@townofnorthandover.com. All questions/inquiries must be received by 4:30 p.m. on Tuesday, January 11, 2011 to be considered. Questions/inquiries may be delivered, mailed, emailed or faxed. Written responses will be posted on the Town's website (www.townofnorthandover.com) in "Available Bids, Quotes and Proposals" by Thursday, January 13, 2011 at 2:00 p.m. If any changes are made to this IFB, an addendum will be posted on the Town's website in "Available Bids, Quotes and Proposals". It is the sole responsibility of the bidder to ascertain the existence of any addenda and/or modifications issued by the Town. As this IFB has been published on the Town's website (www.townofnorthandover.com) all bidders are responsible for checking the website for any addenda and /or modifications that are subsequently made to this IFB. The Town accepts no liability for and will provide no accommodations to bidders who fail to check for amendments and/or modifications to this IFB and subsequently submit inadequate or incorrect responses. Bidders may not alter (manually or electronically) the IFB language or any IFB component files. Modifications to the body of the IFB, Specifications, terms and conditions, or which change the intent of this IFB are prohibited and may disqualify a response. All bids submitted in response to this IFB shall remain firm for sixty (60) days following the submittal deadline. It is anticipated that the contract will be awarded within thirty (30) days after the submittal deadline. Town of North Andover IFB Page 4 of 89 Triple Combination Pumper Truck Bidders are not to communicate directly with any employee of the Town of North Andover, except as specified in this IFB, and no other individual employee or representative is authorized to provide any information or respond to any question or inquiry concerning this IFB. Bidders may contact the Contact Person for this IFB in the event this IFB is incomplete or the bidder is having trouble obtaining any part of the IFB electronically through the Town website (www.townofnorthandover.com), including, and without limitation the form and attachments. Bidder with disabilities or hardships that seek reasonable accommodations, which may include the receipt of IFB information and/or addenda and/or modifications in an alternative format, must communicate such requests in writing to the contact person, and reasonable accommodation will be made by agreement with the contact person on behalf of the Town of North Andover. 4. Performance Bond Upon award of the contract, the successful bidder shall provide a performance bond in the amount of 100% of the total contract award. The performance bond must be on the Town's form that is attached. 5. Bid Bond Bidders shall provide a bid bond in the amount of 5% of the total bid. 6. Insurance Requirements Upon award of the contract, the successful bidder shall provide insurance certificates in compliance with the provisions of the Town of North Andover Contract, Supplement `S', Paragraph 5. 7. General Requirements COMPANY REQUIREMENTS Bids shall only be considered from companies that have an established reputation in the field of fire apparatus construction and have been in business for a minimum of 20 years. Further, bidder shall maintain dedicated service facilities for the repair and service of products. Evidence of such a facility shall be included in bidder proposal. Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified and shall state the location of the factory where the apparatus is to be built. The bidder shall also show that the company is in position to render prompt service and to furnish replacement parts. Each bid shall be accompanied by a detailed set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed, and to which the apparatus Town of North Andover IFB Page 5 of 89 Triple Combination Pumper Truck furnished being proposed shall conform. These specifications shall indicate size, type, model and make of all component parts and equipment. QUALITY AND WORKMANSHIP The design of the apparatus shall embody the latest approved automotive engineering practices. The workmanship shall be of the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility of the various units which require periodic maintenance; ease of operation (including both pumping and driving); and symmetrical proportions. Construction shall be rugged and ample safety factors shall be provided to carry the loads specified and to meet both on and off road requirements and speed conditions as set forth under "Performance Tests and Requirements". Welding shall not be employed in the assembly of the apparatus in a manner that shall prevent the ready removal of any component part for service or repair. All steel welding shall follow American Welding Society D1.1-2004 recommendations for structural steel welding. All aluminum welding shall follow American Welding Society and ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding shall follow American Welding Society B2.1-2000 requirements for structural welding of sheet metal. Flux core arc welding to use alloy rods, type 7000, American Welding Society standards A5.20-E70T1. Employees classified as welders are tested and certified to meet American Welding Society codes upon hire and every three (3) years thereafter. The manufacturer shall be required to have an American Welding Society certified welding inspector in plant during working hours to monitor weld quality. DELIVERY Apparatus, to insure proper break in of all components while still under warranty, shall be delivered under its own power - rail or truck freight shall not be acceptable. A qualified delivery engineer representing the contractor shall deliver the apparatus and remain in North Andover for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. INFORMATION REQUIRED The manufacturer shall supply at time of delivery, complete operation and maintenance manuals covering the completed apparatus as delivered. A permanent plate shall be mounted in the driver's compartment which specifies the quantity and type of fluids required including engine oil, engine coolant, transmission, pump transmission lubrication, pump primer and drive axle. SAFETY VIDEO Documentation provided at the time of delivery shall also include an apparatus safety video in DVD format. This video shall address key safety considerations for personnel to follow when they are driving, operating, and maintaining the apparatus. Safety procedures for the following shall be included: vehicle pre -trip inspection, chassis operation, pump operation, and maintenance. PERFORMANCE TESTS AND REQUIREMENTS A road test shall be conducted with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles Town of North Andover IFB Page 6 of 89 Triple Combination Pumper Truck shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. Vehicle shall adhere to the following parameters: a. The apparatus, when fully equipped and loaded, shall have not less than 25% and not more than 50% of the weight on the front axle, and not less than 50% and not more than 75% on the rear axle. b. The apparatus shall be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine. c. The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. The air brake system shall conform to Federal Motor Vehicle Safety Standards (FMVSS) 121. d. The apparatus, fully loaded, shall be capable of obtaining a speed of 50 mph on a level concrete highway with the engine not exceeding its governed rpm (full load). FAILURE TO MEET TEST In the event the apparatus fails to meet the test requirements of these specifications on the first trial, second trials may be made at the option of the bidder within 30 days of the date of the first trial. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to comply with changes to conform to any clause of the specifications, within 30 days after notice is given to the bidder of such changes, shall also be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the Town of North Andover or its use by the Town of North Andover during the above-specified period with the permission of the bidder shall not constitute acceptance. LIABILITY The successful bidder shall defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract. GENERAL CONSTRUCTION The apparatus shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the National Fire Protection Association. ISO COMPLIANCE The manufacturer shall operate a Quality Management System under the requirements of ISO 9001. These standards sponsored by the "International Organization for Standardization" specify the quality systems that shall be established by the manufacturer for design, manufacture, installation, and service. A copy of the certificate of compliance shall be included with the bid. SINGLE SOURCE MANUFACTURER Bids shall only be accepted from a single source apparatus manufacturer. The definition of single source is a manufacturer that designs and manufactures their products using an integrated approach, including the chassis, cab and body being fabricated and assembled on the bidder's premises. The warranties relative to the chassis and body design (excluding component Town of North Andover IFB Page 7 of 89 Triple Combination Pumper Truck warranties such as engine, transmission, axles, pump, etc.) must be from a single source manufacturer and not split between manufacturers (i.e. body and chassis). The bidder shall provide evidence that they comply with this requirement. NFPA 2009 STANDARDS This unit shall comply with the NFPA standards effective January 1, 2009, except for fire department specifications that differ from NFPA specifications. These exceptions shall be set forth in the Statement of Exceptions. Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied with delivery of the apparatus. A plate that is highly visible to the driver while seated shall be provided. This plate shall show the overall height, length, and gross vehicle weight rating. The manufacturer shall have programs in place for training, proficiency testing and performance for any staff involved with certifications. An official of the company shall designate, in writing, who is qualified to witness and certify test results. NFPA COMPLIANCY Apparatus proposed by the bidder shall meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in current edition at time of contract execution. Fire department's specifications that differ from NFPA specifications shall be indicated in the bid as "non-NFPA". TOTAL VEHICLE ASSESSMENT CERTIFICATION The apparatus shall be third -party, independent, audit -certified through Underwriters Laboratory (UL) to the current edition of NFPA 1901 standards. The certification includes: all design, production, operational, and performance testing of the apparatus. PUMP TEST The pump shall be tested, approved, and certified by Underwriter's Laboratory at the manufacturer's expense. The test results and the pump manufacturer's certification of hydrostatic test, the engine manufacturer's certified brake horsepower curve and the manufacturer's record of pump construction details shall be forwarded to the North Andover Fire Department prior to the delivery of apparatus. AFTERMARKET SUPPORT WEBSITE A Customer Service website shall provide authorized dealers access to comprehensive information pertaining to the maintenance and service of proposed apparatus. This tool shall provide the authorized dealer the ability to service and support the North Andover Fire Department to the best of their ability with factory support at their fingertips. Town of North Andover IFB Page 8 of 89 Triple Combination Pumper Truck This website shall also be accessible to the North Andover Fire Department through a guest login. Limited access is to be available and vehicle specific parts information accessible by entering a specific VIN number. The website shall provide the following to the designated individuals: a. Authorized dealer only - ability to access truck detail information on the major components of the vehicle, warranty information, available vehicle photographs, vehicle drawings, sales options, applicable vehicle software downloads, etc. b. Authorized dealer and North Andover Fire Department - parts look -up capability, with the aid of digital photographs, part drawings, and assembly drawings. c. Authorized dealer only - ability to electronically submit warranty claims directly to the factory for reimbursement. d. Authorized dealer only - accessibility to multiple dealer reports that allow the dealership to maintain communication with the customer on the status of orders, claims, and phone contacts. e. Authorized dealer and North Andover Fire Department - access to all currently published Operation and Maintenance and Service publications. f. Authorized dealer only - access to manufacturer Service Bulletins and Work Instructions containing information on current service topics and recommendations provided. g. Authorized dealer and North Andover Fire Department - access to upcoming training classes offered by the manufacturer. h. Authorized dealer only - access to interactive electronic learning modules (Operators Guides) covering the operation of major vehicle components. i. Authorized dealer only - access to customer service articles, corporate news, quarterly newsletters, and key contacts. APPROVAL DRAWING A drawing of the proposed apparatus shall be provided for approval before construction begins. This drawing shall indicate the chassis make and model, location of the lights, siren, horns, compartments, major components, etc. A "revised" approval drawing of the apparatus shall be prepared and submitted by the manufacturer to the Town of North Andover showing any changes made to the approval drawing. ONE (1) YEAR MATERIAL AND WORKMANSHIP The proposed pumper truck shall be warranted with a minimum one (1) year basic apparatus material and workmanship limited warranty. The warranty shall cover such portions of the apparatus built by the manufacturer as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package. WARRANTY 1 YEAR CUSTOM CHASSIS The proposed pumper truck shall be warranted to be free from defects in materials or workmanship under normal use and service. The bidder shall supply, as a part of their bid package, a copy of the warranty or warranties that they propose to provide, and in no case shall it be less than one (1) year on the entire apparatus. Town of North Andover IFB Page 9 of 89 Triple Combination Pumper Truck All other warranties, as outlined in these specifications shall be provided in writing as a part of the bid package. Failure to provide the warranties as outlined throughout these specifications shall be cause for rejection of the bid package. CROSSMEMBERS WARRANTY A one (1) year parts and labor warranty shall be provided on all chassis frame cross members. SERVICE CENTER In order to minimize out of service time the bidder shall have the capability to repair all major components without the need to transport the apparatus to other locations. The bidder shall maintain a factory authorized service center within 75 miles of the North Andover Fire Department. The service center shall have the following minimum qualifications: a. Minimum 10 years of continuous ownership and management b. Total in house body shop capability c. Minimum 40 foot down draft paint booth with environmental approval d. Pump mechanics certified by the pump manufacturer e. Automotive electricians trained by the apparatus factory f. PRO -LINK analytical device with current software g. Laptop shop computer with current multiplex analytical software and wireless modem for direct truck to factory communication h. Full time body repair and automotive paint staff i. Certified Master ASE and EVT technicians j. Warranty center for Caterpillar, Cummins, Detroit Diesel, Allison Transmission„ Henderickson, Meritor, Waterous and Hale Pumps k. Computerized parts listing 1. Aerial and hydraulic repair specialists m. 24 hour Road & Towing service vehicle n. Vis Check Diagnostic analyzer and drive line inspections o. DOT & Massachusetts Inspection stations p. Laser Truck Alignment System q. Air Conditioning Analyzer r. Certified Air Conditioning Technician Current Certifications shall be furnished at time of bid. TRAINING A qualified training engineer shall be provided by the successful bidder. The training engineer shall instruct the North Andover Fire Department personnel in the operation and maintenance of the chassis, pump, and foam operations for a period of not less than four (4) days. The training shall incorporate modern training techniques. An as -built power -point presentation shall be included as part of the instruction. A copy shall be left with the North Andover Fire Department to use for future instruction. SUBMISSION OF BID Bidders shall submit a detailed and comprehensive written bid addressing each and every `general requirement' and `specification' listed. Exceptions shall be allowed if they are equal to Town of North Andover IFB Page 10 of 89 Triple Combination Pumper Truck or superior to that specified and provided they are listed and fully explained. The detailed and comprehensive written bids shall be submitted in the same sequence as the listed `general requirements' and `specifications' for ease of evaluation, comparison and checking of compliance. All exceptions shall be stated no matter how seemingly minor. Any exceptions not taken shall be assumed by the purchaser to be included in the bid, regardless of the cost to the bidder. Bids taking total exception to specifications shall not be acceptable. 8. Vehicle Specifications CHASSIS Chassis provided shall be a new, tilt -type custom fire apparatus. The chassis shall be manufactured in the apparatus body builder's facility eliminating any split responsibility. The chassis shall be designed and manufactured for heavy-duty service, with adequate strength, capacity for the intended load to be sustained, and the type of service required. The chassis shall be the manufacturer's heavy-duty line tilt cab. SEATING CAPACITY The seating capacity in the cab shall be six (6). WHEELBASE The wheelbase of the vehicle shall be no greater than 188.50". GVW RATING The gross vehicle weight rating shall be a minimum of 46,800 pounds. FRAME The chassis frame shall be built with two (2) steel channels bolted to five (5) cross members or more, depending on other options of the apparatus. The side rails shall have a 13.25" or greater tall web over the front and mid sections of the chassis, with a continuous smooth taper to 10.75" or greater over the rear axle. Each rail shall have a section modulus of 25.75 cubic inches or greater and a resisting bending moment (rbm) of 3,119,040 inches/pound over the critical regions of the frame assembly, with a section modulus of 18.75 cubic inches or greater with an rbm of 2,275,200 inches/pound over the rear axle. The frame rails shall be constructed of 120,000 psi yield strength heat-treated .35" or greater thick steel, with 3.50" wide flanges. FRAME REINFORCEMENT A mainframe inverted "L" liner shall be provided. It shall be heat-treated steel measuring 12.00" x 3.00" x .25". Each liner shall have a section modulus of 7.75 cubic inches or greater, yield strength of 110,000 psi, and rbm of 857,462 in -lb. Total rbm at wheelbase center shall be 3,976,502 pounds per rail. The frame liner shall be mounted inside of the chassis frame rail, beginning at the front edge of the mainframe rail and extending to the rear cab cross -member. FRONT NON DRIVE AXLE The front axle shall be of the independent suspension design with a ground rating of 22,800 lbs. Town of North Andover IFB Page 11 of 89 Triple Combination Pumper Truck Upper and lower control arms shall be used on each side of the axle. Upper control arm castings shall be made of 100,000 psi yield strength 8630 steel and the lower control arm casting shall be made of 55,000 psi yield ductile iron. The center cross members and side plates shall be constructed out of 80,000 -psi yield strength steel. Each control arm shall be mounted to the center section using elastomeric bushings. These rubber bushings shall rotate on low friction plain bearings and be lubricated for life. Each bushing shall also have a flange end to absorb longitudinal impact loads, reducing noise and vibrations. There shall be nine (9) grease fittings supplied, one (1) on each control arm pivot and one (1) on the steering gear extension. The upper control arm shall be shorter than the lower arm so that wheel end geometry provides positive camber when deflected below rated load and negative camber above rated load. Camber at load shall be zero degrees for optimum tire life. The kingpin bearing shall be of low friction design and be sealed for life. Toe links that are adjustable for alignment of the wheel to the center of the chassis shall be provided. The wheel ends must have little to no bump steer when the chassis encounters a hole or obstacle. The steering linkage shall provide proper steering angles for the inside and outside wheel, based on the vehicle wheelbase. The axle shall have a third party certified turning angle of 45 degrees. Front discharge, front suction, or aluminum wheels shall not infringe on this cramp angle. OIL SEALS Oil seals with viewing window shall be provided on the front axle. SHOCK ABSORBERS Heavy-duty telescoping shock absorbers shall be provided on the front suspension. REAR AXLE The rear axle shall be manufactured with a capacity of 24,000 lbs. REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A 2 year limited warranty shall be provided for the rear axle. TOP SPEED OF VEHICLE A rear axle ratio shall be furnished to allow the vehicle to reach a top speed of 68 MPH. Town of North Andover IFB Page 12 of 89 Triple Combination Pumper Truck OIL SEALS Oil seals shall be provided on the rear axle. FRONT SUSPENSION Front independent suspension shall be provided with a minimum ground rating of 22,800 lbs. The independent suspension system shall be designed to provide maximum ride comfort. The design shall allow the vehicle to travel at highway speeds over improved road surfaces and at moderate speeds over rough terrain with minimal transfer of road shock and vibration to the vehicle's crew compartment. Each wheel shall have torsion bar type spring. In addition, each front wheel end shall also have energy absorbing jounce bumpers to prevent bottoming of the suspension. The suspension design shall be such that there is at least 10.00" of total wheel travel and a minimum of 3.75" before suspension bottoms. The torsion bar anchor lock system is to allow for simple lean adjustments, without the use of shims. One can adjust for a lean within 15 minutes per side. Anchor adjustment design is such that it allows for ride height adjustment on each side. The independent suspension shall be put through a durability test that has simulated a minimum of 140,000 miles of inner city driving. REAR SUSPENSION The rear springs shall be semi -elliptical and constructed of 3.00" x 52.00", ten (10) leaves with a ground rating of 24,000 lbs. Spring hangers shall be castings with provisions for lubrication. The grease fittings shall be 90 -degree type and shall be accessible without removing the wheels or cutting any sheet metal. Two (2) top leaves shall wrap the forward spring hanger pin and the top leaf shall wrap the rear spring hanger pin on both the front and rear suspensions. Kaiser spring pins shall be provided, with double "figure-eight" grease grooves and a layer of electro less nickel plating, 1.0 mil thick, around the entire pin. The bushing that holds the spring pin in place shall also have a grease groove. ANTI-LOCK BRAKE SYSTEM The vehicle shall be equipped with an anti-lock braking system (ABS). The ABS shall provide a fou: (4) channel anti-lock braking control on both the front and rear wheels. A digitally controlled system that utilizes microprocessor technology shall control the anti-lock braking system. Each wheel shall be monitored by the system. When any particular wheel begins to lockup, a signal shall be sent to the control unit. This control unit then shall reduce the braking of that wheel for a fraction of a second and then reapply the brake. This anti-lock brake system shall eliminate the lockup of any wheel thus helping to prevent the apparatus from skidding out of control. Town of North Andover IFB Page 13 of 89 Triple Combination Pumper Truck ANTI-LOCK BRAKE SYSTEM WARRANTY The ABS system shall come with a three (3) year or 300,000 mile parts and labor warranty provided by the manufacturer of the ABS system. BRAKES The service brake system shall be full air type. The brake system shall be certified, third party inspected, for improved stopping distance. The front brakes shall be disc type with a 17.00" ventilated rotor for improved stopping distance. The rear brakes shall be 16.50" x 7.00" cam operated with automatic slack adjusters. ENGINE BRAKE An engine brake is to be installed with the controls located on the instrument panel within easy reach of the driver. The driver shall be able to turn the engine brake system on/off and have a high, medium and low setting. The engine brake shall be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. The ABS system shall automatically disengage the auxiliary braking device, when required. AIR COMPRESSOR, BRAKE SYSTEM The air compressor shall be capable of a minimum of 15.80 cubic feet per minute output at 1,250 RPM. BRAKE SYSTEM The brake system shall include: a. Dual brake treadle valve with vinyl covered foot surface b. A heated automatic moisture ejector on air dryer c. Total air system capacity of 4,362 cubic inches d. Two (2) air pressure gauges with red warning light and audible alarm, that activates when air pressure falls below 60 psi e. A spring set parking brake system f. Parking brake operated by a control valve g. A parking "brake on" indicator light on instrument panel h. A valve in conjunction with a double check valve system, shall be provided with an automatic spring brake application at 40 psi i. The air tank shall be primed and painted to meet a minimum 750 hour salt spray test. j. To reduce the effects of corrosion, the air tank shall be mounted with stainless steel brackets. k. An air dryer BRAKE LINES Color -coded nylon brake lines shall be provided. The lines shall be wrapped in a heat protective loom where necessary in the chassis. AIR INLET One (1) air inlet with male coupling shall be provided. It shall allow station air to be supplied to the apparatus brake system through a shoreline hose. The inlet shall be located in the driver side Town of North Andover IFB Page 14 of 89 Triple Combination Pumper Truck lower step well of cab. A check valve shall be provided to prevent reverse flow of air. The inlet shall discharge into the "wet" tank of the brake system. A mating female coupling shall also be provided with the loose equipment. ENGINE The chassis shall be powered by a Detroit Diesel or Cummins electronically controlled diesel engine: a. Minimum Horsepower: 470 bhp at 1800 rpm b. Peak Torque: minimum 1650 lb -ft at 1200 rpm c. Governed Speed: 2000 rpm d. Bore and Stroke: 5.24" x 6.61" e. Number of Cylinders: Six (6) f. Compression Ratio: 17.25:1 Standard equipment on the engine shall include the following: a. Governor: Limiting speed type b. Injectors: Cam operated, unit type, clean tip c. Starting Motor: 12 -volt d. Turbocharger e. Air -to -Air After -cooled f. Lube Oil Cooler g. Lube Oil Filter: Full flow h. Air Cleaner: Farr or equal i. Fuel Filters: Dual, with check valve j. Coolant Filter: Spin -on with shut off valves on the supply and return line (precharged with coolant inhibitor) ENGINE WARRANTY The engine shall come with a five (5) year or 100,000 mile warranty provided by the engine manufacturer. CONTROLS AND INDICATOR LIGHTS The following amber indicator lights shall be located on the driver's side of the cab to denote engine information: a. Diesel Particulate Filter (DPF) b. High Exhaust Temperature (HET) c. Malfunction Indicator Lamp (MIL) A switch to initiate the diesel particulate filter regeneration cycle shall be located on the driver's side instrument panel. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer shall provide a certification, along with a letter from the engine manufacturer stating they approve of the engine installation in the bidder's chassis. The certification shall be provided at the time of bid. Town of North Andover IFB Page 15 of 89 Triple Combination Pumper Truck ENGINE AIR INTAKE The air intake with an ember separator shall be mounted high on the passenger side of the cab, to the front of the crew cab door. The ember separator is designed to prevent road dirt and recirculating hot air from entering the engine. The ember separator shall be easily accessible through a hinged stainless steel grille, with one (1) flush quarter turn latch. EXHAUST SYSTEM The exhaust system shall include a diesel particulate filter (DPF) and a diesel oxidation catalyst. The exhaust system shall be stainless steel from the turbo to the inlet of the DPF and shall be 5.00" in diameter. The exhaust shall terminate horizontally ahead of the passenger side rear wheels. A tailpipe diffuser shall be provided to reduce the temperature of the exhaust as it exits. An insulation wrap shall be provided on the exhaust pipe between the turbo and DPF inlet to minimize the transfer of heat to the cab. Heat deflector shields shall be provided to isolate chassis and body components from the heat of the tailpipe diffuser. HIGH IDLE A high idle switch shall be provided, inside the cab, on the instrument panel, that shall automatically maintain a preset engine rpm. A switch shall be installed, at the cab instrument panel, for activation/deactivation. The high idle shall be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light shall be provided adjacent to the switch. The light shall illuminate when the above conditions are met. The light shall be labeled OK to Engage High Idle. COOLANT LINES Silicone hoses shall be used for all engine/heater coolant lines installed by the chassis manufacturer. Hose clamps shall be stainless steel "constant torque type" to prevent coolant leakage. They shall react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose. RADIATOR The radiator and the complete cooling system shall meet or exceed NFPA and engine manufacturer cooling system standards. For maximum cooling performance, the radiator core shall be made of copper fins having a serpentine design, soldered to brass tubes. The tubes shall be welded to brass headers using the patented Beta -Weld process for increased strength, longer road life and solder -bloom corrosion protection. The radiator core shall have a minimum frontal area of 1396.00 square inches. Steel supply and return tanks shall be bolted to the core headers and steel side channels to complete the radiator assembly. The radiator shall be compatible with commercial antifreeze solutions. The radiator shall be mounted in such a manner as to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven ground. The radiator assembly shall be isolated from the chassis frame rails with rubber isolators. The radiator shall include an integral deaeration tank, with a remote -mounted overflow tank. For visual coolant level inspection, the radiator shall have a built-in sight glass. The radiator shall be equipped with a 15 psi pressure relief cap. A drain port shall be located at the lowest point of the cooling system Town of North Andover IFB Page 16 of 89 Triple Combination Pumper Truck and/or the bottom of the radiator to permit complete flushing of the coolant from the system. A heavy-duty fan shall draw in fresh, cool air through the radiator. Shields or baffles shall be provided to prevent recirculation of hot air to the inlet side of the radiator. CLUTCH FAN A fan clutch shall be provided. The fan clutch shall be automatic when the pump transmission is in "Road" position, and fully engaged in "Pump" position. FUEL TANK A 75 -gallon fuel tank shall be provided and mounted at rear of chassis. The tank shall be constructed of 12 -gauge, hot rolled steel. It shall be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank shall be mounted with stainless steel straps. A .75" drain plug shall be provided in a low point of the tank for drainage. A fill inlet shall be located on the driver's side of the body and be covered with a hinged, spring loaded, stainless steel door that is marked "Diesel Fuel Only". A .50" diameter vent shall be provided running from top of tank to just below fuel fill inlet. The tank shall meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank volume. All fuel lines shall be provided as recommended by the engine manufacturer. FUEL SHUTOFF A shutoff valve shall be installed in the fuel line, on both sides of the fuel filters. FUEL COOLER An air to fuel cooler shall be installed in the engine fuel return line. TRANSMISSION An Allison Gen IV, model EVS 4000P electronic, torque converting, automatic transmission shall be provided. Two (2) PTO openings shall be located on left side and top of converter housing (positions 8 o'clock and 1 o'clock). A transmission temperature gauge with red light and buzzer shall be installed on the cab instrument panel. TRANSMISSION SHIFTER A six (6) -speed push button shift module shall be mounted to right of driver on console. Shift position indicator shall be indirectly lit for after dark operation. The transmission ratio shall be 1 St - 3.49 to 1.00, 2nd - 1.86 to 1.00, 3rd - 1.41 to 1.00, 4th - 1.00 to 1.00, 5th - 0.75 to 1.00, 6t}' - 0.65 to 1.00, R - 5.03 to 1.00. TRANSMISSION COOLER A transmission oil cooler shall be provided in the lower tank of the radiator. TRANSMISSION WARRANTY The transmission shall have a five (5) year unlimited mileage warranty covering 100% parts and labor. The warranty is to be provided by the transmission manufacturer and not the apparatus builder. Town of North Andover IFB Page 17 of 89 Triple Combination Pumper Truck DRIVELINE Drivelines shall be a heavy-duty metal tube and be equipped with appropriate universal joints. The shafts shall be dynamically balanced before installation. A splined slip joint shall be provided in each driveshaft, slip joint shall be coated with Glidecoat or equivalent. STEERING Dual steering gears, with integral heavy-duty power steering, shall be provided. The power steering shall incorporate a three (3) -line hydraulic pump or equivalent with integral pressure and flow control. The steering wheel shall be: a. 18.00" in diameter b. Capable of tilting and telescoping c. Four (4) -spoke design STEERING WARRANTY The steering gear shall have a three (3) year parts and labor warranty. TIRES Front tires shall be 425/65R22.50 radials, 20 ply with all season tread. The tires shall be mounted on 22.50" x 12.25" polished aluminum disc -type wheels with a ten (10) -stud, 11.25" bolt circle. The rear tires shall be four (4) 12R22.50 radials, 16 ply with all season tread. The tires shall be mounted on 22.50" x 8.25" polished aluminum disc wheels with a ten (10) -stud 11.25" bolt circle or equivalent. LUG NUT COVERS Chrome plated lug nut covers shall be installed on all lug nuts. WHEEL CHOCKS There shall be two (2) folding aluminum alloy wheel blocks with easy -grip handle provided. WHEEL CHOCK BRACKETS There shall be one (1) pair of horizontal mounting wheel chock brackets provided for the folding wheel chocks. The brackets shall be mounted under compartment D3. HUB COVERS (front) Stainless steel hub covers shall be provided on the front axle. An oil level viewing window shall be provided. WHEEL SAFETY BANDS The two (2) front wheels of truck shall have Wheel Safety Bands installed. Chassis steering and handling shall be improved when a tire with a band fails. HUB COVERS (rear) A pair of stainless steel high hat hub covers shall be provided on rear axle hubs. Town of North Andover IFB Page 18 of 89 Triple Combination Pumper Truck MUD FLAPS Mud flaps shall be installed behind the front and rear wheels of the apparatus. TIRE PRESSURE MANAGEMENT There shall be an LED tire alert pressure management system provided that shall monitor each tire's pressure. A chrome plated brass sensor shall be provided on the valve stem of each tire for a total of six (6) tires. The sensor shall calibrate to the tire pressure when installed on the valve stem for pressures between 20 and 120 psi. The sensor shall activate an integral battery operated LED when the pressure of that tire drops eight (8) psi. Removing the cap from the sensor shall indicate the functionality of the sensor and battery. If the sensor and battery are in working condition, the LED shall immediately start blinking. CAB The cab shall be designed specifically for the fire service and manufactured by the chassis builder. Construction of the cab shall consist of 5052-1-132 .125" aluminum welded to extruded aluminum framing. The cab shall be built by the apparatus manufacturer in a facility located on the manufacturer's premises. The cab shall be 96.00" wide, with an interior width of 87.50". The forward cab section shall have an overall height from the cab roof to the ground of approximately 103.00". The crew cab section shall have a 10.00" raised roof, with an overall cab height of approximately 113.00". The overall height listed shall be calculated based on a truck configuration with the lowest suspension weight ratings, the smallest diameter tires for the suspension, no water weight, no loose equipment weight and no personnel weight. Larger tires, wheels and suspension shall increase the overall height listed. The floor to ceiling height inside the crew cab shall be 64.00" in the center and 69.75" in the outboard positions. The crew cab floor shall measure 44.50" from rear wall to the back side of engine tunnel. The engine tunnel, at the rearward highest point knee level, shall measure 50.88" to the back wall. The crew cab shall be of the totally enclosed design, with access doors constructed in the same manner as the driver and passenger doors. The cab shall be a full tilt cab style. The engine shall be easily accessible and capable of being removed with the cab tilted. The cab shall be capable of tilting 45 degrees and 90 degrees with crane assist. The cab shall have three (3) point rubber mounting and shall be tilted by a hydraulic pump connected to two (2) cab lift cylinders. The cab shall then be locked down by a two (2) point automatic locking mechanism that actuates after the cab has been lowered. The cab access steps shall be 23.25" wide, crew cab shall be 21.50" wide x 8.00" minimum depth and shall be the half -height style door, blistered inward at the bottom. The lower exposed step area at each door location shall be trimmed with aluminum tread plate and have a grip strut insert in the bottom step. The inside cab steps shall not exceed 18.00" high. The crew cab entrance shall be a one (1) step design to the cab floor, for easy access. A 20.00", slip resistant, handrail shall be provided adjacent to all door openings to assist entrance into the cab. A chrome handrail shall be provided inside each front cab door, for ease of entry. Town of North Andover IFB Page 19 of 89 Triple Combination Pumper Truck The cab doors shall be 37.00" wide x 58.50" high. The crew cab doors shall be 34.25" wide x 67.00" high for easy entry, and located on the side of the cab. The cab and crew cab doors shall be constructed of extruded aluminum with a nominal material thickness of .125". The exterior skins shall be constructed from .090" aluminum. All cab and crew cab entry doors shall contain a conventional roll down window. Flush mounted, chrome plated paddle type door handle shall be provided on the exterior of the cab doors. All interior cab door handles shall also have flush paddle handles. The cab doors shall be provided with both interior (rotary knob) and exterior (keyed) locks as required by FMVSS 206. The locks shall be capable of activating when the doors are open or closed. The doors shall remain locked if locks are activated when the doors are opened, then closed. The door hinge shall be a stainless steel piano type with a .25" pin. There shall be double automotive type rubber seals around the perimeter of the door framing and door edges to ensure a weather tight fit. Full height polished stainless steel scuff plates shall be installed on the inside of all cab doors. Cab door panels shall be removable without disconnecting door and window mechanisms. Engine hood side walls shall be constructed of .50" aluminum, top shall be constructed of .19" aluminum and shall be tapered at top to allow for more driver and passenger elbow room. The engine hood shall be insulated for protection from heat and sound. The noise insulation keeps the dba level within the limits stated in the current NFPA series 1900 pamphlet. There shall be access, 15.00" wide x 11.25" high, at the rear of the engine tunnel to access the engine fluid checks. Full circular inner fender liners, in the wheel wells, shall be provided. Bright aluminum tread plate shall be overlaid on the outside rear wall of the crew cab except for areas that are not typically visible when the cab is lowered. A curved, safety glass windshield shall be provided, with over 2,754 square inches of clear viewing area. The cab windshield shall have bright trim inserts in the rubber molding holding the glass in place. All cab glass shall be tinted. Economical windshield replacement glass shall be readily available from local auto glass suppliers. Two (2) smoked sun visors or equivalent, 8.75" x 31.00" long, shall be provided. The sun visors shall be located above the windshield with one (1) mounted on each side of the cab. Two (2) Electric windshield wipers with washer shall be provided that meet FMVSS and SAE requirements. The washer reservoir shall be able to be filled without raising the cab. A glove box with a drop-down door shall be installed in the front dash panel in front of the officer's position. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer shall provide a cab crash test certification with their bid. The certification must state that the cab meets or exceeds the below requirements: a. European Occupant Protection Standard ECE Regulation No.29 b. SAE J2422 Cab Roof Strength Evaluation - Quasi -Static Loading Heavy Trucks c. SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks Town of North Andover IFB Page 20 of 89 Triple Combination Pumper Truck The cab shall be subjected to a roof crush force of 100,000 lb. This value shall be 450% of the ECE 29 criteria, which must be equivalent to the front axle rating up to a maximum of ten (10) metric tons. For side impact, the cab shall be subjected to dynamic preload with a 13,275-1b moving barrier is slammed into the side of the cab at 5.50 mph, striking with an impact of 13,000 ft -lb of energy. This test shall closely represent the forces a cab shall see in a rollover incident. The cab shall withstand a frontal force produced from 65,200 ft -lb of energy using a swing -bob type platen. The same cab shall withstand all tests without any measurable intrusion into the survival space of the occupant area. CAB DOOR DURABILITY CERTIFICATION Cab doors shall survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration. The bidder shall certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage, latch malfunction, or significant component wear. CAB MODIFICATION The engine tunnel shall be designed to provide maximum occupant space and required clearance to the engine and related components. The engine tunnel shall include a modification on the passenger side to accommodate the Turbo and related components. CAB FLOOR The cab and crew cab floor areas shall be covered with a moisture resistant and acoustical floor mat consisting of a black pyramid rubber facing and closed cell foam decoupler. The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has a .25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. CREW CAB WINDOWS On each side of the crew cab, a window with tinted glass shall be provided. ELECTRIC OPERATED CAB DOOR WINDOWS All four (4) cab doors shall be equipped with electric operated windows with flush mounted automotive style switches. The driver's side lower instrument panel shall also have three (3) controls, officer's door window and both crew cab door windows. ELECTRIC WINDOW DURABILITY CERTIFICATION Cab window roll -up systems can cause maintenance problems if not designed for long service life. The window regulator design shall complete 30,000 complete up -down cycles and still function normally when finished. The bidder shall certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. Town of North Andover IFB Page 21 of 89 Triple Combination Pumper Truck ELECTRIC CAB DOOR LOCKS The front driver and officer doors shall have a door lock master switch. The master switches shall control all cab door locks. The rear cab doors shall have the standard manual lock control. There shall be one (1) concealed switch located in an easily accessible chassis specific location that shall unlock all the doors. The lock system shall include two (2) key FOBs that allow for keyless entry into the vehicle. The key FOB system shall use code hopping technology for high security and be FCC part 15 compliant. KEY PAD FOR ELECTRIC DOOR LOCKS For improved convenience, the cab door locks shall include a keypad entry system to provide complete keyless entry to the cab. There shall be two (2) keypads provided, located one on each side of the cab behind the front cab doors. The keypads shall include visual and audio feedback to confirm activation and acknowledge correct entry code. For enhanced night time use, the keypads shall be lighted. For increased security, the system shall allow over 3000 possible code combinations. LOGO AND CUSTOMER DESIGNATION ON HORN BUTTON The steering wheel shall have an emblem containing the fire apparatus manufacturer's logo and customer name. The emblem shall have three (3) rows of text for the customer's department name. There shall be a maximum of eight (8) characters in the first row, eleven (11) characters in the second row and eleven (11) characters in the third row. a. The first row of text shall be: to be determined b. The second row of text shall be: to be determined c. The third row of text shall be: to be determined STORAGE COMPARTMENTS Provided on each side of the cab, below the cab floor, to the rear of the crew cab access doors, shall be a storage compartment. The compartments shall be 9.50" wide x 13.00" deep x 18.00" high. The doors shall be of the single pan construction with two (2) flush quarter turn latches. A rubber -covered bumper shall be used as a doorstop. FENDER CROWNS Stainless steel fender crowns shall be installed at the cab wheel openings. The fender crowns shall have a radius outside corner that allows the fender crown to extend beyond the side wall of the front tires and also allow the crew cab doors to open fully. SCUFFPLATE A brushed stainless steel scuff plate shall be provided on the entire rear vertical surface of the engine tunnel. DOOR JAMB SCUFFPLATES All cab door jambs shall be furnished with a polished stainless steel scuff plate mounted on the striker side of the jamb. Town of North Andover 1FB Page 22 of 89 Triple Combination Pumper Truck TRIM BAND (Cab Face) A 10.00" band of 22 gauge pattern finish stainless steel trim shall be installed across the front of the cab, from door hinge to door hinge. The trim band shall be centered on the head lights and applied with two-sided tape. A .625" self-adhesive trim strip shall be applied around the perimeter of the trim band. MOLDING (On Sides of Cab) Chrome molding shall be provided on both sides of cab. CAB LIFT A hydraulic cab lift system shall be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. Lift controls shall be on a panel located on the pump panel or front area of the body in a convenient location. Cab shall be locked down by a two (2) -point automatic spring-loaded hook mechanism that actuates after the cab has been lowered. The hydraulic cylinders shall be equipped with a velocity fuse that protects the cab from accidentally descending when the control is located in the tilt position. A redundant mechanical stay arm shall automatically be engaged once the cab has been fully raised. Before lowering the cab, this device must be disengaged using the stay arm control located near the cab raise/lower switch. INTERLOCK, CAB LIFT TO PARKING BRAKE The cab lift system shall be interlocked to the parking brake. The cab tilt mechanism shall be active only when the parking brake is set and the ignition switch is in the on position, if the parking brake is released the cab tilt mechanism shall be disabled. MIRRORS One (1) polished aluminum mirror shall be mounted on each of the cab doors. The mirrors shall be 9.25" x 13.50", with a full flat face. An additional convex section shall be bolted to the top of each mirror. The mirror head shall have a highly polished aluminum finish. The flat glass in each mirror shall be heated and adjustable, with remote controls that are convenient to the driver. The convex section in each mirror shall be adjusted manually. BUMPER A one (1) -piece, ten (10) gauge, 304-213 type polished stainless steel bumper, a minimum of 10.00" high, shall be attached to a bolted modular extension frame constructed of 50,000 psi tensile steel C channel mounted directly behind it to provide adequate support strength. The bumper shall be extended 19.00" from front face of cab. Documentation shall be provided, upon request, to show that the options selected have been engineered for fit -up and approval for this modular bumper extension. A chart shall be provided to indicate the option locations and shall include, but not be limited to the following options: air horns, mechanical sirens, speakers, hose trays (with hose capacities), winches, lights, discharge, and suction connections. Town of North Andover IFB Page 23 of 89 Triple Combination Pumper Truck LIFT AND TOW MOUNTS Mounted to the frame extension shall be lift and tow mounts. The lift and tow mounts shall be designed and positioned to adapt to certain tow truck lift systems. The lift and tow mounts with eyes shall be painted the same color as the frame. HOSE TRAY A hose tray, constructed of aluminum, shall be placed in the center of the bumper extension. The tray shall have a capacity of 150' of 1.50" double jacket cotton -polyester hose. Black rubber grating shall be provided at the bottom of the tray. Drain holes are also provided. GRAVEL PAN A gravel pan, constructed of bright aluminum tread plate, shall be furnished between the bumper and cab face. The gravel pan shall be properly supported from the underside to prevent flexing and vibration of the aluminum tread plate. COVER, HOSE TRAY A bright aluminum tread plate cover shall be provided over the one (1) hose tray. The cover shall be attached with a stainless steel hinge and located center hose tray recess in bumper extension. A D -ring latch shall secure the cover in the closed position and a pneumatic stay arm shall hold the cover in the open position. CAB INTERIOR The cab dash fascias shall be a flat faced design to provide easy of maintenance and shall be constructed out of painted aluminum. The engine tunnel shall be padded and covered with 46 ounce leather grain vinyl resistant to oil, grease and mildew. The headliner shall be installed in both forward and rear cab sections. Headliner material shall be vinyl. A sound barrier shall be part of its composition. Material shall be installed on aluminum sheet and securely fastened to interior cab ceiling. Forward portion of cab headliner shall provide easy access for servicing electrical wiring or for other maintenance needs without removing the entire unit. CAB INTERIOR UPHOLSTERY The cab interior upholstery shall be dark silver gray. INTERIOR PAINT (Cab) The cab interior metal surfaces shall be painted gray, vinyl texture paint. GRAB HANDLE A black rubber covered grab handle shall be mounted on the lower portion of the driver's side cab entrance to assist in entering the cab. The grab handle shall be securely mounted to the post area between the door and steering wheel column. A long rubber grab handle shall be mounted on the dash board in front of the officer. DRIVER SEAT A scissor -action air -ride high -back style seat shall be provided in the cab for the driver. The driver's seat shall be furnished with three (3) -point shoulder type seat belt. The seat belt shall be Town of North Andover IFB Page 24 of 89 Triple Combination Pumper Truck furnished with automatic retractor. Extension shall be provided with the seat belt so the male end can be easily grasped and the female end easily located while sitting in a normal position. The seat back shall be removable for ease of access to components located behind the driver seat. OFFICER SEAT An SCBA seat with high -back shall be provided in the cab for the officer. The SCBA cavity shall be adjustable front to rear in 0.50" increments to accommodate different size SCBA bottles. Moving the SCBA cavity shall be accomplished by unbolting, relocating and re -bolting in the desired location. The officer seat shall be furnished with three (3) -point shoulder type seat belts. The seat belts shall be furnished with automatic retractors. Extensions shall be provided with the seat belts so the male end can be easily grasped and the female end easily located while sitting in a normal position. REAR FACING PASSENGER SIDE OUTBOARD SEAT One (1) rear facing SCBA seat shall be provided in the passenger side outboard position in crew cab. The SCBA cavity shall be adjustable front to rear in .50" increments to accommodate different size SCBA bottles. Moving the SCBA cavity shall be accomplished by unbolting, relocating and re -bolting in the desired location. Seat shall be furnished with three (3) -point shoulder type seat belt. The seat belt shall be furnished with automatic retractors. Extension shall be provided with the seat belt so the male end can be easily grasped and the female end easily located while sitting in a normal position. REAR FACING DRIVER SIDE OUTBOARD SEAT One (1) rear facing SCBA seat shall be provided in the driver side outboard position in crew cab. The SCBA cavity shall be adjustable front to rear in .50" increments to accommodate different size SCBA bottles. Moving the SCBA cavity shall be accomplished by unbolting, relocating, and re -bolting in the desired location. Seat shall be furnished with three (3) -point shoulder type seat belt. The seat belt shall be furnished with automatic retractors. Extension shall be provided with the seat belt so the male end can be easily grasped and the female end easily located while sitting in a normal position. FORWARD FACING CENTER SEATS There shall be two (2) forward facing SCBA seats provided at the center position in the crew cab. The SCBA cavity shall be adjustable front to rear in .50" increments to accommodate different size SCBA bottles. Moving the SCBA cavity shall be accomplished by unbolting, relocating and re -bolting in the desired location. The seats shall be furnished with a three (3) -point, shoulder type seat belt. The seat belts shall be furnished with automatic retractors. Extensions shall be provided with the seat belts so the male end can be easily grasped and the female end easily located while sitting in a normal position. Town of North Andover IFB Page 25 of 89 Triple Combination Pumper Truck EMS COMPARTMENT A forward facing EMS compartment shall be provided in the crew cab located at the passenger side outboard position. The compartment shall be 17.00" wide x 60.00" high x 14.00" deep with one (1) vertically hinged door, locking. The clear door opening of the compartment shall be 57.50" high x 14.50" wide. The compartment shall be constructed of smooth aluminum, and painted to match the cab interior. This storage compartment shall be compliant per NFPA standard for automotive fire apparatus. There shall be one (1) LED strip light installed on the left side of the compartment opening. The light shall be controlled by an automatic door switch. EMS COMPARTMENT A forward facing EMS compartment shall be provided in the crew cab located at the driver's side outboard position. The compartment shall be 17.00" wide x 60.00" high x 14.00" deep with one (1) vertically hinged door, locking. The clear door opening of the compartment shall be 57.50" high x 14.50" wide. The compartment shall be constructed of smooth aluminum, and painted to match the cab interior. This storage compartment shall be compliant per NFPA standard for automotive fire apparatus. There shall be one (1) LED strip light installed on the right side of the compartment opening. The light shall be controlled by an automatic door switch. RADIO COMPARTMENT A radio compartment shall be provided under the officer's seat. The inside compartment dimensions shall be 14.50" deep x 14.50" across x 9.00" high. A drop-down door with a chrome plated lift and turn latch shall be provided for access. The compartment shall be constructed of smooth aluminum and painted to match the cab interior. SEAT UPHOLSTERY All seat upholstery shall be a black heavy duty wear -resistant material. AIR BOTTLE HOLDERS All SCBA type seats in the cab shall have a "Hands -Free" auto clamp style bracket in its backrest. For efficiency and convenience, the bracket shall include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back. For protection of all occupants in the cab, in the event of an accident, the inertial components within the clamp shall constrain the SCBA bottle in the seat and shall exceed the NFPA standard of 9G. Bracket designs with manual restraints (belts, straps, buckles) that could be inadvertently left unlocked and allow the SCBA to move freely within the cab during an accident, shall not be acceptable. There shall be a quantity of five (5) SCBA brackets. SEAT BELTS All seating positions in the cab and crew cab shall have red seat belts. SHOULDER HARNESS HEIGHT ADJUSTMENT All seating positions furnished with three (3) -point shoulder type seat belts shall include a height adjustment. This adjustment shall optimize the belts effectiveness and comfort for the seated firefighter. Town of North Andover IFB Page 26 of 89 Triple Combination Pumper Truck SEAT BELT ANCHOR STRENGTH Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat belt anchor design shall withstand 3000 lbs of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages. The bidder shall certify that each anchor design was pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design shall be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder shall certify that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. SEAT BELT MONITORING SYSTEM A seat belt monitoring system (SBMS) shall be provided. The SBMS shall be capable of monitoring up to ten (10) seat positions indicating the status of each seat position with a green or red LED indicator as follows: Driver Seat: Seat Occupied Buckled - Green No Occupant Unbuckled - Not Illuminated The driver seat shall not include an occupant sensor. The display indication for the driver seat shall illuminate red any time the parking brake is released and the driver seat belt is not buckled. All Other Seats: Seat Occupied Buckled - Green Seat Occupied Unbuckled - Red No Occupant Buckled - Red No Occupant Unbuckled - Not Illuminated The SBMS shall include an audible alarm that shall be activated when a red illumination condition exists and the parking brake is released, or a red illumination condition exists and the transmission is not in park. HELMET STORAGE, PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2009 edition, section 14.1.8.4.1 requires a location for helmet storage be provided. There will be no helmet storage on the apparatus as manufactured. The North Andover Fire Department will provide a location for storage of helmets. FRONTAL IMPACT PROTECTION The cab shall be equipped with a frontal impact protection system consisting of one (1) air bag in front of the driver, one (1) knee bolster air bag in front of the forward passenger seating position, and suspension seats or belt pretensioners for fixed seats in the driver and forward passenger positions. The air bags shall be designed specifically for the cab configurations. Town of North Andover IFB Page 27 of 89 Triple Combination Pumper Truck The cab and chassis design shall have been subjected, via third party test facility, to a 21 MPH crash impact during frontal and oblique impact testing. Testing shall include all major chassis and cab components such as mounting straps for fuel and air tanks, suspension mounts, front suspension components, rear suspension components, frame rail cross members, engine and transmission and their mounts, pump house and mounts, frame extensions and body mounts. The testing shall provide configuration specific information used to optimize the timing for firing the air bags. The driver side air bag shall be mounted in the steering wheel and shall be designed to protect the head and upper torso of the occupant, when used in combination with the 3 -point seat belt, in the event of a frontal or oblique impact. The passenger side knee bolster air bag shall be mounted in the modesty panel below the dash panel and shall be designed to protect the legs of the occupant, when used in combination with the 3 -point seat belt, in the event of a frontal or oblique impact. In the event of a frontal or oblique impact, the system shall deploy the front driver and passenger side air bags, and activate the following components integrated into the driver and front passenger seats: a. Suspension seats shall be retracted to lowest travel position. b. Seat belts shall be pre tensioned to firmly hold the occupants in place. ADVANCED SIDE ROLL PROTECTION PACKAGE An advanced side roll protection system shall be provided. The system shall be a supplemental restraint system designed for use with seat belts. The system shall be designed for a fast or slow vehicle 90 -degree roll to the side, where the vehicle comes to rest on its side. The system shall consist of the following key components: a. Side air bags shall only be provided outboard of the driver and officer forward positions. The side air bag shall be a tubular structure that extends diagonally across the width of the side window to help keep the occupant's head inside the vehicle and away from the window opening. b. An integral suspension seat safety system shall be installed on the driver's seat. When activated, this system shall remove excess slack from the seat belt and retract the seat to its lowest travel position. c. Seat belt pretensioners shall be provided in the remaining seating positions. When activated, these pretensioners shall remove excess slack from the seat belt. d. Side wall impact -absorbing cushions shall be provided outboard of the crew cab seating positions. e. A side roll sensor shall be installed in the cab above the engine tunnel between the head liner and the cab roof skin. The sensor shall analyze the vehicle's angle and rate of roll to activate the advanced occupant restraints 120ms before the cab reaches 60 degrees from vertical. In the event of a side roll, the sensor shall activate the advanced occupant restraints. The sensor shall not activate in the event of a frontal impact, side impact, or any other incidents not involving a vehicle side rollover. If more than eight protective devices are required, a slave side roll sensor shall be provided with capacity for additional protective devices. The sensor(s) shall perform real time diagnostics of all Town of North Andover IFB Page 28 of 89 Triple Combination Pumper Truck critical subsystems and shall record sensory inputs immediately before and during a side roll event. A fault -indicating light shall be provided on the vehicles instrument panel. The apparatus shall have four (4) crew seats in the crew cab. TEN (10) YEAR STRUCTURAL INTEGRITY The new cab shall be provided with a ten (10) year material and workmanship limited warranty. The warranty shall cover such portions of the cab built by the manufacturer as being free from structural failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package. ENGINE COMPARTMENT LIGHT An engine compartment light shall be installed under the engine hood, of which the switch is an integral part. Light shall have a .125" diameter weep hole in its lens to prevent moisture retention. CAB INTERIOR LIGHTING Auxiliary lights shall be provided in the cab and consisting of: a. Two (2) red/clear dome lights located one (1) on the officer side and one (1) on the driver side. These lights will be controlled in the following manner: o Clear forward light controlled by the door switch and the lens switch. o Red rearward light controlled by the lens switch. b. Two (2) Adjustable Map Lights with switches mounted on the cab ceiling. CREW CAB INTERIOR LIGHTING There shall be two (2) incandescent dome lights with grey bezels installed in the crew cab located one (1) each side, controlled in the following manner: o The forward, clear light shall be controlled by the lens switch. o The rear, red light shall be controlled by the door switch. There shall also be a courtesy light at each door opening, controlled by automatic door switches. STEP LIGHTS There shall be four (4) LED step lights provided. The lights shall be installed at each cab and crew cab door, one (1) per step, in the driver side front doorstep, driver side crew cab doorstep, passenger side front doorstep and passenger side crew cab doorstep. The lights shall be activated when the adjacent door is opened. CAB DEFROSTER There shall be a 41,000 BTU/hr defroster in the cab located under the engine tunnel. The defroster ventilation shall be built into the design of the cab dash instrument panel and shall be easily removable for maintenance. The defroster shall have a three (3) -speed blower and temperature controls accessible to the driver and officer. The defroster ducts shall be designed to provide maximum defrosting capabilities for the front cab windows. Town of North Andover IFB Page 29 of 89 Triple Combination Pumper Truck CAB/CREW CAB HEATER Two (2) auxiliary heaters with 32,000 BTU/hr each shall be provided in the cab. The heaters shall have a three (3) -speed blower and temperature controls accessible to the driver and officer. There shall also be louvers located below the rear facing seat riser and below the driver and officer positions for airflow. The heaters shall be mounted one (1) within each rear facing seat riser. CAB DEFROSTER CERTIFICATION The defroster system shall clear the required windshield zones in accordance with SAE J381 Windshield Defrosting Systems Test Procedure and Performance Requirements - Trucks, Buses, and Multipurpose Vehicles. The bidder shall certify that the defrost system design has been tested in a cold chamber and passes the SAE J381 criteria. CAB HEATER CERTIFICATION The cab heaters shall warm the cab 75 F from a cold -soak, within 30 minutes when tested using the coolant supply methods found in SAE J381. The bidder shall certify that a substantially similar cab has been tested and has met these criteria. AIR CONDITIONING A high performance, customized air conditioning system shall be furnished inside the cab and crew cab. A 19.10 cubic inch compressor shall be installed on the engine. The air conditioning system shall be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 78 degrees Fahrenheit within 30 minutes at 50 percent relative humidity. The cooling performance test shall be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of four (4) hours. A combination condenser and evaporator with a BTU rating sufficient to meet the performance specification shall be installed on each side of the cab roof. Mounting the condenser below the cab or body would reduce the performance of the system and shall not be acceptable. The evaporator unit shall have a BTU rating sufficient to meet and exceed the performance specifications. Adjustable air outlets shall be strategically located on the evaporator cover as follows: a. Two (2) shall be directed towards the drivers location b. Two (2) shall be directed towards the officers location c. Eight (8) shall be directed towards the crew cab area The air conditioner refrigerant shall be R -134A, installed by a certified technician. The air conditioner shall be controlled by a single electronic control panel. For ease of operation, the control panel shall include variable adjustment for temperature and fan control and be conveniently located on the dash in clear view of the driver. The control panel shall include robust knobs for both fan speed and temperature adjustment. INTERIOR CAB INSULATION The cab shall be insulated with 1.50" insulation in the ceiling and side walls, 2.00" in the rear wall, and 1.00" insulation on the slant of a raised roof to reduce heat transfer into the cab. The Town of North Andover IFB Page 30 of 89 Triple Combination Pumper Truck insulation shall be covered with a vinyl liner or a metal panel painted to match the interior. An additional red warning light shall be installed to the side of the exterior air conditioning housing. The light shall match the upper zone lighting package to meet NFPA requirements. AIR CONDITIONING HOUSINGS The housings protecting the air conditioning units on either side of the cab shall be fabricated from smooth aluminum. The back of the housings shall be contoured to match the slope of the raised roof. The housings shall be painted to match the exterior of the cab roof, in place of the standard four-way aluminum. LIGHT, HVAC There shall be a red LED light installed to the exterior of the air conditioning housing on each side. This light shall be used in place of the standard light. The color of this light shall be red Super LED/clear lens. The light shall meet NFPA requirements. CAB INSTRUMENTATION The cab instrument panel shall include gauges, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function of the instrument panel controls and switches shall be identified by a label adjacent to each item. Actuation of the headlight switch shall illuminate the labels in low light conditions. Telltale indicator lamps shall not be illuminated unless necessary. The cab instruments and controls shall be conveniently located within the forward cab section, forward of the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. GAUGES The gauge panel shall include the following nine (9) black faced gauges with black bezels to monitor vehicle performance: a. Voltmeter gauge (volts) b. Engine Tachometer (RPM) c. Speedometer MPH d. Fuel level gauge e. Engine Oil pressure Gauge (PSI) f. Front Air Pressure Gauges (PSI) g. Rear Air Pressure Gauges (PSI) h. Transmission Oil Temperature Gauge (Fahrenheit) i. Engine Coolant Temperature Gauge (Fahrenheit) INDICATOR LAMPS To promote safety, the listed telltale indicator lamps shall be located on the instrument panel in clear view of the driver. The indicator lamps shall be "dead -front" design that is only visible when active. The colored indicator lights shall have descriptive text or symbols. The following amber telltale lamps shall be present: a. Low coolant b. Trac cntl (traction control) (where applicable) c. Check engine d. Check trans (check transmission) Town of North Andover IFB Page 31 of 89 Triple Combination Pumper Truck e. Air rest (air restriction) f. Driver door open g. Passenger door open h. Tower (tower raised) (where applicable) i. DPF (engine diesel particulate filter regeneration) j. HET (engine high exhaust temperature) (where applicable) k. ABS (antilock brake system) 1. MIL (engine emissions system malfunction indicator lamp) (where applicable) m. Regen inhibit (engine emissions regeneration inhibit) (where applicable) n. Trans temp (transmission temperature) o. Side roll fault (where applicable) p. Front air bag fault (where applicable) q. Aux brake overheat (auxiliary brake overheat) (where applicable) r. The following red telltale lamps shall be present: s. Ladder rack down t. Parking brake u. Stop engine v. The following green telltale lamps shall be present: w. Left turn x. Right turn y. Battery on z. Ignition aa. Aux brake (auxiliary brake engaged) (where applicable) bb. The following blue telltale lamps shall be present: cc. High beam ALARMS A steady audible tone alarm shall be provided whenever a warning message is present. INDICATOR LAMP AND ALARM PROVE -OUT A system shall be provided which automatically tests telltale indicator lights and alarms located on the cab instrument panel. Telltale indicators and alarms shall perform prove -out when the ignition switch is held in the up position for three (3) to five (5) seconds to ensure proper performance. CONTROL SWITCHES For ease of use, the listed controls shall be provided immediately adjacent to the cab instrument panel within easy reach of the driver. All switches shall have backlit labels for low light applications. a. Headlight/Parking light switch: A three (3) -position maintained rocker switch shall be provided. The first switch position shall deactivate all parking and headlights. The second switch position shall activate the parking lights. The third switch shall activate the headlights. b. Panel backlighting intensity control switch: A variable voltage control switch shall be provided. The switch moved in the up direction increases the panel backlighting intensity Town of North Andover IFB Page 32 of 89 Triple Combination Pumper Truck to a maximum and the switch moved in a down direction decreases the panel backlighting intensity to a minimum level. c. Ignition switch: A three (3) -position maintained/momentary rocker switch shall be provided. The first switch position shall deactivate vehicle ignition. The second switch position shall activate vehicle ignition. The third momentary position shall perform prove -out on the telltale indicators and alarms when the ignition switch is held in the up position for three (3) to five (5) seconds to ensure proper performance. A green indicator lamp is activated with vehicle ignition. d. Engine start switch: A two (2) -position momentary rocker switch shall be provided. The first switch position is the default switch position. The second switch position shall activate the vehicle's engine. The switch actuator is designed to prevent accidental activation. e. Hazard switch shall be incorporated into the steering column. f. Heater and defroster controls. g. Turn signal arm: A self -canceling turn signal with high beam headlight controls. h. Windshield wiper control shall have high, low, and intermittent modes. i. Parking brake control: An air actuated push/pull park brake control. j. Chassis horn control: Activation of the chassis horn control shall be provided through the center of the steering wheel. CUSTOM SWITCH PANELS The design of cab instrumentation shall allow for emergency lighting and other switches to be placed within easy reach of the operator, thus improving safety. There shall be positions for up to three (3) switch panels in the overhead console on the driver's side, up to five (5) switch panels in the engine tunnel console, and up to three (3) switch panels in the overhead console on the officer's side. All switches have backlit labels for low light applications. a. High idle engagement switch: A maintained rocker switch with integral indicator lamp shall be provided. The switch shall activate and deactivate the high idle function. The "Ok To Engage High Idle" indicator lamp must be active for the high idle function to engage. A green indicator lamp integral to the high idle engagement switch shall indicate when the high idle function is engaged. b. "Ok To Engage High Idle" indicator lamp: A green indicator light shall be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. c. Diesel particulate filter regeneration switch (where applicable). d. Diesel particulate filter regeneration inhibit switch (where applicable). DIAGNOSTIC PANEL A diagnostic panel shall be accessible while standing on the ground and shall be located inside the driver's side door, left of the steering column. The diagnostic panel shall allow diagnostic tools such as computers to connect to various vehicle systems for improved troubleshooting providing a lower cost of ownership. Diagnostic switches shall allow engine and ABS systems to provide blink codes should a problem exist. The diagnostic panel shall include the following: a. Engine diagnostic port b. Transmission and ABS diagnostic port c. Roll sensor diagnostic port Town of North Andover IFB Page 33 of 89 Triple Combination Pumper Truck d. Engine diagnostic switch (blink codes flashed on check engine telltale indicator) e. ABS diagnostic switch (blink codes flashed on ABS telltale indicator) f. High Air Restriction Warning Indicator Light (electronic). WIPER CONTROL Wiper control shall consist of a two -speed individual windshield wiper control with intermittent feature and windshield washer controls. The control shall also have a "return to park" provision, which allows the wipers to return to the stored position when the wipers are not in use. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. Windshield wipers shall survive a 3 million cycle durability test in accordance with section 6.2 of SAE J198 Windshield Wiper Systems - Trucks, Buses and Multipurpose Vehicles. The bidder shall certify that the wiper system design has been tested and that the wiper system has met these criteria. RADIO ANTENNA MOUNT An antenna -mounting base with 17 feet of coax cable and weatherproof cap shall be provided for a two (2) -way radio. The mount shall be located on the cab roof just to the rear of the officer seat. The cable shall be routed to the seat box on the officer side with enough cable for customer to route to the instrument panel if needed. SWITCH PANELS The built-in emergency light switch panel shall have a master switch plus individual switches for selective control. The switch panel shall be located in the "overhead" position above the windshield on the driver's side to allow for easy access. Switches shall be rocker type with an indicator light, of which is an integral part of the switch. ELECTRICAL POWER CONTROL SYSTEM A compartment shall be provided in or under the cab to house the vehicle's electrical power and signal circuit protection and control components. The power and signal protection and control compartment shall contain circuit protection devices and power control devices. Power and signal protection and control components shall be protected against corrosion, excessive heat, excessive vibration, physical damage and water spray. Serviceable components shall be readily accessible. Circuit protection devices, which conform to SAE standard, shall be utilized to protect each circuit. All circuit protection devices shall be sized to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers shall be Type -I automatic reset (continuously resetting) and conform to SAE J553 or J258. PTO power circuits shall be protected by Type III manual reset non -cycling circuit breakers conforming to SAE J553 or J258 which remain open until manually reset. When required, automotive type fuses conforming to SAE J554, J1284, J1888 or J2077 shall be utilized to protect electronic equipment. Power control relays and solenoids shall have a direct current (dc) rating of 125 percent of the maximum current for which the circuit is protected. Visual status indicators shall be supplied to identify control safety interlocks and vehicle status. In addition to visual status Town of North Andover IFB Page 34 of 89 Triple Combination Pumper Truck indicators, audible alarms designed to provide early warning of problems before they become critical shall be used. VOLTAGE MONITOR SYSTEM A voltage monitor system shall be provided to indicate the status of each battery system connected to the vehicles electrical load. The monitor system shall provide visual and audio warning when the system voltage is above or below optimum levels. POWER AND GROUND STUDS A 12 -volt power stud and a grounding stud shall be provided in the electrical component compartment for two-way radio equipment. EMI/RFI PROTECTION The electrical system proposed shall include means to control undesired electromagnetic and radio frequency emissions. State of the art electrical system design and components shall be used to ensure radiated and conducted EMI (electromagnetic interference) and RFI (radio frequency interference) emissions are suppressed at their source. The apparatus proposed shall have the ability to operate in the electromagnetic environment typically found in fire ground operations. The contractor shall be able to demonstrate the EMI and RFI testing has been done on similar apparatus and certifies that the vehicle proposed meets SAE J551 requirements. EMI/RFI susceptibility shall be controlled by applying immune circuit designs, shielding, twisted pair wiring and filtering. The electrical system shall be designed for full compatibility with low level control signals and high powered two-way radio communication systems. Harness and cable routing shall be given careful attention to minimize the potential for conducting and radiated EMI -RFI susceptibility. VEHICLE DATA RECORDER A vehicle data recorder (VDR) shall be provided. The VDR shall be capable of reading and storing vehicle information. The VDR shall be capable of operating in a voltage range from 8VDC to 16VDC. The VDR shall not interfere with, suspend, or delay any communications that may exist on the CAN data link during the power up, initialization, runtime, or power down sequence. The VDR shall continue operation upon termination of power or at voltages below 8VDC for a minimum of IOms. The information stored on the VDR is to be downloaded through a USB port mounted in a convenient location determined by cab model. A CD provided with the apparatus shall include the programming to download the information from the VDR. A USB cable can be used to connect the VDR to a laptop to retrieve required information. The vehicle data recorder shall be capable of recording the following data via hardwired and/or CAN inputs: a. Vehicle Speed - MPH b. Acceleration - MPH/sec c. Deceleration - MPH/sec d. Engine Speed - RPM e. Engine Throttle Position - % of Full Throttle Town of North Andover IFB Page 35 of 89 Triple Combination Pumper Truck f. ABS Event - On/Off g. Seat Occupied Status - Yes/No by Position (7-12 Seating Capacity) h. Seat Belt Buckled Status - Yes/No by Position (7-12 Seating Capacity) i. Master Optical Warning Device Switch - On/Off j. Time - 24 Hour Time k. Date - Year/Month/Day BATTERY SYSTEM Six (6) 12 volt batteries that include the following features shall be provided: a. 950 CCA, cold cranking amps b. 190 amp reserve capacity c. High cycle d. Group 31 e. Rating of 5700 CCA at 0 degrees Fahrenheit f. 1140 minutes of reserve capacity g. Threaded stainless steel studs Each battery case shall be a black polypropylene material with a vertically ribbed container for increased vibration resistance. The cover shall be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery shall consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM A single starting system shall be provided. An ignition switch and starter button shall be located on the instrument panel. MASTER BATTERY SWITCH A master battery switch, to activate the battery system, shall be provided inside the cab within easy reach of the driver. An indicator light shall be provided on the instrument panel to notify the driver of the status of the battery system. BATTERY COMPARTMENTS Batteries shall be placed on non -corrosive mats and be stored in well -ventilated compartments located under the cab. The battery hold-downs shall be of a non -corrosive material. All bolts and nuts shall be stainless steel. Heavy-duty battery cables shall be used to provide maximum power to the electrical system. Cables shall be color -coded. Battery terminal connections shall be coated with anti -corrosion compound. Battery solenoid terminal connections shall be encapsulated with semi-permanent rubberized compound. There shall be a door in the crew cab floor to provide access to the battery terminals. JUMPER STUDS One (1) set of battery jumper studs with plastic color -coded covers shall be installed on the front side of battery box on the driver's side. This shall allow enough room for easy jumper cable access. Town of North Andover IFB Page 36 of 89 Triple Combination Pumper Truck BATTERY CHARGER A battery charger with IQ4 controller shall be provided. The battery charger shall be wired to the AC shoreline inlet through an AC receptacle adjacent to this battery charger. A remote charging indicator shall be included. Battery charger shall be located in the crew cab seat riser. The battery charger indicator shall be located on the driver's seat riser. ALTERNATOR An alternator shall be provided having a rated output current of 400 amp as measured by SAE method J56. It shall have a high volume air cooling fan and fan guard. It shall also have a custom three (3) -set point voltage regulator. The alternator shall be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. SPARE CIRCUIT There shall be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The positive wire shall be connected directly to the battery power and the negative wire shall be connected to ground. Wires shall be protected to 15 amps at 12 volts DC. Power and ground shall terminate between driver and officer seat on dashboard. Termination shall be with 15 amp power point plug with rubber cover. Wires shall be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. ELECTRONIC LOAD MANAGEMENT An electronic load management (ELM) system shall be provided that monitors the vehicles 12 - volt electrical system, and automatically reduces the electrical load in the event of a low voltage condition and by doing so, ensures the integrity of the electrical system. The ELM shall monitor the vehicle's voltage while at the scene (parking brake applied). It shall sequentially shut down individual electrical loads when the system voltage drops below a preset value. Five (5) separate electrical loads shall be controlled by the load manager. The ELM shall sequentially re-energize electrical loads as the system voltage recovers. The (ELM) also includes sequencer function for the five (5) managed loads and two (2) additional. AMP DRAW REPORT The bidder shall provide, at the time of bid and subsequently at the time of delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus shall provide the following: a. Documentation of the electrical system performance tests. b. A written load analysis which shall include the following: 1) The nameplate rating of the alternator. 2) The alternator rating under the conditions specified per pplicable NFPA 1901 or 1906 (Current Edition). 3) The minimum continuous load of each component that is specified per aApplicable NFPA 1901 or 1906 (Current Edition). 4) Additional loads that, when added to the minimum continuous load, determine the total connected load. 5) Each individual intermittent load. Town of North Andover IFB Page 37 of 89 Triple Combination Pumper Truck All of the above listed items shall be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition). EXTERIOR LIGHTING Exterior lighting shall meet or exceed Federal Department of Transportation, Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements in effect at time of bid. Front headlights shall be halogen rectangular shape with one (1) pair mounted in each front trim housing. The LED directional lights shall wrap-around on the outside corners of the trim housing. The headlight and LED directional lights shall be in the same assembly. Five (5) LED clearance and marker lights shall be installed across the leading edge of the cab. WARNING LIGHTS (Cab Face) Four (4) LED flashing warning lights shall be installed on the cab face, above the headlights, mounted in a common bezel. All four (4) lights shall include a clear lens. All four (4) lights shall be controlled by a lighted switch in the cab on the switch panel. The inside lights may be load managed if colored or disabled if white, when the parking brake is set. a. The driver's side front outside warning light to be red. b. The driver's side front inside warning light to be red. c. The passenger's side front inside warning light to be red. d. The passenger's side front outside warning light to be red. BACK-UP ALARM A solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum five (5) dBA above surrounding environmental noise levels. MANUAL, FIRE APPARATUS PARTS Two (2) custom parts manuals for the complete fire apparatus shall be provided in hard copy with the completed unit. The manual shall be specifically written for the chassis and body model being purchased. It shall not be a generic manual for a multitude of different chassis and bodies. The manual shall contain the following: a. Job number b. Part numbers with full descriptions c. Table of contents d. Parts section sorted in functional groups reflecting a major system, component, or assembly e. Parts section sorted in Alphabetical order f. Instructions on how to locate a part SERVICE PARTS INTERNET SITE The service parts information included in the custom parts manual is also to be available on the factory website. The website should also offer additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website should also feature electronic search tools to assist in locating parts quickly. Town of North Andover IFB Page 38 of 89 Triple Combination Pumper Truck MANUALS, CHASSIS SERVICE Two (2) chassis service manuals containing parts and service information on major components shall be provided with the completed unit. The manual shall be specifically written for the chassis model being purchased. It shall not be a generic manual for a multitude of different chassis and bodies. The manuals shall contain the following sections: a. Job number b. Table of contents c. Troubleshooting d. Front Axle/Suspension e. Brakes f. Engine g. Tires h. Wheels i. Cab j. Electrical, DC k. Air Systems 1. Plumbing m. Appendix MANUALS, CHASSIS OPERATION Two (2) chassis operation manuals shall be provided. ELECTRICAL WIRING DIAGRAMS Two (2) electrical wiring diagrams prepared for the model of chassis and body shall be provided. WATER TANK Booster tank shall have a capacity of 750 gallons and be constructed of polypropylene plastic. Tank joints and seams shall be nitrogen welded inside and out. Tank shall be baffled in accordance with NFPA Bulletin 1901 requirements. Baffles shall have vent openings at both the top and bottom to permit movement of air and water between compartments. Longitudinal partitions shall be constructed of .38" polypropylene plastic and shall extend from the bottom of the tank through the top cover to allow for positive welding. Transverse partitions shall extend from 4.00" off the bottom of the tank to the underside of the top cover. All partitions shall interlock and shall be welded to the tank bottom and sides. Tank top shall be constructed of .50" polypropylene. It shall be recessed .38" and shall be welded to the tank sides and the longitudinal partitions. Tank top shall be sufficiently supported to keep it rigid during fast filling conditions. Construction shall include 2.00" polypropylene dowels spaced no more than 30.00" apart and welded to the transverse partitions. Two (2) of the dowels shall be drilled and tapped (.50" diameter, 13.00" deep) to accommodate lifting eyes. A sump that is 8.00" long x 8.00" wide x 6.00" deep shall be provided at the bottom of the water tank. Sump shall include a drain plug and the tank outlet. Tank shall be installed in a fabricated cradle assembly constructed of structural steel. Sufficient cross members shall be provided to properly support bottom of tank. Cross members shall be Town of North Andover IFB Page 39 of 89 Triple Combination Pumper Truck constructed of steel bar channel or rectangular tubing. Tank shall "float" in cradle to avoid torsion stress caused by chassis frame flexing. Rubber cushions, .50" thick x 3.00" wide, shall be placed on all horizontal surfaces that the tank rests on. Stops or other provision shall be provided to prevent an empty tank from bouncing excessively while moving vehicle. Mounting system shall be approved by the tank manufacturer. Fill tower shall be constructed of .50" polypropylene and shall be a minimum of 8.00" wide x 14.00" long. Fill tower shall be furnished with a .25" thick polypropylene screen and a hinged cover. An overflow pipe, constructed of 4.00" schedule 40 polypropylene, shall be installed approximately halfway down the fill tower and extend through the water tank and exit to the rear of the rear axle. LIFETIME MATERIAL AND WORKMANSHIP The poly water tank shall be provided with a lifetime material and workmanship limited warranty. A copy of the warranty certificate shall be submitted with the bid package. HOSE BED The hose body shall be fabricated of .125"-5052 aluminum with a 38,000 psi tensile strength. Hose body width shall be a minimum of 68.00" inside. Upper and rear edges of side panels shall have a double break for rigidity, a split tube finish shall not be acceptable. The upper inside area of the beavertails shall be covered with brushed stainless steel to prevent damage to painted surface when hose is removed. Flooring of the hose bed shall be removable aluminum grating with the top surface corrugated to aid in hose aeration. The grating slats shall be a minimum of .50" x 4.50" with spacing between slats for hose ventilation. Hose bed shall accommodate 1000' of 5.00" hose and 1000' of 2.50" hose. Two (2) adjustable hose bed dividers shall be furnished for separating hose. Each divider shall be constructed of a .125" brushed aluminum sheet fitted and fastened into a slotted, 1.50" diameter radiused extrusion along the top, bottom, and rear edge. Partition shall be fully adjustable by sliding in tracks, located at the front and rear of the hose bed. Divider shall be held in place by tightening bolts, at each end. Acorn nuts shall be installed on all bolts in the hose bed which have exposed threads. HOSE RESTRAINT The hose in the hose bed shall be restrained by black nylon Velcro straps at the top of the hose bed and a black nylon web strap netting at the top and rear of the hose bed. The netting shall include quick release fasteners. LIGHT, FRONT OF HOSE BED Installed at the front of the hose bed shall be one (1) LED light. Each light shall be 63" in length. The light(s) shall be installed centered on the cross divider. The light(s) shall be activated by a cup switch located at the rear of the vehicle Driver's side rear bulkhead. RUNNING BOARDS Running boards shall be fabricated of .125" bright aluminum tread plate. Each running board shall be supported by a welded 2.00" square tubing and channel assembly, which shall be bolted to the pump compartment substructure. Running boards shall be 12.75" deep and spaced .50" Town of North Andover IFB Page 40 of 89 Triple Combination Pumper Truck away from the pump panel. A splashguard shall be provided above the running board tread plate. TAILBOARD Rear step shall also be constructed of .125" bright aluminum tread plate and spaced .50" from the body, as well as supported by a structural steel assembly. The rear tailboard shall be 16.00" deep. The exterior side shall be flanged down and in. Flanges shall not be notched. Entire rear surface between the beavertails shall be covered with smooth aluminum. Inside surface of each beavertail in the hose bed area shall be covered with stainless steel to protect the paint finish. The remaining inside surface of the beavertails shall be covered with bright aluminum tread plate. TOW BAR A tow bar shall be installed under the tailboard at center of truck. Tow bar shall be fabricated of 1.00" CRS bar rolled into a 3.00" radius. Tow bar assembly shall be constructed of .38" structural angle. When force is applied to the bar, it shall be transmitted to the frame rail. Tow bar assembly shall be designed and positioned to allow up to a 30 -degree upward angled pull of 17,000 pounds, or a 20,000 -pound straight horizontal pull in line with the centerline of the vehicle. Tow bar design shall have been fully tested and evaluated using strain gauge testing and finite element analysis techniques. COMPARTMENTATION Body and compartments shall be fabricated of .125", 5052-H32 aluminum with a tensile strength range of 31,000 to 38,000 psi. Side compartments shall be an integral assembly with the rear fenders. Circular fender liners shall be provided for prevention of rust pockets and ease of maintenance. Compartment flooring shall be of the sweep out design with the floor higher than the compartment door lip. The compartment door opening shall be framed by flanging the edges in 1.75" and bending out again .75" to form an angle. Drip protection shall be provided above the doors by means of bright aluminum extrusion, formed bright aluminum tread plate or polished stainless steel. The top of the compartment shall be covered with bright aluminum tread plate rolled over the edges on the front, rear and outward side. These covers shall have the corners "TIG" welded. Side compartment covers shall be separate from the compartment tops. Front facing compartment walls shall be covered with bright aluminum tread plate. All screws and bolts which protrude into a compartment shall have acorn nuts on the ends to prevent injury. UNDERBODY SUPPORT SYSTEM Due to the severe loading requirements of the proposed pumper a method of body and compartment support suitable for the intended load shall be provided. The backbone of the support system shall be the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads. The support system shall include .375" thick steel vertical angle supports bolted to the chassis frame rails with .625" diameter bolts. Attached to the bottom of the steel vertical angles shall be horizontal angles, with gussets welded to the vertical members, which extend to the outside edge of the body. A steel frame shall be mounted on the top of these supports to create a "floating substructure" which shall result in a 500 pound equipment support rating per lower compartment. The floating Town of North Andover IFB Page 41 of 89 Triple Combination Pumper Truck substructure shall be separated from the horizontal members with neoprene elastomer isolators. These isolators shall reduce the natural flex stress of the chassis from being transmitted to the body. Isolators shall have a broad load range, proven viability in vehicular applications, be of a fail-safe design and allow for all necessary movement in three (3) transitional and rotational modes. The neoprene isolators shall be installed in a modified "V" three (3) -point mounting pattern to reduce the natural flex of the chassis being transmitted to the body. A design with body compartments hanging on the chassis in an unsupported fashion shall not be acceptable. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas shall comply with the required average slip resistance of the current NFPA standards. LOUVERS All body compartments shall have a minimum of one (1) set of louvers stamped into a wall to provide the proper airflow inside the compartment and to prevent water from dripping into the compartment. These louvers shall be formed into the metal and not added to the compartment as a separate plate. TESTING OF BODY DESIGN Body structural analysis shall be fully tested. Proven engineering and test techniques such as finite element analysis, stress coating and strain gauging shall be performed with special attention given to fatigue, life and structural integrity of the cab, body and substructure. Body shall be tested while loaded to its greatest in-service weight. Evidence of actual testing techniques shall be made available upon request. The criteria used during the testing procedure shall include: a. Raising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may experience when driving over a curb. b. Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. c. Driving the vehicle at 35 mph on a "washboard" road. d. Driving the vehicle at 55 mph on a smooth road. e. Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough pavement. COMPARTMENTATION, DRIVER'S SIDE A full height, roll -up door compartment ahead of the rear wheels shall be provided. The interior dimensions of this compartment shall be 34.50" wide x 58.25" high x 25.88" deep in the lower 26.00" of the compartment and 12.00" deep in the remaining upper portion. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The compartment interior shall be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment shall be 28.75" wide x 58.25" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. Town of North Andover IFB Page 42 of 89 Triple Combination Pumper Truck A roll -up door compartment over the rear wheels shall be provided. The interior dimensions of this compartment shall be 66.50" wide x 25.38" high x 12.00" deep. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The clear door opening of this compartment shall be 58.25" wide x 25.12" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. A full height, roll -up door compartment behind the rear wheels shall be provided. The interior dimensions of this compartment shall be 47.50" wide x 58.25" high x 25.88" deep in the lower 26.00" of height and 12.00" deep in the remaining upper section of the compartment. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The compartment interior shall be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment shall be 44.75" wide x 58.25" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. COMPARTMENTATION, PASSENGER'S SIDE A full height, roll -up door compartment ahead of the rear wheels shall be provided. The interior dimensions of this compartment shall be 34.50" wide x 58.25" high x 25.88" deep in the lower 26.00" of the compartment and 12.00" deep in the remaining upper portion. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The compartment interior shall be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment shall be 28.75" wide x 58.25" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. A roll -up door compartment over the rear wheels shall be provided. The interior dimensions of this compartment shall be 66.50" wide x 25.38" high x 12.00" deep. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The clear door opening of this compartment shall be 58.25" wide x 25.12" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. A full height, roll -up door compartment behind the rear wheels shall be provided. The interior dimensions of this compartment shall be 47.50" wide x 58.25" high x 12.00" deep. A section of this compartment shall be 25.88" deep x 47.50" wide x 26.00" high directly behind the rear wheels. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. The compartment interior shall be fully open from the compartment Town of North Andover IFB Page 43 of 89 Triple Combination Pumper Truck ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment shall be 44.75" wide x 58.25" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. DOORS, SIDE COMPARTMENT Seven (7) compartment doors shall be provided with roll -up doors. The roll -up doors shall be double faced and of aluminum construction. These doors shall be painted one color to match the lower portion of the body. A stainless steel lift bar shall be provided for opening door. It shall be located at the bottom of door and have latches on the outer extrusion of the door frame. A ledge shall be supplied over lift bar for additional area to aid in closing the door. A heavy-duty magnetic switch shall be used for control of the "Open Compartment Door" warning lights. The door frames shall be capable of mounting compartment lighting. COMPARTMENTATION, REAR A roll -up door compartment above the rear tailboard shall be provided. Interior dimensions of this compartment shall be 40.00" wide x 47.38" high x 25.88" deep in the lower 38.75" of height and 15.75" deep in the remaining upper portion. Depth of the compartment shall be calculated with the compartment door closed. A louvered, removable access panel shall be furnished on the back wall of the compartment. Rear compartment shall be open into the rear side compartments. Clear door opening of this compartment shall be 33.25" wide x 38.75" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. DOOR(S), REAR COMPARTMENT The rear roll -up door(s) shall be double faced and of aluminum construction. This door shall be satin aluminum. A heavy-duty magnetic switch shall be used for control of the "Open Compartment Door" warning lights. The door frames shall be capable of mounting compartment lighting. PULL-OUT TRAY There shall be four (4) slide -out trays with 2.00" sides and a minimum capacity of 500 pounds provided. Capacity rating shall be in the extended position. Slides shall be ball bearing type for ease of operation and years of dependable service. Automatic locks shall be provided for both the "in" and "out" positions. The trip mechanism for it shall be located at the front of the tray for ease of use with a gloved hand. Tray location shall be one (1) tray in compartments D 1, D3, P1 & P3. Heavy-duty steel angle iron assembly shall support the body under the compartment floor. It shall be attached to the chassis frame for load transfer and to reduce stress on body. ADJUSTABLE SHELVES There shall be eight (8) shelves, with a minimum capacity of 215 pounds provided. The shelf construction shall consist of .125" pan -shaped aluminum with 2.00" sides. Each shelf shall be infinitely adjustable by means of a threaded fastener, which slides in a track. The location shall be one (1) shelf each in D1, D2, D3, P1, P2, P3 and two (2) shelves in R1. Town of North Andover IFB Page 44 of 89 Triple Combination Pumper Truck MOUNTING TRACKS There shall be eight (8) sets of tracks for mounting shelf(s) in all body compartments. These tracks shall be installed vertically to support the adjustable shelf(s). RUB RAIL Bottom edge of the side compartments shall be trimmed with a bright aluminum extruded rub rail. Trim shall be 2.12" high with 1.38" flanges turned outward for rigidity. The rub rails shall not be an integral part of the body construction, which allows replacement in the event of damage. BODY FENDER CROWNS Stainless steel fender crowns shall be provided around the rear wheel openings. A rubber welting shall be provided between the body and the crown to seal the seam and restrict moisture from entering. A dielectric barrier shall be provided between the fender crown fasteners (screws) and the fender sheet metal to prevent corrosion. HARD SUCTION HOSE Hard suction hose shall not be required. HANDRAILS The handrails shall be 1.25" diameter anodized aluminum extrusion, with a ribbed design, to provide a positive gripping surface. Chrome plated end stanchions shall support the handrail. Plastic gaskets shall be used between end stanchions and any painted surfaces. Drain holes shall be provided in the bottom of all vertically mounted handrails. a. Four (4) handrails shall be provided, two above each side pump panel. b. One (1) vertical handrail shall be provided on the driver's side body, on the front bulkhead door frame. c. One (1) vertical handrail, not less than 29.00" long, shall be located on each rear beavertail. d. One (1) full width horizontal handrail shall be provided below the hose bed at the rear of the apparatus. e. Two (2) handrails shall be provided mounted front of body, one each side mounted vertical.. AIR BOTTLE STORAGE (Single bottle) A total of four (4) air bottle compartments shall be provided and located recessed in body fender panel, two each side of truck.. The air bottle compartment shall be in the form of a round tube (7.63" diameter minimum) and of adequate depth to accommodate different size air bottles. Flooring shall be rubber lined and have a drain hole. A stainless steel door with a chrome -plated latch shall be provided to contain the air bottle. A dielectric barrier shall be provided between the door hinge, hinge fasteners and the body sheet metal. A stainless steel scuff plate shall be provided around each air bottle compartment opening. The scuff plates shall not be visible when the air bottle compartment door is closed. Town of North Andover IFB Page 45 of 89 Triple Combination Pumper Truck EXTENSION LADDER There shall be an NFPA approved 24' two -section aluminum extension ladder provided. ROOF LADDER There shall be an NFPA approved 14' aluminum roof ladder provided. LADDER STORAGE The ladders shall be stored between the water tank and the passenger's side compartments. The ladders shall extend into the pump compartment just to the rear of the water pump discharges. The ladder storage area shall be enclosed as practical by means of sheet metal to protect the ladders from road dirt. The ladders that extend into the pump house shall also be enclosed. A black rubber boot shall be provided to enclose the ladders in the gap between the pump house and the body. Each ladder shall be stored vertically in a separate stainless steel storage trough. Each stainless steel trough shall be lined with Dura -Surf or equivalent nylon slides. A bright aluminum tread plate enclosure shall be provided at the rear of the body to properly contain the ladders. This enclosure shall extend to the rear of the side body compartments. The enclosure shall also include a vertically hinged smooth aluminum door with a lift and turn latch to access the ladders. FOLDING LADDER One (1) NFPA approved 10' aluminum folding ladder shall be installed in a U-shaped trough inside the ladder storage compartment. PIKE POLE, 8' One (1) pike pole, 8' long with a fiberglass handle, shall be provided and located in ladder storage compartment. PIKE POLE, 6' One (1) pike pole, 6' long with a fiberglass I-beam shaped handle, shall be provided and located in ladder storage compartment. PIKE POLE STORAGE Aluminum tubing shall be used for the storage of two (2) pike poles and shall be located in ladder storage compartment. If the head of a pike pole can come in contact with a painted surface, a stainless steel scuff plate shall be provided. STEPS A step shall be provided on the front of each fender compartment. The front step shall be a bright finished folding type. REAR FOLDING STEPS Chrome folding steps and corner steps shall be provided at the rear. All steps shall provide adequate surface for stepping. Four (4) additional folding steps shall be located on each front body bulkhead. Town of North Andover IFB Page 46 of 89 Triple Combination Pumper Truck PUMP Pump shall be a 1500 GPM single (1) stage mid -ship mounted centrifugal type. Pump shall be the class "A" type. Pump shall deliver the percentage of rated discharge at pressures as indicated: a. 100% of rated capacity at 150 psi net pump pressure. b. 70% of rated capacity at 200 psi net pump pressure. c. 50% of rated capacity at 250 psi net pump pressure. Pump body shall be close -grained gray iron, bronze fitted, and horizontally split in two (2) sections for easy removal of the entire impeller shaft assembly (including wear rings). Pump shall be designed for complete servicing from the bottom of the truck, without disturbing the pump setting or apparatus piping. Pump case halves shall be bolted together on a single horizontal face to minimize chance of leakage and facilitate ease of reassembly. No end flanges shall be used. Discharge manifold of the pump shall be cast as an integral part of the pump body assembly and shall provide a minimum of three (3) 3.50" openings for flexibility in providing various discharge outlets for maximum efficiency. The three (3) 3.50" openings shall be located as follows: one (1) outlet to the right of the pump, one (1) outlet to the left of the pump, and one (1) outlet directly on top of the discharge manifold. Impeller shaft shall be stainless steel, accurately ground to size. It shall be supported at each end by sealed, anti -friction ball bearings for rigid precise support. Impeller shall have flame plated hubs assuring maximum pump life and efficiency despite any presence of abrasive matter in the water supply. Bearings shall be protected from water and sediment by suitable stuffing boxes, flinger rings, and oil seals. No special or sleeve type bearings shall be used. Stuffing boxes shall be of the conventional two (2) piece, split -gland type, to permit adjustment or replacement of Grafoil or equivalent packing without disturbing the pump. Water shall be fed into stuffing box lantern rings for proper lubrication and cooling when the pump is operating. Lantern rings shall be located at the inner ends of the stuffing boxes, to avoid having to remove them when replacing pump packing. Wear rings shall be bronze and easily replaceable to restore original pump efficiency and eliminate the need to replace the entire pump casing due to wear. PUMP TRANSMISSION Pump transmission shall be made of a three (3) piece, aluminum, horizontally split casing. Power transfer to pump shall be through a high strength Morse HY-VO silent drive chain. Drive shafts shall be a minimum of 2.35" diameter hardened and ground alloy steel. All shafts shall be ball bearing supported. The case shall be designed as to eliminate the need for water cooling. AIR PUMP SHIFT Pump shift engagement shall be made by a two (2) position sliding collar, actuated pneumatically (by air pressure), with a three (3) position air control switch located in the cab. A Town of North Andover IFB Page 47 of 89 Triple Combination Pumper Truck manual back-up shift control shall also be located on the driver's side pump panel. Two (2) indicator lights shall be provided adjacent to the pump shift inside the cab. One (1) green light shall indicate the pump shift has been completed and be labeled "pump engaged". The second green light shall indicate when the pump has been engaged, and that the chassis transmission is in pump gear. This indicator light shall be labeled "OK to pump". Another green indicator light shall be installed adjacent to the hand throttle on the pump panel and indicate either the pump is engaged and the road transmission is in pump gear, or the road transmission is in neutral and the pump is not engaged. This indicator light shall be labeled "Warning: Do not open throttle unless light is on". The pump shift control in the cab shall be illuminated to meet NFPA requirements. TRANSMISSION LOCK-UP The direct gear transmission lock-up for the fire pump operation shall engage automatically when the pump shift control, in the cab, is activated. AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system shall be provided to allow the use of water from the discharge side of the pump for cooling the engine water. Heat exchanger shall be cylindrical type and shall be a separate unit. It shall be installed in the pump or engine compartment with the control located on the pump operator's control panel. Exchanger shall be plumbed to the master drain valve. INTAKE RELIEF VALVE A relief valve shall be installed on the suction side of the pump preset at 125 psig. Relief valve shall have a working range of 75 psig to 250 psig. Outlet shall terminate below the frame rails with a 2.50" National Standard hose thread adapter and shall have a "do not cap" warning tag. Control shall be located behind an access door at the right (passenger's) side pump panel. PRESSURE CONTROLLER An electric pressure governor shall be provided which is capable of automatically maintaining a desired preset discharge pressure in the water pump. When operating in the pressure control mode, the system shall automatically maintain the discharge pressure set by the operator (within the discharge capabilities of the pump and water supply) regardless of flow, within the discharge capacities of the water pump and water supply. A pressure transducer shall be installed in the water discharge of the pump. The transducer continuously monitors pump pressure sending a signal to the Electronic Control Module (ECM). The governor can be used in two (2) modes of operation, RPM mode and pressure modes. In the RPM mode, the governor can be activated after vehicle parking brake has been set. When in this mode, the governor shall maintain the set engine speed, regardless of engine load (within engine operation capabilities). In the pressure mode, the governor system can only operate after the fire pump has been engaged and the vehicle parking brake has been set. When in the pressure mode, the pressure controller monitors the pump pressure and varies engine speed to maintain a precise pump pressure. The pressure controller shall use a quicker reacting J1939 database for engine control (excluding Cat engines). Town of North Andover IFB Page 48 of 89 Triple Combination Pumper Truck A preset feature allows a predetermined pressure or rpm to be set. A pump cavitation protection feature is also provided which shall return the engine to idle should the pump cavitate. Cavitation is sensed by the combination of pump pressure below 30 psi and engine speed above 2000 rpm for more than five (5) seconds. The throttle shall be a vernier style control, with a large control knob for use with a gloved hand. A throttle ready light shall be provided adjacent to the throttle control. A large .75" RPM display shall be provided to be visible at a glance. Check engine, and stop engine indicator lights shall be provided for easy viewing. Large .75" push buttons shall be provided for menu, mode, preset, and silence selections. The water tank level indicator shall be incorporated in the pressure governor. A fuel level indicator shall be incorporated in the pressure controller. A pump hour meter shall be incorporated in the pressure controller. The pressure controller shall incorporate monitoring for engine temperature, oil pressure, fuel level alarm, and voltage. Pump monitoring shall include, pump gearcase temperature, error codes, diagnostic data, pump service reminders, and time stamped data logging, to allow for fast accurate trouble shooting. It shall also notify the driver/engineer of any problems with the engine and the apparatus. Complete understandable messages shall be provided in a 20 -character display, providing for fewer abbreviations in the messages. An automatic dim feature shall be included for night operations. The pressure controller shall include a USB port for easy software upgrades, which can be downloaded through a USB memory stick, eliminating the need for a laptop for software installations. A complete interactive manual shall be provided with the pressure controller. ESP PRIMING PUMP Priming pump shall be a positive displacement vane type, electrically driven, and conforming to standards outlined in NFPA pamphlet #1901. One (1) priming control shall open the priming valve and start the priming motor. Primer shall be environmentally safe and self lubricating. PUMP WARRANTY A five (5) year warranty shall be provided for the pump by the pump manufacturer. PUMP MANUALS Two (2) pump manuals from the pump manufacturer shall be furnished in compact disc format with the apparatus. Manuals shall cover pump operation, maintenance, and parts. PLUMBING All inlet and outlet plumbing, 3.00" and smaller, shall be plumbed with either stainless steel pipe or synthetic rubber hose reinforced with high -tensile polyester braid. Small diameter secondary plumbing such as drain lines shall be stainless steel, brass or hose. Where vibration or chassis flexing may damage or loosen piping or where a coupling is required for servicing, the piping shall be equipped with victaulic or rubber couplings. Plumbing manifold bodies shall be ductile cast iron or stainless steel. All lines shall drain through a master drain valve or shall be equipped with individual drain valves. All individual drain lines for discharges shall be extended with a hose to drain below the chassis frame. All water carrying gauge lines shall be of flexible polypropylene tubing. Town of North Andover IFB Page 49 of 89 Triple Combination Pumper Truck PUMP PLUMBING WARRANTY The stainless steel plumbing components and ancillary brass fittings used in the construction of the water/foam plumbing system shall be warranted for a period of ten (10) years or 100,000 miles. This covers structural failures caused by defective design or workmanship, or perforation caused by corrosion, provided the apparatus is used in a normal and reasonable manner. This warranty is extended only to the original purchaser for a period of ten years from the date of delivery. A copy of the warranty shall be submitted with the bid. MAIN PUMP INLETS A 6.00" pump manifold inlet shall be provided on each side of the vehicle. The suction inlets shall include removable die cast zinc screens that are designed to provide cathodic protection for the pump, thus reducing corrosion in the pump. The main pump inlets shall have National Standard Threads with a long handle chrome cap. The cap shall be VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. VALVES All ball valves shall be the heavy-duty style with a stainless steel ball and a simple two -seat design. No lubrication or regular maintenance is required on the valve. Valves shall have a ten (10) year warranty. INLET (Left side) On the left side pump panel shall be one (1) 2.50" auxiliary suction terminating in 2.50" National Standard Hose Thread. The auxiliary suction shall be provided with a strainer, chrome swivel and plug. The location of the valve for the one (1) inlet shall be recessed behind the pump panel. INLET CONTROL Control for the side auxiliary inlet(s) shall be located at the inlet valve. INLET BLEEDER VALVE A .75" bleeder valve shall be provided for each side gated inlet. The valves shall be located behind the panel with a swing style handle control extended to the outside of the panel. The handles shall be chrome plated and provide a visual indication of valve position. The swing handle shall provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. The water discharged by the bleeders shall be routed below the chassis frame rails. TANK TO PUMP The booster tank shall be connected to the intake side of the pump with heavy duty piping and a quarter turn 3.00" full flow line valve with the control remotely located at the operator's panel. Tank to pump line shall run straight (no elbows) from the pump into the front face of the water tank and angle down into the tank sump. A rubber coupling shall be included in this line to prevent damage from vibration or chassis flexing. A check valve shall be provided in the tank to pump supply line to prevent the possibility of "back filling" the water tank. Town of North Andover IFB Page 50 of 89 Triple Combination Pumper Truck TANK REFILL A 1.50" combination tank refill and pump re -circulation line shall be provided, using a quarter - turn full flow ball valve controlled from the pump operator's panel. DISCHARGE OUTLETS (Left Side) There shall be two (2) discharge outlets with a 2.50" valve on the left side of the apparatus, terminating with a male 2.50" National Standard hose thread adapter. DISCHARGE OUTLETS (Right Side) There shall be two (2) discharge outlets 2.50" valve on the right side of the apparatus, terminating with a male 2.50" National Standard hose thread adapter. DISCHARGE OUTLET, 4.00" There shall be a 4.00" discharge outlet with a 3.50" slow -closing type valve with a 3.00" ball, installed on the right side of the apparatus, terminating with male a 4.00" National Standard hose thread adapter. This discharge outlet shall be actuated with a hand wheel control with position indicator at the pump operator's control panel. DISCHARGE OUTLET (Front) There shall be a 1.50" gated discharge outlet plumbed to the lower portion of the tray in the center front bumper extension. The outlet shall be centered near the bottom in the selected tray. The discharge shall have a 90 -degree swivel and terminate with 1.50" NHT. Plumbing shall consist of 2.00" piping with a 2.00" full flow ball valve controlled at the pump operator's panel. Automatic drains shall be provided at all low points in the plumbing. DISCHARGE OUTLET (Rear) There shall be one (1) discharge outlet piped to the rear of the hose bed, on driver's side, installed so proper clearance is provided for spanner wrenches or adapters. Plumbing shall consist of 3.00" piping along with a 3.00" full flow ball valve with the control from the pump operator's panel. The one (1) discharge outlet shall terminate with a 2.50" male National Standard hose thread adapter. DISCHARGE CAPS Chrome plated, rocker lug, caps with chains shall be furnished for all side discharge outlets. The caps shall be provided with thread that is designed to automatically relieve stored pressure in the line when disconnected. OUTLET BLEEDER VALVE A .75" bleeder valve shall be provided for each outlet 1.50" or larger. Automatic drain valves are acceptable with some outlets if deemed appropriate with the application. The valves shall be located behind the panel with a swing style handle control extended to the outside of the side pump panel. The handles shall be chrome plated and provide a visual indication of valve position. The swing handle shall provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. Bleeders shall be located at the bottom of the Town of North Andover IFB Page 51 of 89 Triple Combination Pumper Truck pump panel. They shall be properly labeled identifying the discharge they are plumbed in to. The water discharged by the bleeders shall be routed below the chassis frame rails. ELBOWS, LEFT SIDE OUTLETS The 2.50" discharge outlets, located on the left side pump panel, shall be furnished with a 2.50"(F) National Standard hose thread x 2.50"(M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow shall be provided with thread that is designed to automatically relieve stored pressure in the line when disconnected. ELBOWS, RIGHT SIDE OUTLETS The 2.50" discharge outlets, located on the right side pump panel, shall be furnished with a 2.50"(F) National Standard hose thread x 2.50"(M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow shall be provided with thread that is designed to automatically relieve stored pressure in the line when disconnected. ELBOWS, REAR OUTLETS The 2.50" discharge outlets, located at the rear of the apparatus, shall be furnished with a 2.50"(F) National Standard hose thread x 2.50"(M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow shall be provided with thread that is designed to automatically relieve stored pressure in the line when disconnected. ELBOW, 4.00" OUTLET The 4.00" outlet shall be furnished with a 4.00"(F) National Standard hose thread x 4.00" Storz elbow adapter with Storz cap. DISCHARGE OUTLET CONTROLS The discharge outlets shall incorporate a quarter -turn ball valve with the control located at the pump operator's panel. The valve operating mechanism shall indicate the position of the valve. If a hand wheel control valve is used, the control shall be a minimum of a 3.9" diameter chrome plated hand wheel with a dial position indicator built in to the center of the hand wheel. DELUGE RISER A 3.00" deluge riser shall be installed above the pump in such a manner that a monitor can be mounted and used effectively. Piping shall be installed securely so no movement develops when the line is charged. The riser shall be gated and controlled at the pump operator's panel. The outlet shall include a valve with a hand wheel control. MONITOR A monitor shall be properly installed on the deluge riser. A fixed mounting base and a portable base with one (1) 4.00" storz inlet shall be provided. A position sensor shall be provided on the monitor that shall activate the "do not move apparatus" light inside the cab when the monitor is in the raised position. The monitor shall be painted to match the body. Town of North Andover IFB Page 52 of 89 Triple Combination Pumper Truck NOZZLE, DELUGE Quad Stacked pyrolite deluge tips shall be provided. The tip sizes shall be 1.375", 1.50", 1.75", and 2.00". This shall include a pyrolite stream shaper. The deluge riser shall have a 3.00" four (4) -bolt flange for mounting the monitor. CROSSLAY HOSE BEDS Two (2) crosslays with 1.50" outlets shall be provided. Each bed will be capable of carrying 200 feet of 1.75" double jacketed hose and shall be plumbed with 2.00" i.d. pipe and gated with a 2.00" quarter turn ball valve. Outlets to be equipped with a 1.50" National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay controls shall be at the pump operator's panel. The center crosslay dividers shall be fabricated of .25" aluminum and shall provide adjustment from side to side. The divider shall be unpainted with a brushed finish. The remainder of the crosslay bed shall be painted job color. Vertical scuffplates, constructed of stainless steel, shall be provided at the front and rear ends of the bed on each side of vehicle. Crosslay bed flooring shall consist of removable perforated brushed aluminum. CROSSLAY HOSE BEDS, 2.50" One (1) crosslay with 2.50" outlets shall be provided. This bed will be capable of carrying 200 feet of 2.50" double jacketed hose and shall be plumbed with 2.50" i.d. pipe and gated with a 2.50" quarter turn ball valve. Outlet to be equipped with a 2.50" National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay control shall be at the pump operator's panel. The center crosslay dividers shall be fabricated of .25" aluminum and shall provide adjustment from side to side. The divider shall be unpainted with a brushed finish. The remainder of the crosslay bed shall be painted job color. Stainless steel vertical scuff plates shall be provided at hose bed ends (each side of vehicle). Bottom of hose bed ends (each side) shall also be equipped with a stainless steel scuff plate. Crosslay bed flooring shall consist of removable perforated brushed aluminum. CROSSLAY COVER A bi-fold aluminum tread plate cover shall be installed over the crosslay hose beds. It shall include a latch at each end of the cover to hold it securely in place, a chrome grab handle at each end for opening and closing the cover and a foam rubber gasket where the cover comes into contact to a painted surface. CROSSLAY 8.00" LOWER THAN STD The crosslays shall be lowered 8.00" from standard. CROSSLAY COVER A black vinyl cover with lift -a -dot fasteners shall be provided over the ends of the crosslay hose beds. Town of North Andover IFB Page 53 of 89 Triple Combination Pumper Truck FOAM PROPORTIONER A foam proportioning system shall be provided that is an on demand, automatic proportioning, single point, direct injection system suitable for all types of Class "A" & "B" foam concentrates, including the high viscosity (6000 cps), alcohol resistant Class B foams. Operation shall be based on direct measurement of water flow, and remain consistent within the specified flows and pressures. The system shall automatically balance and proportion foam solution at rates from 0.1% to 9.9% regardless of variations in water pressure and flow, up to the maximum rated capacity of the foam concentrate pump. The design of the system shall allow operation from draft, hydrant, or relay operation. The system shall have the ability to deliver the following minimum foam solution flow rates at accuracies that meet or exceed NFPA requirements at a pump rating of 250 PSI: a. 200 GPM @ 6% b. 400 GPM @ 3% c. 1200 GPM @ I% Class A foam setting in .1 % increments from . l % to 1 %. Typical settings of 1%, .5% and .3% (Maximum capacity shall be limited to the plumbing and water pump capacity) The system shall be equipped with a digital electronic control display located on the pump operator's panel. Push button controls shall be integrated into the panel to turn the system on/off, control the foam percentage, direct which foam to use on a multi -tank system, and to set the operation modes (automatic, manual, draft, calibration, or flush). The percent of injection shall have presets for class A and class B foam. These presets can be changed at the fire department as desired. The percent of injection shall be able to be easily changed at the scene to adjust to changing demands. In order to minimize the use of abbreviations and interpretations, system information shall be displayed on the panel by way of .50 tall LEDs that total fourteen characters (two lines of 7 each). System on and foam pump on indicator lights shall also be included. Information displayed shall include mode of operation (automatic, manual, draft, calibration, or flush), foam supply selected (Class A or Class B), water total, foam total, foam percentage, remaining gallons, and time remaining. The control display shall direct a microprocessor, which receives input from the systems water flow meter while also monitoring the position of the foam concentrate pump. The microprocessor shall compare the values of the water flow versus the position/rate of the foam pump, to ensure the proportion rate is accurate. One (1) check valve shall be installed in the plumbing to prevent foam from contaminating the water pump. Low Level, Foam Tank - The control head shall display a warning message when the foam tank in use is below a quarter of a tank. Hydraulic Drive System - The foam concentrate pump shall be powered by a hydraulic drive system, which is automatically activated, whenever the vehicle water pump is engaged. A system that drives the foam pump via an electric motor shall not be acceptable. A large parasitic electric load used to power the foam pump can cause an overload of the chassis electrical system. Town of North Andover IFB Page 54 of 89 Triple Combination Pumper Truck Hydraulic oil cooler shall be provided to automatically prevent overheating of the hydraulic oil, which is detrimental to system components. The oil/water cooler shall be designed to allow continuous system operation without allowing hydraulic oil temperature to exceed the oil specifications. The hydraulic oil reservoir shall be of four (4) gallons minimum capacity and shall also be of sufficient size to minimize foaming and be located to facilitate checking oil level or adding oil without spillage or the need to remove access panels. Foam Concentrate Pump - The foam concentrate pump shall be of positive displacement, self - priming; linear actuated design, driven by the hydraulic motor. The pump shall be constructed of brass body; chrome plated stainless steel shaft, with a stainless steel piston. In order to increase longevity of the pump, no aluminum shall be present in its construction. A relief system shall be provided which is designed to protect the drive system components and prevent over pressuring the foam concentrate pump. The foam concentrate pump shall have minimum capacity for 12 gpm with all types of foam concentrates with a viscosity at or below 6000 cps including protein, fluoroprotein, AFFF, FFFP, or AR-AFFF. The system shall deliver only the amount of foam concentrate flow required, without recirculating foam back to the storage tank. Recirculating foam concentrate back to the storage tank can cause agitation and premature foaming of the concentrate, which can result in system failure. The foam concentrate pump shall be self - priming and have the ability to draw foam concentrate from external supplies such as drums or pails. External Foam Concentrate Connection - An external foam pick-up shall be provided to enable use of a foam agent that is not stored on the vehicle. The external foam pick-up shall be designed to allow continued operation after the on -board foam tank is empty. The external foam pick-up shall be designed to allow use with training foam or colored water for training purposes. Panel Mounted Strainer / External Pick -Up Connection - A bronze body strainer / connector unit shall be provided. The unit shall be mounted to the pump panel. The external foam pick-up shall be one (1) - 1.00" male connection with chrome -plated cap integrated to a 2.00" strainer cleanout cap. A check valve shall be installed in the pick-up portion of the cleanout cap. A basket style stainless steel screen shall be installed in the body of the strainer / connector unit. Removal of the 2.00" cleanout cap shall be all that is required to gain access to and remove the stainless steel basket screen. The strainer / connector unit shall be ahead of the foam concentrate pump inlet port to insure that all agents reaching the foam pump has been strained. Pick -Up Hose - A 1.00" flexible hose with an end for insertion into foam containers shall be provided. The hose shall be supplied with a 1.00" female swivel NST thread swivel connector. The hose shall be shipped loose. Discharges - The foam system shall be plumbed to [Amount of Disc. w/ Foam]. The discharges capable of dispensing foam shall be [Discharge]. System Electrical Load - The foam proportioning shall not impose an electrical load on the vehicle electrical system any greater than five (5) amps at 12VDC. Town of North Andover IFB Page 55 of 89 Triple Combination Pumper Truck Tank Selector - An electric valve shall be used for the foam supply valve. The foam supply valve shall be controlled at the foam system control head for ease of operation. The supply valve shall be electric, remote controlled, to eliminate air pockets in the foam tank supply hose. Maintenance Message - A message shall be displayed on the control head to advise when system maintenance needs to be performed. The message shall display interval for cleaning the foam strainer, cleaning for the water strainers, and changing the hydraulic oil. Flush System - The system shall be designed such that a flush mode shall be provided to allow the system to flush all foam concentrate with clear water. The flush circuit control logic shall ensure the foam tank supply valve is closed prior to opening the flush valve. The flush valve shall be operated at the foam system control head for ease of operation. The valve shall be electrically controlled and located as close to the foam tank supply valve as possible. A manual flush drain valve shall be labeled and located under the driver's side running board. REFILL, SINGLE FOAM TANK The foam system's proportioning pump shall be used to fill the Class A foam tank. This shall allow use of the auxiliary foam pick-up to pump the foam from pails or a drum on the ground into the foam tank. A foam shut-off switch shall be installed in the fill dome of the tank to shut the system down when the tank is full. The fill operation shall be controlled by a mode in the foam system controller stating TANK FILL. While the proportioner pump is filling the tank, the controller shall display FILL TANK. When the tank is full, as determined by the float switch in the tank dome, the pump shall stop and the controller shall display TANK FULL. FOAM TANK The foam tank shall be an integral portion of the polypropylene water tank. The cell shall have a capacity of 25 gallons of foam with the intended use of Class A foam. The brand of foam stored in this tank shall be determined by the North Andover Fire Department. The foam cell shall not reduce the capacity of the water tank. The foam cell shall have a screen in the fill dome and a breather in the lid. FOAM TANK DRAIN A system of 1.00" foam tank drains shall be provided, integrated into the foam systems strainer and tank to foam pump valve management system. The tank to pump hoses running from the tank(s) to the panel mounted strainer shall 1.00" diameter. The foam system controller shall have a mode that allows for a given foam valve to be opened at will. Flow of foam from the tank valve to the strainer shall be usable as a tank drain mode. An adaptor shall be supplied, that allows the 1.00" foam intake screen to assembly to be used as a drain outlet. The standard supplied 1.00" foam pick up hose shall be attached to the screen assembly by way of the adapter. The drain mode shall allow the operator to open and close the tank valve as required from the control head, to drain foam and re -fill foam containers through the connected hose, without foam spillage beneath the vehicle. PUMP COMPARTMENT The pump compartment shall be separate from the hose body and compartments so that each may flex independently of the other. It shall be a fabricated assembly of steel tubing, angles and Town of North Andover IFB Page 56 of 89 Triple Combination Pumper Truck channels which supports both the fire pump and the side running boards. The pump compartment shall be mounted on the chassis frame rails with rubber biscuits in a four point pattern to allow for chassis frame twist. Pump compartment, pump, plumbing and gauge panels shall be removable from the chassis in a single assembly. PUMP MOUNTING Pump shall be mounted to a substructure which shall be mounted to the chassis frame rail using rubber isolators. The mounting shall allow chassis frame rails to flex independently without damage to the fire pump. PUMP CONTROL PANELS (Left Side Control) All pump controls and gauges shall be located at the left (driver's) side of the apparatus and properly identified. Layout of the pump control panel shall be ergonomically efficient and systematically organized. The pump operator's control panel shall be removable in two (2) main sections for ease of maintenance. The upper section shall contain sub panels for the mounting of the pump pressure control device, engine monitoring gauges, electrical switches, and foam controls (if applicable). Sub panels shall be removable from the face of the pump panel for ease of maintenance. Below the sub panels shall be located all valve controls and line pressure gauges. The lower section of the panel shall contain all inlets, outlets, and drains. All push/pull valve controls shall have 1/4 turn locking control rods with polished chrome plated zinc tee handles. Guides for the push/pull control rods shall be chrome plated zinc castings securely mounted to the pump panel. Push/pull valve controls shall be capable of locking in any position. The control rods shall pull straight out of the panel and shall be equipped with universal joints to eliminate binding. IDENTIFICATION TAGS The identification tag for each valve control shall be recessed in the face of the tee handle. All discharge outlets shall have color coded identification tags, with each discharge having its own unique color. Color coding shall include the labeling of the outlet and the drain for each corresponding discharge. All line pressure gauges shall be mounted directly above the corresponding discharge control tee handles and recessed within the same chrome plated casting as the rod guide for quick identification. The gauge and rod guide casting shall be removable from the face of the pump panel for ease of maintenance. The casting shall be color coded to correspond with the discharge identification tag. All remaining identification tags shall be mounted on the pump panel in chrome plated bezels. The pump panel on the right (passenger's) side shall be removable with lift and turn type fasteners. Trim rings shall be installed around all inlets and outlets. The trim rings for the side discharge outlets shall be color coded and labeled to correspond with the discharge identification tag. Town of North Andover IFB Page 57 of 89 Triple Combination Pumper Truck PUMP PANEL CONFIGURATION The pump panel configuration shall be arranged and installed in an organized manner that shall provide user-friendly operation. PUMP AND GAUGE PANEL The pump and gauge panels shall be constructed of black vinyl covered aluminum, to allow easy identification of the gauges and controls and to eliminate glare. The black vinyl shall be bonded to the aluminum, by the company that supplies the product. A polished aluminum trim molding shall be provided around each panel. The passenger's side pump panel shall be removable and fastened with swell type fasteners. Engine monitoring graduated LED indicators shall be incorporated with the pressure controller. GAUGES, VACUUM and PRESSURE The pump vacuum and pressure gauges shall be silicone filled. The gauges shall be a minimum of 4.00" in diameter and shall have white faces with black lettering, with a pressure range of 30.00"-0-600#. Gauge construction shall include a nylon case with adhesive mounting gasket and threaded retaining nut. The pump pressure and vacuum gauges shall be installed adjacent to each other at the pump operator's control panel. Test port connections shall be provided at the pump operator's panel. One shall be connected to the intake side of the pump, and the other to the discharge manifold of the pump. They shall have 0.25 in. standard pipe thread connections and non -corrosive polished stainless steel or brass plugs. They shall be marked with a label. This gauge shall include a 10 year warranty against leakage, pointer defect, and defective bourdon tube. PRESSURE GAUGES The individual "line" pressure gauges for the discharges shall be interlube filled. They shall be a minimum of 2.00" in diameter and shall have white faces with black lettering. Gauge construction shall include a nylon case with adhesive mounting gasket and threaded retaining nut. Gauges shall have a pressure range of 30"-0-400#. The individual pressure gauge shall be installed as close to the outlet control as practical. This gauge shall include a 10 year warranty against leakage, pointer defect, and defective bourdon tube. WATER LEVEL GAUGE An electric water level gauge shall be incorporated in the pressure controller that registers water level by means of 9 LEDs. They shall be at 1/8 level increments with a tank empty LED. The LEDs shall be a bright type that is readable in sunlight, and have a full 180 -degree of clear viewing. To further alert the pump operator, the gauge shall have a warning flash when the tank volume is less than 25%, and shall have "Down Chasing" LEDs when the tank is almost empty. The level measurement shall be ascertained by sensing the head pressure of the fluid in the tank or cell. FOAM LEVEL GAUGE An electronic foam level gauge shall be provided on the operator's panel that registers foam level by means of five colored LED lights. The lights shall be durable, ultra -bright five LED design viewable through 180 degrees. The foam level indicators shall be as follows: Town of North Andover IFB Page 58 of 89 Triple Combination Pumper Truck a. 100% = Green b. 75% = Yellow c. 50% = Yellow d. 25% = Yellow e. Refill = Red The light shall flash when the level drops below the given level indicator to provide an eighth of a tank indication. To further alert the pump operator, the lights shall flash sequentially when the foam tank is empty. The level measurement shall be based on the sensing of head pressure of the fluid in the tank. The display shall be constructed of a solid plastic material with a chrome plated die cast bezel to reduce vibrations that can cause broken wires and loose electronic components. The encapsulated design shall provide complete protection from foam and environmental elements. An industrial pressure transducer shall be mounted to the outside of the tank. The display shall be able to be calibrated in the field and shall measure head pressure to accurately show the tank level. LIGHT SHIELD The pump panel controls and gauges shall be illuminated by incandescent lights installed under an aluminum diamond plate combination step/light shield. The stepping surface shall be a minimum of 8.00" deep and properly reinforced to support a man's weight. Illumination shall be provided for controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus and the equipment provided on it. External illumination shall be a minimum of five (5) foot-candles on the face of the device. Internal illumination shall be a minimum of four (4) footlamberts. A light shall come on above the pump panel light switch when the parking brake is set. This is to afford the operator some illumination when first approaching the control panel. A green pump engaged indicator shall come on at the operator's panel when the pump is shifted into gear from inside the cab. One (1) pump panel light shall also come on when the pump is shifted into gear from inside the cab. The remaining lights to be actuated from a switch located on the pump panel. One (1) step light shall be provided. The step light shall be installed as to illuminate the top of the step for night time vision. The step light shall be activated by the pump panel light switch. An additional light shield shall be provided below the crosslays on driver's side pump panel. The pump panel shall be illuminated by incandescent lights installed under a polished stainless steel light shield. The lights shall be operated from a switch on the pump panel. ELECTRICAL All 12 -volt electrical equipment installed by the apparatus manufacturer shall conform to modern automotive practices. All wiring shall be high temperature type. Wiring shall be run in loom, where exposed, and have grommets where wire passes through sheet metal. Automatic reset circuit breakers shall be provided which conform to SAE Standards. Wiring shall be color, function and number coded. Function and number codes shall be continuously imprinted on all wiring harness conductors at 2.00" intervals. Exterior exposed wire connectors shall be positive locking, and environmentally sealed to withstand elements such as temperature extremes, Town of North Andover IFB Page 59 of 89 Triple Combination Pumper Truck moisture and automotive fluids. Electrical wiring and equipment shall be installed utilizing the following guidelines: a. All holes made in the roof shall be caulked with silicon, rope caulk is not acceptable. Large fender washers, liberally caulked, shall be used when fastening equipment to the underside of the cab roof. b. Any electrical component that is installed in an exposed area shall be mounted in a manner that shall not allow moisture to accumulate in it. Exposed area shall be defined as any location outside of the cab or body. c. Electrical components designed to be removed for maintenance shall not be fastened with nuts and bolts. Metal screws shall be used in mounting these devices. Also a coil of wire shall be provided behind the appliance to allow them to be pulled away from mounting area for inspection and service work. d. Corrosion preventative compound shall be applied to all terminal plugs located outside of the cab or body. All non -waterproof connections shall require this compound in the plug to prevent corrosion and for easy separation (of the plug). e. All lights that have their sockets in a weather exposed area shall have corrosion preventative compound added to the socket terminal area. f. All electrical terminals in exposed areas shall have silicon (1890) applied completely over the metal portion of the terminal. g. All emergency light switches shall be mounted on a separate panel installed in the cab. A master warning light switch and individual switches shall be provided to allow pre- selection of emergency lights. The light switches shall be "rocker" type with an internal indicator light to show when switch is energized. h. All switches shall be properly identified and mounted in a removable panel for ease in servicing. Identification of the switches shall be done by either printing or etching on the switch panel. The switches and identification shall be illuminated. All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, shall be furnished. Rear identification lights shall be recessed mounted for protection. Lights and wiring mounted in the rear bulkheads shall be protected from damage by installing a false bulkhead inside the rear compartments. An operational test shall be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests shall be recorded and provided to the Town of North Andover Fire Department at time of delivery. STEP LIGHTS Four (4) LED step lights shall be provided. One (1) step light shall be provided on each side, on the front compartment face and two (2) step lights at the rear to illuminate the tailboard. These step lights shall be actuated with the pump panel light switch. All other steps on the apparatus shall be illuminated per the current edition of NFPA 1901. REAR FMVSS LIGHTING The rear stop/tail and directional LED lighting shall consist of two (2) red LED stop/tail lights and two (2) amber LED arrow turn lights. Each light shall be installed separately at the rear with chrome trim and colored lenses. Four (4) red reflectors shall be provided. A license plate Town of North Andover IFB Page 60 of 89 Triple Combination Pumper Truck bracket shall be mounted on the driver's side above the warning lights. An incandescent step lamp shall illuminate the license plate. BACKUP LIGHTS There shall be two (2) LED backup lights provided in the tail light housing. REAR ID/MARKER DOT LIGHTING There shall be one (1) three (3) LED light kit used as identification lights located at the rear of the apparatus per the following: o As close as practical to the vertical Centerline o Centers spaced not less than six (6) inches or more than twelve (12) inches apart o Red in color o All at the same height There shall be two (2) LED lights installed at the rear of the apparatus used as clearance lights located at the rear of the apparatus per the following: o To indicate the overall width of the vehicle o One (1) each side of the vertical centerline o As near the top as practical o Red in color o To be visible from the rear There shall be two (2) LED lights installed on the side of the apparatus as close to the rear as practical per the following: o To indicate the overall length of the vehicle o One (1) each side of the vertical centerline o As near the top as practical o Red in color o To be visible from the side All LED lights to be provided and installed per FMVSS 108 and CMVSS 108 requirements. LIGHTING BEZEL There shall be two (2) four -place chromed ABS housings provided for the rear stop/tail, directional, back up, scene lights or warning lights. LIGHT, INTERMEDIATE There shall be one (1) pair of amber LED turn signal marker lights furnished, one (1) each side, horizontally in the rear fender panel. A stainless steel trim shall be included with this installation. "DO NOT MOVE APPARATUS" INDICATOR A flashing red indicator light, located in the driving compartment, shall be illuminated automatically per the current NFPA requirements. The light shall be labeled "Do Not Move Apparatus If Light Is On". The same circuit that activates the Do Not Move Apparatus indicator shall activate a steady tone alarm when the parking brake is released. Town of North Andover IFB Page 61 of 89 Triple Combination Pumper Truck OPEN DOOR INDICATOR LIGHT Two (2) red indicator lights shall be provided and located in clear view of the driver, warning of an open passenger or equipment compartment door. One (1) light shall indicate status of doors on the driver's side of the vehicle and the other light shall indicate the status of the passenger side and rear compartment doors. COMPARTMENT LIGHTING There shall be seven (7) compartments with LED compartment light strips. Each strip shall be centered vertically along the door framing. The compartments with these strip lights shall be located driver side lights on left side, passenger side lights on right side of compartment. There shall be a minimum of one (1) light per compartment. Any remaining compartments shall include 6.00" diameter lights in each enclosed compartment. Each light shall have a number 1076 one filament, two wire bulb. Opening the compartment door shall automatically turn the compartment lighting on. PUMP COMPARTMENT LIGHT A pump compartment light shall be provided inside the right side pump enclosure and accessible through a door on the pump panel. A .125" weep hole shall be provided in each light lens, preventing moisture retention. PERIMETER SCENE LIGHTS, CAB There shall be an LED grommet mount weatherproof light provided for each cab door. Lighting shall be designed to provide illumination on areas under the driver, officer, and crew cab riding area exits, which shall be activated automatically when the exit doors are opened, by the door jamb switch and by the same means as the body perimeter lights. The lighting shall be capable of providing illumination at a minimum level of two (2) foot-candles on ground areas within 30.00" of the edge of the apparatus in areas which personnel climb in or out of the apparatus or descend from the apparatus to the ground level. PERIMETER SCENE LIGHTS, BODY There shall be a total of four (4) LED lights provided on the apparatus. Each light shall consist of a 4.00" weatherproof LED light, rubber mount, and pigtail kit., The lights shall be mounted in the following locations: a. Two (2) lights shall be provided under the rear step area. b. One (1) light shall be provided each side under the pump panel running boards. The lighting shall be capable of providing illumination at a minimum level of two foot-candles on ground areas within 30.00" of the edge of the apparatus in areas designed for personnel to climb onto the apparatus or descend from the apparatus to the ground level. The lights shall be activated by a parking brake. SCENE LIGHTS There shall be two (2) LED scene lights with chrome trim bezel installed at the rear of the apparatus, directly below the warning lights at rear of body. To control these lights, there shall Town of North Andover IFB Page 62 of 89 Triple Combination Pumper Truck be a switch at the driver's side panel and a switch at the pump operator's panel. These lights may be load managed when the parking brake is set. 12 -VOLT LIGHTING There shall be two (2) 12 -volt LED floodlight(s) with housing provided. The light(s) shall be recessed and located behind the crew cab door, as high as possible. To control these lights, there shall be a switch at the driver's side panel and a switch at the pump operator's panel. These lights may be load managed when the parking brake is set. PORTABLE HAND LIGHTS (PROVIDED BY FIRE DEPARTMENT) NFPA 1901, 2009 edition, section 5.8.3 requires two portable hand lights mounted in brackets fastened to the apparatus. The North Andover Fire Department will provide and mount these hand lights. AIR HORN SYSTEM Two (2) air horns shall be provided and located recessed in the front bumper outside frame rails.. The horn system shall be piped to the air brake system wet tank utilizing 0.38" tubing. A pressure protection valve shall be installed in-line to prevent loss of air in the air brake system. AIR HORN CONTROL The air horns shall be actuated by a foot switch on the officer's side and by the horn button in the steering wheel. The driver shall have the option to control the air horns or the chassis horns from the horn button by means of a selector switch located on the instrument panel. ELECTRONIC SIREN An electronic siren with noise canceling microphone shall be provided. ELECTRIC SIREN, LOCATION, Siren head shall be mounted recessed in switch panel number #5. The electronic siren shall be controlled on the siren head only. No horn button or foot switches shall be required. SPEAKER There shall be one (1) siren speaker with chrome finish provided. Connection shall be connected to the siren amplifier. The speaker(s) shall be recessed in the front bumper on the passenger's side. MECHANICAL SIREN (Auxiliary) A mechanical siren shall be furnished. A siren brake button shall be installed on the switch panel. The control solenoid shall be powered up after the emergency master switch is activated. The mechanical siren shall be mounted on the left side of the bumper deck plate. The siren mounting shall include a reinforcement plate. The mechanical siren shall be actuated by two (2) foot switches, one located on the officer's side and one on the driver's side. LIGHTBARS There shall be an 82" warning light bar mounted on the cab roof. The light bar shall include: a. Six (6) red flashing LED modules facing forward. Town of North Andover IFB Page 63 of 89 Triple Combination Pumper Truck b. Two (2) white flashing LED modules facing forward. c. Two (2) red flashing corner LED modules, one in each front corner. d. One (1) red flashing LED module facing the driver side. e. One (1) red flashing LED module facing the passenger side. All the lenses shall be [Color, Lens, LED's]. The two (2) white flashing LED modules facing forward shall be disabled when the parking brake is applied. The four (4) inside red flashing LED modules facing forward may be load managed when the parking brake is applied. There shall be one (1) switch located in the cab on the switch panel to control this light bar. HEADLIGHT FLASHER The high beam headlights shall flash alternately between the left and right side, with a control switch located on the cab instrument panel. The flashing shall automatically cancel when the headlight switch is activated or when the parking brake is set. SIDE ZONE LOWER LIGHTING Six (6) LED flashing warning lights with bezels and a clear lens shall be located in the following positions: a. Two (2) red lights, one (1) each side on the bumper extension b. Two (2) red lights, behind crew cab doors, directly below handrail mid height c. Two (2) red lights, rear body fender panels All six (6) lights shall be controlled by a lighted switch on the cab switch panel. REAR ZONE LOWER LIGHTING Two (2) red LED flashing warning lights with bezels and a clear lens shall be located at the rear of the apparatus. Both lights shall be controlled by a lighted switch on the switch panel. WARNING LIGHTS (Rear) There shall be two (2) red LED flashing warning light(s) with bezels and a clear lens provided on rear body bulkhead, one each side, high as possible. These light(s) shall be controlled with the rear upper warning switch. WARNING LIGHTS (Rear of Hose Bed) Two (2) red LED warning beacons, with clear domes, shall be provided at the rear of the truck, located one (1) each side. These lights shall be activated by a lighted switch on the instrument panel. The rear warning lights shall be mounted on top of the compartmentation with all wiring totally enclosed. The rear deck lights shall be mounted on the beavertails high as possible. TRAFFIC DIRECTING LIGHT There shall be one (1) 34.12" long x 1.44" high x 1.47" deep, amber LED traffic directing light installed at the rear of the apparatus. A director switch box shall be included with this installation. This traffic directing light shall be recessed with a stainless steel trim plate at the rear of the apparatus as high as practical. The traffic directing light control head shall be located in the driver side overhead switch panel in the right panel position. Town of North Andover IFB Page 64 of 89 Triple Combination Pumper Truck AUTO EJECT FOR SHORELINE One (1) shoreline receptacle shall be provided to operate the dedicated 120 -volt circuits on the truck without the use of the generator. The shoreline receptacle (s) shall be provided with a NEMA 5-20, 120 volt, 20 amp, straight blade auto eject plug with a red weatherproof cover. The cover is spring loaded to close, preventing water from entering when the shoreline is not connected. The unit is completely sealed to prevent road dirt contamination. A solenoid wired to the vehicle's starter is energized when the engine is started. This instantaneously drives the plug from the receptacle. An internal switch arrangement shall be provided to disconnect the load prior to ejection to eliminate arcing of the connector contacts. The shoreline shall be connected to battery charger. A mating connector body shall also be supplied with the loose equipment. The shoreline receptacle shall be located on the driver side of cab, above wheel. LOOSE EQUIPMENT The following equipment shall be furnished with the completed unit: a. One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and washers, as used in the construction of the unit b. One (1) set of reflective emergency triangles shall be provided. NFPA REQUIRED LOOSE EQUIPMENT (PROVIDED BY FIRE DEPARTMENT) The following loose equipment as outlined in NFPA 1901, 2009 edition, section 5.8.2 and 5.8.3 will be provided by the North Andover Fire Department. a. 800 ft (60 m) of 2%2" (65 mm) or larger fire hose. b. 400 ft (120 m) of 1'/2" (38 mm), 13/" (45 mm), or 2" (52 mm) fire hose. c. One (1) handline nozzle, 200 gpm (750 L/min) minimum. d. Two (2) handline nozzles, 95 gpm (360 L/min) minimum. e. One (1) playpipe with shutoff and 1" (25 mm), 1 1/8" (29 mm), and 1'/" (32 mm) tips. f. One (1) SCBA complying with NFPA 1981, Standard on Open -Circuit Self -Contained g. Breathing Apparatus for Fire and Emergency Services, for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. h. One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). i. One (1) first aid kit. j. Four (4) combination spanner wrenches mounted in bracket(s) fastened to the apparatus. k. Two (2) hydrant wrenches mounted in brackets fastened to the apparatus. 1. Four (4) ladder belts meeting the requirements of NFPA 1983, Standard on Fire Service Life Safety Rope and System Components (if equipped with an aerial device). m. One (1) double female 2'/2" (65 mm) adapter with National Hose threads, mounted in a bracket fastened to the apparatus. n. One (1) double male 2%2" (65 mm) adapter with National Hose threads, mounted in a bracket fastened to the apparatus. o. One (1) rubber mallet, for use on suction hose connections, mounted in a bracket fastened to the apparatus. p. Two (2) salvage covers each a minimum size of 12 ft x 14 ft (3.7 m x 4.3 m). q. One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Town of North Andover IFB Page 65 of 89 Triple Combination Pumper Truck r. Standard for High Visibility Public Safety Vests, and have a five -point breakaway feature that includes two at the shoulders, two at the sides, and one at the front. s. Five (5) fluorescent orange traffic cones not less than 28" (711 mm) in height, each equipped with a 6" (152 mm) retro -reflective white band no more than 4" (152 mm) from the top of the cone, and an additional 4" (102 mm) retro -reflective white band 2" (51 mm) below the 6" (152 mm) band. t. Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. u. One automatic external defibrillator (AED). v. If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, shall be carried mounted in brackets fastened to the apparatus. w. If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side shall be carried. Any intake connection larger than 3 in. (75 mm) shall include a pressure relief device that meets the requirements of 16.6.6. x. If the apparatus does not have a 2'/2" National Hose (NH) intake, an adapter from 2%2" NH female to a pump intake shall be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. y. If the supply hose carried has other than 2'/2" National Hose (NH) threads, adapters shall be carried to allow feeding the supply hose from a 2%2" NH thread male discharge and to allow the hose to connect to a 2'/2" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake. SOFT SUCTION HOSE (PROVIDED BY FIRE DEPARTMENT) NFPA 1901, 2009 edition, section 5.7.2 requires a minimum of 20 ft of suction hose or 15 ft of supply hose. The North Andover Fire Department will provide. DRY CHEMICAL EXTINGUISHER There shall be one (1) extinguisher, 20 pound, dry chemical extinguisher(s) provided. WATER EXTINGUISHER (PROVIDED BY FIRE DEPARTMENT) NFPA 1901, 2009 edition, section 5.8.3 requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The North Andover Fire Department will provide and mount. AXE, FLATHEAD (PROVIDED BY FIRE DEPARTMENT) NFPA 1901, 2009 edition, Section 5.8.3 requires one (1) flathead axe mounted in a bracket fastened to the apparatus. The North Andover Fire Department will provide and mount. AXE, PICKHEAD (PROVIDED BY FIRE DEPARTMENT) NFPA 1901, 2009 edition, Section 5.8.3 requires one (1) pickhead axe mounted in a bracket fastened to the apparatus. The North Andover Fire Department will provide and mount. Town of North Andover IFB Page 66 of 89 Triple Combination Pumper Truck PAINT The exterior custom cab and body painting procedure shall consist of a seven (7) step finishing process: a. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body shall be thoroughly cleaned and prepared for painting. Surfaces that shall not be painted include all chrome plated, polished stainless steel, anodized aluminum and bright aluminum treadplate. Each imperfection on the exterior metal surface shall be removed or filled and then sanded smooth for a smooth appearance. All seams shall be sealed before painting. b. Chemical Cleaning and Treatment - The metal surfaces shall be properly cleaned using a high pressure and high temperature cleaning system. Surfaces are chemically cleaned to remove all dirt, oil, grease and metal oxides to ensure the subsequent coatings bond well. An ultra pure water final rinse shall be applied to all metal surfaces at the conclusion of the metal treatment process. c. Primer/Surfacer Coats - A two (2) component urethane primer/surfacer shall be hand applied to the chemically treated metal surfaces to provide a strong corrosion protective base coat and to smooth out the surface. d. Hand Sanding - The primer/surfacer coat shall be lightly sanded to an ultra smooth finish. e. Sealer Primer Coat - A two (2) component sealer primer coat shall be applied over the sanded primer. f. Topcoat Paint - Urethane base coat shall be applied to opacity for correct color matching. g. Clearcoat - Two (2) coats of an automotive grade two (2) component urethane shall be applied. Lap style doors shall be clear coated to match the body. Roll -up doors shall not be clear coated and the standard roll -up door warranty shall apply. All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. The cab shall be two-tone, with the upper section and lower section of the cab and body painted to match current North Andover Fire Department apparatus. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly shall be painted black before the installation of the cab and body, and before installation of the engine and transmission assembly, air brake lines, electrical wire harnesses, etc. Components that are included with the chassis frame assembly that shall be painted black are frame rails, cross members, axles, suspension, steering gear, fuel tank, body substructure supports, miscellaneous mounting brackets, etc. WARRANTY - PAINT AND CORROSION The cab and body exterior paint finish shall be warranted against blistering, peeling, corrosion, lack of adhesion or any other manufacturing or material defect for a period of ten (10) years. The cab and body shall also be warranted against corrosion perforation for a period of ten (10) years. A copy of the manufacturer's warranty shall be included with the bid. Town of North Andover IFB Page 67 of 89 Triple Combination Pumper Truck PAINT, COMPARTMENT INTERIOR Interior of compartments shall be painted with gray spatter type paint. REFLECTIVE STRIPES Three (3) reflective stripes shall be provided across the front of the vehicle and along the sides of the body. The reflective band shall consist of a 1.00" white stripe at the top with a 1.00" gap then a 6.00" white stripe with a 1.00" gap and a 1.00" white stripe on the bottom. STRIPE, REFLECTIVE ON CAB FACE The reflective band provided on the cab face shall be located below the stainless steel trim band and the front bumper. CHEVRON STRIPING, REAR There shall be alternating chevron striping located on the rear -facing vertical surface of the apparatus. The entire rear surface, excluding the rear compartment door, shall be covered. The colors shall be red and fluorescent yellow green diamond grade. Each stripe shall be 6.00" in width. This shall meet the requirements of NFPA 1901, 2009 edition, which states that 50% of the rear surface shall be covered with chevron striping. OUTLINE, REFLECTIVE STRIPE A Black outline shall be applied on the top and the bottom of the reflective band. There shall be three (3) set of outline stripes required. REFLECTIVE STRIPE, CAB DOORS A 6.00" x 16.00" white reflective stripe shall be provided across the interior of each cab door. The stripe shall be located approximately 1.00" up from the bottom, on the door panel. This stripe shall meet the NFPA 1901 requirement. 9. Options The following options and the cost to install them, if necessary, shall be priced separately for the North Andover Fire Department to choose from. a. HOSE BED COVER A two (2) section hose bed cover, constructed of .125" bright aluminum tread plate. The cover shall be hinged with full length stainless steel piano hinge. The sides shall be slanted down. The cover shall be reinforced so that it can support the weight of a man on the cover. If access to water tank fill tower is blocked by the hose bed cover, then a hinged door shall be provided in it so that the tank may be filled without raising the cover doors. Chrome grab handles and four (4) gas filled cylinders shall be provided to assist in opening and closing the cover. A handrail is to be provided at the rear, in the center of the support, to assist in opening the cover with rear flap and footman loops to hold in place. Town of North Andover IFB Page 68 of 89 Triple Combination Pumper Truck b. AUTOMATIC TIRE CHAINS One (1) pair of automatic tire chains installed at the rear axle. System shall be electric over air operated with switch on cab instrument panel. System to be operable at speeds up to 35 MPH c. 12 -VOLT LIGHTING BROW LIGHTS (two) One (1) pair of 12 -volt LED combination spotlight and floodlight provided on the front visor located one each at brow. The lights shall be controlled by a switch on the Officer's side. The brow lights may be load managed when parking brake is set. d. 12 -VOLT LIGHTING BROW LIGHT (one) One 12 -volt LED combination spotlight and floodlight provided on the front visor located at brow. The light shall be controlled by a switch on the Officer's side. The brow light may be load managed when parking brake is set. e. ANTENNAS Two (2) additional roof mounted antennas f. POWER STRIP SIX POSITION One (6) position power strip wired to the shore line and mounted in a compartment to be determined by the North Andover Fire Department. g. GRAY SEALER All open electrical connections shall be covered with Gray dielectric sealer to prevent corrosion. h. HARD SUCTION TRAYS Two (2) hard suction trays mounted one (1) each side of apparatus. i. OPTI COM Opti Com emitter complete with wiring and switch. j. MAP BOX One (1) 30 degree three (3) bin slot map box k. MDT POWER 12 -volt power under tunnel for MDT 1. WIRING SPARE One (1) 12V DC 15 amp battery, direct power point with rubber cover, to be located on front of engine tunnel between driver and officer. m. AIR HORN AND SIREN CONTROL The air horns and mechanical siren will be able to be controlled by the Driver chassis horn button. The device [chassis, air horn or mechanical siren] will be controlled by a selector switch located on the dash within the reach of the apparatus driver. Additional controls for the mechanical Q Siren, Air horns, and electronic siren will be provided by means of individual push Town of North Andover IFB Page 69 of 89 Triple Combination Pumper Truck buttons for each device. The buttons are to be located on the engine tunnel at the Officer's seat position. n. 12 VOLT LIGHTING One (1) pair of 12 Volt DC LED flood lights, with push up pole installed one (1) each side back of cab with switching in cab and at pump panel. o. SLOTTED TOOL MOUNTING BOARDS Slotted tool mounting boards for four compartments p. BACKBOARD COMPARTMENT One (1) backboard compartment of bright aluminum tread plate mounted to the underside of the bright aluminum tread plate hose bed cover passenger side with butterfly latch. q. REAR ROLL UP DOOR Modification Rear door modification for four inch LDH hose. r. FLOOR TRAY HURST TOOL MODIFICATION Provision for mounting Hurst tool cutters , spreaders and power unit on floor mounted slide out tray. s. REAR OF BODY WARNING LIGHT One (1) blue LED warning light driver's side rear of body t. INSPECTION TRIP One (1) final inspection trip for two (2) people. All transportation, housing and meals will be covered by the vendor. 10. Delivery The successful bidder shall deliver the Triple Combination Pumper Truck, as specified, to the North Andover Fire Department within sixty (60) calendar days of contract award. 11. Evaluation of Bids Bids will first be examined for their responsiveness to what is requested in this IFB. Responsibility of the bidder will then be ascertained. Finally, the contract will be awarded to the responsible, responsive bidder offering the lowest aggregate price for the base bid. The Town is required to award the contract to the lowest responsive responsible bidder. ■ Responsiveness Bidders must completely fill out and submit the bid form and all other required forms. All supplies and services that are the subject of the bid must meet the minimum standards and specifications set forth in the purchase description including the standards by which the Town of North Andover IFB Page 70 of 89 Triple Combination Pumper Truck procurement officer will determine acceptability as to quality, workmanship, results of inspections and tests, and suitability for a particular purpose. ■ Responsibility Bidders must demonstrate that they meet the following measures of responsibility. The Town will not award a contract to any bidder who cannot furnish satisfactory evidence of his ability and experience in this type of work and that he has sufficient plant and capital to enable him to prosecute and complete the work as outlined. The Town may make such investigations as it deems necessary to determine the above and a bidder shall furnish any information requested in this regard. All costs not listed on the bid price sheet will not be considered part of the contract and therefore will not be paid. The Town of North Andover will not be charged fuel surcharges or administrative fees as part of any contract entered into as a result of this IFB. Additionally the Town of North Andover will not be charged late fees unless payment is not made within sixty (60) days of the receipt of invoice. The Town of North Andover is a tax exempt entity so no sales tax will be assessed to any purchases made under this proposed contract. Town of North Andover IFB Page 71 of 89 Triple Combination Pumper Truck APPENDIX A - PRICE BID The Contract will be awarded to the responsible and responsive bidder offering the lowest aggregate price for the base bid. All prices are to remain firm for the duration of the Contract. I. Base Bid One (1) Triple Combination Pumper Fire Truck as specified: $ II. Options a. Hose Bed Cover: $ b. Automatic Tire Chains: $ c. 12 -Volt Brow Lights: $ d. 12 -Volt Brow Light: $ e. Antennas: $ f. Power Strip Six Position: $ g. Gray Sealer: $ h. Hard Suction Trays: $ i. Opti Com: $ j. Map Box: $ k. MDT Power: $ 1. Wiring Spare: $ m. Air Horn and Siren Control: $ n. 12 -Volt Lighting: $ o. Tool Mounting Boards: $ p. Backboard Compartment: $ q. Rear Roll -up Door Modification: $ r. Floor Tray Hurst Tool Modification: $ Town of North Andover IFB Page 72 of 89 Triple Combination Pumper Truck s. Rear of Body Warning Light: t. Inspection Trip: Business Name Business Address Business Phone Name of Person Authorized to sign Price Bid Title of Person Authorized to sign Price Bid Signature of Above Person Fax Town of North Andover IFB Page 73 of 89 Triple Combination Pumper Truck Town of North Andover CONTRACT DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Address: Telephone Number: _ Fax Number: 1. This is a Contract for the procurement of the following: 2. The Contract price to be paid to the Contractor by the Town of North Andover is: 3. Payment will be made as follows: 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. Town of North Andover IFB Page 74 of 89 Triple Combination Pumper Truck 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before , unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. Town of North Andover IFB Page 75 of 89 Triple Combination Pumper Truck 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. 8. Termination and Default: 8.1 Without Cause. The Town may terminate this Contract on seven (7) calendar days notice when in the best interests of the Town by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. Upon termination without cause, Contractor will be paid for services rendered to the date of termination. 8.2 For Cause. If the Contractor is determined by the Town to be in default of any term or condition of this Contract, the Town may terminate this Contract on seven (7) days notice by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. 8.3 Default. The following shall constitute events of a default under the Contract: 1) any material misrepresentation made by the Contractor to the Town; 2) any failure to perform any of its obligations under this Contract including, but not limited to the following: (i) failure to commence performance of this Contract at the time specified in this Contract due to a reason or circumstance within the Contractor's reasonable control, (ii) failure to perform this Contract with sufficient personnel and equipment or with sufficient material to ensure the completion of this Contract within the specified time due to a reason or circumstance within the Contractor's reasonable control, (iii) failure to perform this Contract in a manner reasonably satisfactory to the Town, (iv) failure to promptly re -perform within a reasonable time the services that were rejected by the Town as unsatisfactory, or erroneous, (v) discontinuance of the services for reasons not beyond the Contractor's reasonable control, (vi) failure to comply with a material term of this Contract, including, but not limited to, the provision of insurance and non-discrimination, (vii) any other acts specifically and expressly stated in this Contract as constituting a basis for termination of this Contact, and (viii) failure to comply with any and all requirements of state law and/or regulations, and Town bylaw and/or regulations. 9. The Contractor's Breach and the Town's Remedies: Failure of the Contractor to comply with any of the terms or conditions of this Contract shall be deemed a material breach of this Contract, and the Town of North Andover shall Town of North Andover IFB Page 76 of 89 Triple Combination Pumper Truck have all the rights and remedies provided in the Contract documents, the right to cancel, terminate, or suspend the Contract in whole or in part, the right to maintain any and all actions at law or in equity or other proceedings with respect to a breach of this Contract, including damages and specific performance, and the right to select among the remedies available to it by all of the above. From any sums due to the Contractor for services, the Town may keep the whole or any part of the amount for expenses, losses and damages incurred by the Town as a consequence of procuring services as a result of any failure, omission or mistake of the Contractor in providing services as provided in this Contract. 10. Statutory Compliance: 10.1 This Contract will be construed and governed by the provisions of applicable federal, state and local laws and regulations; and wherever any provision of the Contract or Contract documents shall conflict with any provision or requirement of federal, state or local law or regulation, then the provisions of law and regulation shall control. Where applicable to the Contract, the provisions of the General Laws are incorporated by reference into this Contract, including, but not limited to, the following: General Laws Chapter 30B — Procurement of Goods and Services. General Laws Chapter 30, Sec. 39, et seq: - Public Works Contracts. General Laws Chapter 149, Section 44A, et seq: Public Buildings Contracts. 10.2 Wherever applicable law mandates the inclusion of any term and provision into a municipal contract, this Section shall be understood to import such term or provision into this Contract. To whatever extent any provision of this Contract shall be inconsistent with any law or regulation limiting the power or liability of cities and towns, such law or regulation shall control. 10.3 The Contractor shall give all notices and comply with all laws and regulations bearing on the performance of the Contract. If the Contractor performs the Contract in violation of any applicable law or regulation, the Contractor shall bear all costs arising therefrom. 10.4 The Contractor shall keep itself fully informed of all existing and future State and National Laws and Municipal By-laws and Regulations and of all orders and decrees of any bodies or tribunals having jurisdiction in any manner affecting those engaged or employed in the work, of the materials used in the work or in any way affecting the conduct of the work. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or Contract for this work in violation of any such law, by-law, regulation, order or decree, it shall forthwith report the same in writing to the Town. It shall, at all times, itself observe and comply with all such existing and future laws, by-laws, regulations, orders and decrees; and shall Town of North Andover IFB Page 77 of 89 Triple Combination Pumper Truck protect and indemnify the Town of North Andover, and its duly appointed agents against any claim or liability arising from or based on any violation whether by him or its agents, employees or subcontractors of any such law, by-law, regulation or decree. 11. Conflict of Interest: Both the Town and the Contractor acknowledge the provisions of the State Conflict of Interest Law (General Laws Chapter 268A), and this Contract expressly prohibits any activity which shall constitute a violation of that law. The Contractor shall be deemed to have investigated the application of M.G.L. c. 268A to the performance of this Contract; and by executing the Contract documents the Contractor certifies to the Town that neither it or its agents, employees, or subcontractors are thereby in violation of General Laws Chapter 268A. 12. Certification of Tax Compliance This Contract must include a certification of tax compliance by the Contractor, as required by General Laws Chapter 62C, Section 49A (Requirement of Tax Compliance by All Contractors Providing Goods, Services, or Real Estate Space to the Commonwealth or Subdivision). 13. Discrimination The Contractor will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151 B (Law Against Discrimination) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. 14. Assignment: Assignment of this Contract is prohibited, unless and only to the extent that assignment is provided for expressly in the Contract documents. 15. Condition of Enforceability gainst the Town: This Contract is only binding upon, and enforceable against, the Town if: (1) the Contract is signed by the Town Manager or its designee; and (2) endorsed with approval by the Town Accountant as to appropriation or availability of funds; and (3) endorsed with approval by the Town Counsel as to form. 16. Corporate Contractor: If the Contractor is a corporation, it shall endorse upon this Contract (or attach hereto) its Clerk's Certificate certifying the corporate capacity and authority of the party signing this Contract for the corporation. Such certificate shall be accompanied by a letter or other Town of North Andover IFB Page 78 of 89 Triple Combination Pumper Truck instrument stating that such authority continues in full force and effect as of the date the Contract is executed by the Contractor. This Contract shall not be enforceable against the Town of North Andover unless and until the Contractor complies with this section. The Contractor, if a foreign corporation, shall comply with the provisions of the General Laws, Chapter 181, Sections 3 and 5, and any Acts and Amendments thereof, and in addition thereto, relating to the appointment of the Commissioner of Corporations as its attorney, shall file with the Commissioner of Corporations a Power of Attorney and duly authenticated copies of its Charter or Certificate of Incorporation; and said Contractor shall comply with all the laws of the Commonwealth. 17. Liability of Public Officials: To the full extent permitted by law, no official, employee, agent or representative of the Town of North Andover shall be individually or personally liable on any obligation of the Town under this Contract. 18. Indemnification: The Contractor shall indemnify, defend and save harmless the Town, the Town's officers, agents and employees, from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, costs, expenses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by the Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective, or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this contract. 19. Workers Compensation Insurance: The Contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker's Compensation Act) to all employees of the Contractor who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts. Failure to provide and continue in force such insurance during the period of this Contract shall be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article. Town of North Andover IFB Page 79 of 89 Triple Combination Pumper Truck The Contractor shall furnish to the Town evidence of such insurance prior to the execution of this Contract before the same shall be binding on the parties thereto, except if specifically waived by the Town. 20. Documents, Materials, Etc. Any materials, reports, information, data, etc. given to or prepared or assembled by the Contractor under this Contract are to be kept confidential and shall not be made available to any individual or organization by the Contractor (except agents, servants, or employees of the Contractor) without the prior written approval of the Town, except as otherwise required by law. The Contractor shall comply with the provisions Chapter 66A of the General Laws of Massachusetts as it relates to public documents, and all other state and federal laws and regulations relating to confidentiality, security, privacy and use of confidential data. Any materials produced in whole or in part under this Contract shall not be subject to copyright, except by the Town, in the United States or any other country. The Town shall have unrestricted authority to, without payment of any royalty, commission, or additional fee of any type or nature, publicly disclose, reproduce, distribute and otherwise use, and authorize others to use, in whole or in part, any reports, data or other materials prepared under this Contract. All data, reports, programs, software, equipment, furnishings, and any other documentation or product paid for by the Town shall vest in the Town at the termination of this Contract. The Contractor shall at all times, during or after termination of this Contract, obtain the prior written approval of the Town before making any statement bearing on the work performed or data collected under this Contract to the press or issues any material for publication through any medium. 21. Audit, Inspection and Recordkeeping At any time during normal business hours, and as often as the Town may deem it reasonably necessary, there shall be available in the office of the Contractor for the purpose of audit, examination, and/or to make excerpts or transcript all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 22. Payn ent The Town agrees to make all reasonable efforts to pay to the Contractor the sum set forth in the Contractor's bid or proposal within thirty (30) days of receipt of an invoice detailing the work completed and acceptance from the Town of the work completed. Town of North Andover IFB Page 80 of 89 Triple Combination Pumper Truck 23. Waiver and Amendment Amendments, or waivers of any additional term, condition, covenant, duty or obligation contained in this Contract may be made only by written amendment executed by all signatories to the original Agreement, prior to the effective date of the amendment. To the extent allowed by law, any conditions, duties, and obligations contained in this Contract may be waived only by written Agreement by both parties. Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver, nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter. 24. Forum and Choice of Law This Contract and any performance herein shall be governed by and be construed in accordance with the laws of the Commonwealth. Any and all proceedings or actions relating to subject matter herein shall be brought and maintained in the courts of the Commonwealth or the federal district court sitting in the Commonwealth, which shall have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal rights of the parties. 25. Notices Any notice permitted or required under the provisions of this Contract to be given or served by either of the parties hereto upon the other party hereto shall be in writing and signed in the name or on the behalf of the party giving or serving the same. Notice shall be deemed to have been received at the time of actual service or three (3) business days after the date of a certified or registered mailing properly addressed. Notice to the Contractor shall be deemed sufficient if sent to the address set forth in the Contract and to the Town of North Andover by being sent to the Town Manager, Town Hall, 120 Main Street, North Andover, Massachusetts 01845. 26. Binding on Successors: This Contract shall be binding upon the Contractor, its assigns, transferees, and/or successors in interest (and where not corporate, the heirs and estate of the Contractor). 27. Complete Contract: This instrument, together with its endorsed supplements, and the other components of the contract documents, constitutes the entire contract between the parties, with no agreements other than those incorporated herein. Town of North Andover IFB Page 81 of 89 Triple Combination Pumper Truck 28. Supplemental Conditions: The foregoing provisions apply to all contracts to which the Town of North Andover shall be a party. One of the following "Supplements" must be "checked" as applicable to this Contract, shall be attached hereto, and shall in any event apply as the nature of the Contract requires. The Supplement contains additional terms governing the Contract: [ X ] GOODS SUPPLEMENT "G" - Applicable to Contracts for the procurement of Goods (governed by the provisions of General Laws Chapter 30B) [ ] SERVICES SUPPLEMENT "S" - Applicable to Contracts for the procurement of Services (governed by the provisions of General Laws Chapter 30B) [ ] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for Construction Town of North Andover IFB Page 82 of 89 Triple Combination Pumper Truck IN WITNESS WHEREOF the parties have hereto and to two other identical instruments set forth their hands the day and year first above written. THE TOWN Division/Department Head Contract Manager Town Manager Date APPROVED AS TO FORM: Town Counsel THE CONTRACTOR Company Name Signature Print Name & Title Date CERTIFICATION AS TO AVAILABILITY OF FUNDS: Town Accountant Town of North Andover IFB Triple Combination Pumper Truck Date Date Page 83 of 89 SUPPLEMENT "S" 1. This form supplements the general provisions of the Contract between the Town of North Andover, and , which Contract is a contract for the procurement of services. 2. "Services" shall mean furnishing of labor, time, or effort by the Contractor. This term shall not include employment agreements, collective bargaining agreements, or grant agreements. 3. Change Orders: Change orders for contracts subject to Massachusetts General laws Chapter 30B may not increase the quantity of services by more than twenty-five (25%) per cent, in compliance with General Laws Chapter 30B, §13. 4. Minimum Wage/Prevailing Wage; The Contractor will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, §1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The Contractor will at all times comply with the wage rates as determined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws Chapter 149, 26 to 27D (Prevailing Wage), as shall be in force and as amended. 5. Insurance: The Contractor shall obtain and maintain the following insurance: 5.1 Workers Compensation Insurance of the scope and amount required by the laws of the Commonwealth of Massachusetts. 5.2.1 Broad Form Commercial General Liability coverage with limits of at least $1 Million per occurrence and $3 Million aggregate, and which shall cover bodily injury, death, or property damage arising out of the work. 5.3 Automobile Liability Coverage, including coverage for owned, hired, or borrowed vehicles with limits of at least $1 Million per person, and $1 Million per accident. 5.4 The intent of the Specifications regarding insurance is to specify minimum coverage and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor's responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect it and the Town from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the work. 5.5 All required insurance shall be certified by a duly authorized representative of the insurers on the "MIIA" or "ACORD" Certificate of Insurance form incorporated into and made a part of this agreement. Properly executed certificates signifying adequate coverage in effect for the duration of the contract with renewal certificates issued not less than 30 days prior to expiration of a policy period, must be submitted to the Town prior to commencement of this Agreement. Town of North Andover IFB Page 84 of 89 Triple Combination Pumper Truck 5.6 The Town shall be named as an additional insured on the above referenced liability policies, and the Contractor's insurance shall be the primary coverage. The cost of such insurance, including required endorsements or amendments, shall be the sole responsibility of the Contractor. 6. Indemnification: The Contractor shall indemnify, defend and save harmless the Town, its officers, agents and employees from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, costs, expenses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) brought or recovered against them that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of this indemnification. APPROVED AS TO FORM ONLY: TOWN OF NORTH ANDOVER Town Counsel Town Manager I CERTIFY THAT FUNDS ARE AVAILABLE IN ACCOUNT No Department/Division Head Town Accountant THE CONTRACTOR: Date: Town of North Andover IFB Page 85 of 89 Triple Combination Pumper Truck CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I , authorized signatory for Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Town of North Andover IFB Triple Combination Pumper Truck Date Page 86 of 89 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on it was VOTED, THAT (Name) (Officer) of be and hereby is authorized to execute contracts and bonds in the name and on behalf of said , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of on its behalf by such officer under seal of , shall be valid and binding upon that I hereby certify that I am the clerk of the above named and is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. (Date) (Clerk) Town of North Andover IFB Page 87 of 89 Triple Combination Pumper Truck PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at as Principal (the "Principal"), and , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a Contract with the Obligee, bearing the date of , for the construction of NOW THE CONDITIONS of this obligation are such that if the Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants, agreement, terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undertakings, covenants, agreements, terms and conditions of any and all duly authorized modifications, alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by the Principal, or is terminated by the Town of North Andover, Massachusetts under the applicable provisions of the Contract, the Surety hereby further agrees that the Surety shall, if requested in writing by the Town of North Andover, Massachusetts promptly take such action as is necessary to complete said Contract in accordance with its terms and conditions. Town of North Andover IFB Page 88 of 89 Triple Combination Pumper Truck IN WITNESS WHEREOF, the Principal and Surety have hereto set their hands and seals this of PRINCIPAL [Name and Seal] [Title] Attest: Town of North Andover IFB Triple Combination Pumper Truck Y113"V4 [Attorney-in-fact] [Seal] [Address] [Phone] Attest: END OF PERFORMANCE BOND day Page 89 of 89