notice of bid letting - e-gov · pdf filenotice of bid letting ... 12. guarantees and...

44
VILLAGE OF SIWIUE PURCHASING DIVISION NOTICE OF BID LETTING Issued January 1 L 2011 Specification and Contract Document Number: 01-15-2011 Fire Apparatus Refurbishment Name of Bidding Firm: Renewed Performance, Inc. Bid Opening Time and Date: ll:OOA.M, Wednesday, February 9, 2011 Bid Deposit: None Performance & Payment Bond None PLEASE MARK THE RETURN ENVELOPE: 1. Bid Opening Date and Time 2. Title of Job 3. Specification Number RETURN BIDS TO: Village of Skokie 5127 W. Oakton Street Skokie, IL 60077 ATTN: Michael Aleksic, Purchasing Agent Telephone: (847) 933-8240 (847) 568-8839 BIDS SUBMITTED BY FACSIMILE OR E-MAIL WILL NOT BE ACCEPTED Please return the entire document intact. Doc #368149

Upload: trinhquynh

Post on 10-Mar-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

VILLAGE OF SIWIUE PURCHASING DIVISION

NOTICE OF BID LETTING Issued January 1 L 2011

Specification and Contract Document Number: 01-15-2011

Fire Apparatus Refurbishment

Name of Bidding Firm: Renewed Performance, Inc.

Bid Opening Time and Date: ll:OOA.M, Wednesday, February 9, 2011

Bid Deposit: None

Performance & Payment Bond None

PLEASE MARK THE RETURN ENVELOPE: 1. Bid Opening Date and Time 2. Title of Job 3. Specification Number

RETURN BIDS TO: Village of Skokie 5127 W. Oakton Street Skokie, IL 60077 ATTN: Michael Aleksic, Purchasing Agent Telephone: (847) 933-8240 (847) 568-8839

BIDS SUBMITTED BY FACSIMILE OR E-MAIL WILL NOT BE ACCEPTED Please return the entire document intact.

Doc #368149

VILLAGE OF SKOKIE BID FORM

VILLAGE OF SKOKIE FORMS AND SPECIFICATIONS

RPI GENERAL SPECIFICATIONS CLARIFICATIONS INSURANCE CERTIFICATE

RPI DETAILED SPECIFICATIONS

QUALIFICATIONS AND REFERENCES

1

2

3

4

5

BID FORM

The undersigned proposes, in accordance with the tenns of the Contract Documents of which this proposal is a part, to refurbish and repair the Pumper Fire Apparatus, including pickup and deliver, to the V illage of Skokie, the finished unit as follows:

Please indicate unit prices bid in the spaces provided below.

ITEM QUANTITY DESCRIPTION

1 Pump

2 Paint, Cab, and Body Exterior

.,

.) Cab Repairs/Upholstery

4 Lighting

TOTAL

Altemate 1 $ 350 . 00 --------

Alternate 2 $ 986 . 00 - - - -----

Altemate 3 $ 3, 388 . 00 --------

UNIT PRICE

$ 15 , 127 . 00 ____ ::__ __

$ __ ____0:::2~5 L-4=8..!..:4 -~0~0-

$ 19,51 4. 00 ----=----

$ 17, 717 . 00 ____ _:__ __ _

$ 77,842 . 00 --------

CashBillingTerms: SO% after reoairs/before oaint and 50% upon completion (See General Conditions)

Title: President

Doc #368 149 17

GENERAL CONDITIONS Village of Skokie

· l. Submission of Proposal : All bids must be delivered to the office of the Purchasing Agent at the Village by tl1e specified opening time of ilie bid. Bids arriving after the specitied time will not be accepted. Mailed bids, which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. All bids shall be submitted in sealed envelopes carrying tl1e foll owing information: bidder's name, address, subject matter of proposal and designated date and time of bid opening. Bids transmitted by facsimi le shall not be accepted unless such transmission is specifically provided within the bid document. Sealed bids wi ll be opened in public at the time and place shown herein. After the public bid opening, however, bid results wil l not be available until after award of the contract.

2. Bid Deposit: When required on the cover sheet, a bid deposit in the amount specified shall accompany al l bids. Bid deposits shall be in the forn1 of cash, bond, a certitied check or cashier's check drawn on a responsible bank doing business in the United States and shall be made payable to the Village of Skokie. All bids not accompanied by a bid deposit, when required, wil l be rejected. Bid deposits of the two lowest bidders will be returned after the contract is awarded. Bid deposits of all otl1ers will be returned immediately. The bid deposit of the accepted bidder will be returned upon receipt by the Village of satisfactory perfonnance bond where such bond is required or completion of contract.

3. Performance Bond: When required by the specitications herein, the successful bidder shall fumish a performance bond, acceptable to tl1e Village. within fourteen ( 14) calendar days after notitication of contract award. Failure to furnish the required bond within the time specified may be cause for r~jection of the bid and any bid depos it may be retained by tl1e Village as liquidated damages and not as a penalty. IT BEING NOW AGREED that said sum is a fair estimate of the amount of damages the Village will sustain due to the bidder's failure to fu rnish said bond.

4. Withdrawal of Proposal: Bidders may withdraw or cancel their proposals at any time prior to the advertised bid opening time. After ilie bid opening time, no bid shall be withdrawn or cancelled for a period of sixty (60) calendar days. When this contract must be approved by another agency, no bid shall be withdrawn or cancelled for a period of ninety (90) days after the bid opening time.

5. Preparation of Proposal: The bidder shall prepare proposal on the attached proposal torrns. Unless otherwise stated, all blank spaces on the proposal page or pages, applicable to the subject specification, must be correctl y filled in. Either a unit price or a lump sum price, as the case may be, must be stated for each and every item, either typed in or written in ink. lf bidder is a corporation, the President and Secretary shall execute the bid and the corporate seal shall be aftixed. In tl1e event that this bid is executed by other than the President, attach hereto a certitied copy ofthat section of corporate by-laws or otller autl1orization by the Corporation, which permits the person to execute the offer for the Corporation. If bidder is a partnership, all partners shall execute the bid, unless one partner has been authorized to sign tor the partnership, in which case, evidence of such authori ty satisfactory to the Purchasing Agent shall be submined.

6. Compliance with Laws: The bidder shall at al l times observe and comply with all laws, ord inances and regulations of the federal , state, local and Village govemments, which may in any manner affect the contract. Any contract resultant tram this solicitation shall be governed under the laws of the State of Illinois.

7. Interpretation of Contract Documents: Any bidder in doubt as to the true meaning of any part of the specifications or other contract documents, may submit to the Purchasing Agent a written request tor an interpretation tl1ereof The person submitting the request will be responsible lor its prompt delivery. Such interpretation will be made only by an addendum duly issued by the Purchasing Agent. A copy of such addendum will be mailed to all prospective bidders. Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of the proposal. Bidder will acknowledge receipt of each addendum issued. Oral explanations will not be binding. Any reference in tllese specifications to manufacturer's name, trade name, or catalog number (unless otherwise specified) is intended only to indicate articles that will be satisfactory, and shall is not intended to restrict competition. Bids on other makes and catalog numbers will be considered, provided each bidder clearly states exactly what is proposed to be fi1mished. Un less so stated on proposal, it shall be understood that bidder intends to fum ish item identitied and does not propose to furnish an "equal" . The Purchasing Agent hereby reserves the right to approve as an "equal", or to reject as not being an "equal", any article the bidder proposes to fum ish which contains major or minor variations tram specification requirements by which may comply substantially therewith.

8. Conditions: Bidders are advised to become familiar with all tenns, conditions, instructions and specifications goveming this bid. Once tl1e award has been made, failure to have read all the conditions, instructions and specificati ons of this contract shall not be cause to alter the original contract or to request additional compensation.

9. Catalogs: Each bidder shall submit, where necessary, or when requested by the Purchasing Agent, catalogs, descriptive literature, and detailed drawings, fully detailing features, designs, construction, appointments, finishes and the like not covered in the specifications, necessary to fi11ly describe the material or work proposed to be furnished. Failure to provide such information as required may result in bid disqualification.

Doc #368149 2

I 0. Consideration of P•·oposals: The Purchasing Agent shall represent and act tOr the Village in all matters pertaining to this proposal and contract in conjunction therewith. The Village reserves the right to reject any or all proposals and to disregard any infonnality on the bids and bidding, when in its opinion the best interest of the Village will be served by such action. No proposal will be accepted from or contract awarded to any person, finn or corporation that is in arrears or is in default to the Village of Skokie upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to said Village, or had failed to perfonn faith±l•lly any previous contract with the Village. The bidder, if requested, must present within 48 hours, evidence satisfactory to the Purchasing Agent of perfom1ance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the tenns of these specifications and contract documents.

11 Discounts: Bidders shall provide prompt payment discounts in the area shown herein. When cash discounts are offered, the discount date shall begin with the invoice date or delivery date to the Village, whichever is later. Prompt payment discounts shall not be a consideration in the award of a contract

12. Guarantees and Warranties: All guarantees and warranties required shall be furnished by the Contractor and shall be delivered to the Purchasing Agent betOre final voucher on the contract is issued. The warranty period shall commence upon final acceptance of product.

13. Delivery All materials shipped to the Village of Skokie must be shipped F.O.B. delivered, designated location. Skokie, Illinois. If delivery is made by truck, arrangements must be made in advance by the Contractor in order that the Village may arrange for receipt of the materials. The materials must then be delivered where directed. Truck deliveries will be accepted befOre 4:30 P.M. on weekdays only. No deliveries will be accepted on Saturdays, Sundays or Holidays.

14. Inspections: 1l1e Village shall have the right to inspect any materials, components, equipment, supplies, services, or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the Village. Any items rejected shall be removed from the premises of the Village cmd/or replaced at the entire expense of the successful bidder.

15. Taxes: Federal Excise Tax does not apply to materials purchased by the Village of Skokie, Illinois Retailer's Occupation Tax, Use Tax, and Municipal Retailer's Occupation Tax do not apply to materials or services purchased by the Village of Skokie by virtue of Statute.

16. Patents: Bidders agree to indemnifY, defend and save hannless the Village of Skokie from and against all demands, claims, suits, cost, expenses, damages and adjustments based on any infringement of any patent relating to goods specified in this contract.

17. Hold Harmless and Indemnification: To the fullest extent pem1itted by law, Contractor agrees to indemnify, save hannless and defend the Village of Skokie, its agents, servants, and employees, and each ofthem against and hold it and them hannless from any and a!llawsuits, claims, demands, liabilities, losses or expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting ti"om such injury, or any damage to any property, which may arise or which may be alleged to have arisen, in whole or in part, out of or in connection with the vvork covered by this contract. The foregoing indemnity shall apply except if such il~jury, death or damage is caused directly and solely by the negligence or other fault of the Village of Skokie, its agents, servants, or employees or any other person indemnified hereunder. This indemnification obligation is not limited by, but is in addition to the insurance obligations, which may be contained in this contract. The provisions of this paragraph shall not be waived.

18. Termination of Contract: The Village reserves the right to tem1inate the whole or any part of this contract, upon written notice to the Contractor, in the event that sufficient funds to complete the contract are not appropriated by the Skokie Board of Trustees. The Village further reserves the right to tenninate the whole or any part of this contract, upon written notice to the Contractor, in the event of default by the Contractor. Default is detlned as tbilure of the Contractor to pertOrrn any of the provisions of this contract or failure to make sufficient progress so as to endanger periOnmmce of this contract in accordance with its tenns. In the event of default and tennination, the Village may procure, upon such tenns and in such manner, as the Purchasing Agent may deem appropriate, supplies or services similar to those so tenninated. The Contractor shall be liable tOr any excess costs for such similar supplies or service unless acceptable evidence is submitted to the Purchasing Agent that tbilure to perfonn the contract was due to causes beyond the control and without the fault or negligence of the Contractor

19. Regulatorv Compliance: Seller represents and warrants that the goods and services furnished hereunder (including all labels, packages and container for said goods) comply with all applicable standards, rules and regulations as applicable including the Occupational Safety and Health Act as amended with respect to design, construction, manutbcture or use tOr their intended purpose of said goods or services. Seller shall fum ish "Material Safety Data Sheets" in compliance with the Illinois Toxic Substances Disclosure Act, and shall otherwise comply with the requirements of said act tOr materials and supplies covered by the act.

20. Special Handling: Prior to delivery of any material which is caustic, corrosive, tlammable or dangerous to handle, the supplier will provide written directions as to methods of handling such products, as well as the antidote or neutralizing material required tOr its first aid before delivery.

2L Prevailing Wage: When specified herein, not less than the Prevailing Rate of Wages as found by the Village of Skokie or the Department of Labor or detennined by the court on review shall be paid to a laborers, workrnan and mechanics pertOm1ing work under this contract. Prevailing Wage IntOnnation may be obtained on the lntemet by accessing The Illinois Department of Labor web-site at http://www.state.il.us/agenc:y/idol/CM/ODDMO/COOKxxxx.btm.

Doc #368149 3

SPECIAL CONDITIONS

1.0 Scope: The scope of this contract is to establish a source or sources for the provision of refurbishment products and services on a 1997 Pierce Pumper as specified herein.

2.0 1\vvard: The Village shall avvard the contract to the lovvest responsive and responsible bidder vvho is best qualified to perform per the requirements herein. The Village reserves the right to split the avvard by line item, to avvard only certain items, or avvard all items (see attached Bid Fonn) as determined to be in the best interest of the Village. Pricing for alternates shall be evaluated but not considered as part of the bid total.

3.0 Compliance vvith Specifications/Retention for Errors and Omissions: i\11 items shall be delivered in exact compliance vvith specifications and vvith all standard pre-delivery service properly completed. Failure to comply shall be considered grounds for the Village to seek remedy for the deficiency, including vvithholding of payment, or retention of a percentage of payment for errors or omissions on the part of the contractor, of up to ten percent (1 0%) ofthe value of the contract.

4.0 Pick-up & Delivery: The unit is to be picked up and delivered F.O.B. Destination, to the Village of Skokie, at the follovving address:

Municipal Garage 9050 Gross Point Road

Skokie, IL 60077

5.0 Inguiries: i\11 contractual inqmnes shall be directed to the Purchasing 1\gent, and technical inquiries regarding the specifications may be directed to Jim Walters, Deputy Chief, Skokie Fire Department.

5.1 5.2

Purchasing Department: Fire Department:

6.0 Exceptions to Specifications:

(84 7) 933-8240 (847) 982-5323

6.1 Please list any and all exceptions tal,en to this specification in the area provided below. The determination as to the acceptability of any alternative methodologies utilized to accomplish the required task shall be made solely at the discretion of the Village of Skokie. i\ttach additional sheets if required. Failure to provide this information may result in disqualification of your bid.

_Xc_X_:___No exception to specification --~Exceptions as noted

Doc #368149 4

6.2 The Village of Skokie reserves the right to waive minor deficiencies, informalities or technical variances, which by their nature are restrictive to a specific manufacturer, if in its judgement, it would be in the best interest of the Village of Skokie to do so, and it would not prejudice the rights of other bidders.

6.3 The determination of whether-or-not a substitute offered is in fact equal to the item specified and/or acceptable as an alternate shall be made at the absolute discretion of the Village of Skokie.

7.0 Pricing: Please provide pricing for each item shown herein. Pricing should reflect pick-up and delivery, and the cost of all work to be completed. The Village shall not tolerate additions to pricing after the issuance of a contract award.

8.0 Warranty: 8.1 Seller warrants that all goods and services furnished hereunder will conform in

all respects to the terms of this solicitation, including any drawings, specifications or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title, and will be free from such defects in design. In addition, Seller warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly specified in this solicitation. The Village may return any nonconforming or defective items to the Seller or require correction or replacement of the item at the time the defect is discovered, all at the Seller's risk and expense. Acceptance shall not relieve the Seller of its responsibility.

8.2 Bidder shall provide detailed information concerning warranties of commercially acceptable quality, function, performance, service, parts or any other warranties offered along with bid. Bidder may utilize spaces provided below to detail type of warranties, duration of warranties and other pertinent information. Submit and refer to additional sheets as required.

See the General section of Renewed Performance, InC-

specifications.

9.0 Payments:

Doc #368149 5

9.1 The Village reserves the right to make partial payments for work completed, or pay the Contractor at the completion of the project. Arrangements for partial payment must be approved in advance by the Purchasing Agent, and shall provide for inspection of the work completed by the Village prior to approval of such payments. No payment shall be made for work not inspected by the Village.

9.2 The Village shall retain I 0% of each payment made during the course of the project. Payment of retainage shall be made to the Contractor contingent on successful completion of the work, and subsequent acceptance of the work by the Village.

9.3 Payments shall be governed by the Illinois "Local Government Prompt Payment Act" (50 ILCS 505/1).

I 0.0 References: In order to allow the Village an opportunity to evaluate the experience of your firm as it relates to this project, please complete the enclosed "References" form. Provide references of organizations who have utilized similar services. A minimum of three (3) references are requested; however a bidder may list more than three. Failure to include references may result in bid disqualification.

Doc #368149 6

DETAILED SPECIFICATIONS

Refurbishment of Pump, Body, Cab and specified accessories

1. General It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories, which will comprise and furnish the system described.

Any deviations from the specifications shall be noted on the specification forms . All exceptions to this bid must be listed. A detailed list of components required is included and is the basis on which the supplier' s proposal must be made.

2.0 Materials and Workmanship All furnished equipment, materials and worlananship shall be of the highest grade in accordance with modern Fire Apparatus industry practice. The equipment supplied shall be new and newly manufactures as appropriate, and unused except for the necessary testing, calibration and transportation. Bidder qualifications must be included with this bid document to substantiate past experience with this type of Fire Apparatus Refurbishment.

3.0 Parts and Service

3.1 To best service the requirements ofthe purchaser, it is the intent of these Specifications to secure equipment and services, which can be properly maintained and serviced without the necessity of stocking expensive parts inventory or being subjected to long periods of interrupted service due to lack of spare parts.

Indicate location of the manufacturer's primary parts depot in the Chicago area. See be l ow - Service Center

3.2 All suppliers submitting proposals must have available a complete factory parts and service center with full electronic diagnostic and mechanical rebuild/repair equipment. The center shall be staffed with full time mechanical technicians. All suppliers should also have available spare parts ordering and shipping pers01mel during regular business hours.

3.3 The factory center must have toll free telephone service and be convenient to air freight, bus or overnight parcel service. The supplier shall list the nearest factory parts and service location, plus any other pertinent information requested. The buyer may exercise the right to inspect each bidder' s facilities to determine his qualifications to provide parts and service on an acceptable basis.

3.4 Name of Service Center _B_i _ll_W_o_l_f_f_-,-_ _______ _ Address 134 N. Prairie Avenue City,State Bloomington, Illinois 60108 Phone 866 - 675-7586 ---------------------

Doc #368149 7

4.0 . Equipment Loaner Policy

No loaner is required.

5.0 Testing and Training

After pump work is completed, it shall be tested and certified by Underwriters Laboratories using pump testing procedures. Any operational changes due to the refurbishment shall be conveyed to the Skokie Fire Department and 3 training sessions on three consecutive days shall be completed upon delivery of the unit. All training must be made by a factory qualified training and service person who is equipped with the technical equipment and experience necessary to service equipment.

6.0 Service Manuals

The supplier of the Unit Refurbishment shall provide two (2) complete sets of Repair and Service Manuals for any new components provided as part of the refurbishment.

7.0 Parts Manuals

The supplier of the Unit Refurbishment shall provide two (2) complete Parts Manuals for the new components as well as the current production pmt number to match the supplied units.

8. 0 Refurbishment

The following specifications must be considered minimwn requirements and m1y exceptions must be noted.

Pre-bid inspection of this unit is recommended

This unit is a 1997 Pierce Pumper.

The pump, cab, and body are to be refurbished.

Doc #368149 8

PUMP

Transfer Valve Switch and Electric Motor Replace the transfer valve switch and electric transfer valve motor.

Suction Relief Valve Overhaul The relief valve body will be removed from the pump body, thoroughly cleaned and inspected for pitting and other evidence of wear. Small imperfections will be sanded or honed to reduce the size and allow smooth operation. The relief valve will be re-installed and tested to assure proper operation per the manufacturers and NFP A standards.

Pump Valve Overhaul All discharge, tank fill, tank to pump and auxiliary inlet valves will be removed from the adjacent piping to facilitate cleaning and allow bench rebuilding. The valve seals and ball will be removed and carefully inspected for wear or abnormal operation. New seals and 0-rings will be installed per manufacturer's recommendation, including a new ball if required. The valves will be reinstalled and dynamically tested for internal and external leakage.

Outlet Bleeders/Drains/ Swing Stvle Handle Control New swing drain valves will be installed in place of push-pull drains.

All drains will be updated to the new swing handle design.

A .75" bleeder valve will 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 will be located behind the panel with a swing style handle control extended to the outside of the side pump panel. The handles will be chrome plated and provide a visual indication of valve position. The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. Bleeders will be located at the bottom of the pump panel. They will be properly labeled identifying the discharge they are plumbed in to. The water discharged by the bleeders will be routed below the chassis frame rails.

Pump and Gauge Panel (Side Mount) New pump and gauge panels will be provided on each side of the pump house. New panels shall be fabricated aluminum with a black "Duracoat" finish.

The passenger's side pump panel will be removable and fastened with swell type fasteners.

A polished aluminum trim molding will be provided on both sides of the pump panel.

Doc #368149 9

The gauge pa.'lel will be hinged, at the bottom, with a full length stainless steel hinge. The fasteners that hold the panel, in the up right position, will be quarter-turn style. Vinyl covered chains will be used to hold the panel in the dropped position.

All new pump panel Tags, Bezels, Tee handles and linkages will be provided.

Gauges, Vacuum and Pressure The pump vacuum and pressure gauges will be silicone filled and manufactured by Class I, Inc.

The gauges will be a minimum of 4.00" in diameter and will have white faces with black lettering, with a pressure range of 30.00"-0-400#.

Gauge construction will include a Zytel nylon case with adhesive motmting gasket and threaded retaining nut.

The pump pressure and vacuum gauges will be installed adjacent to each other at the pump operator's control panel.

Test port connections will be provided at the pump operator's panel. One will be cmmected to the intake side of the pump, and the other to the discharge manifold of the pump. They will have 0.25 in. standard pipe thread connections and polished stainless steel plugs. They will be marked with a label.

Pump Inlets, Outlets, and Drains will be color coded with the correlating operating handles.

Gauges will include a I 0 year warranty against leakage, pointer defect, and defective bourdon tube.

Pressure Gauges The individual "line" pressme gauges for the discharges will be Class I interlube filled.

They will be 2.50" in diameter and have white faces with black lettering.

Gauges will have a pressure range of 0-400#. The individual pressure gauge will be installed as close to the outlet control as practical.

Pump Certification Pump certification to the same standards as the third party UL test with certificate delivered to Village representative.

Doc #368149 10

Water Tank Water tank shall be inspected and tested for potential leaks. Deficiencies will be noted and provided to the Village. Tank has a lifetime warranty and any required repairs will be forwarded to the apparatus manufacturer.

PAINT, CAB, AND BODY EXTERIOR

The scope of the process and extent of the repaint procedure will be as follows:

All lettering, striping, and graphics will be removed prior to paint.

The cab and body exterior shall be completely disassembled. This is to include but not limited to, removal of the front bumper and filler panel, aluminum tread plate overlays, all DOT lights, warning lights, and scene lights, wipers, all cab glass, mirrors, grab handles, door hinges and handles, air vents, wheel opening moldings, trim strips and nameplates.

The cab and body will be inspected for corrosion. All areas of surface corrosion will be repaired before paint. Replace all rusted through metal.

Inspect the underside of cab, chassis frame and undercarriage. Minor joint weld fatigue will be repaired. Any serious deficiencies will be repmied to the customer along with a cost estimate for approval of any needed repairs.

The cab and chassis undercoating will be inspected. If no corrosion is evident and the undercoating is not missing or defective no action will be necessary. If corrosion is present, or undercoating is defective, it will be removed and recoated.

The vehicle repaint will include: • Cab and body exterior. • Body compartment interiors. • Two-tone cab paint (white top, red bottom). • Cab doors, exteriors and jambs. • Body doors, exteriors and interior panels. • Wheels

The exterior custom cab and body painting procedure will consist of a minimum six (6) step finishing process as follows:

1. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting. Surfaces that will not be painted include all chrome plated, polished stainless steel, anodized aluminum and bright aluminum tread plate. Each imperfection on the exterior metal surface will be removed

Doc #368149 ]]

or filled and then sanded smooth for a smooth appearance. All seams will be sealed before painting. Surface areas not requiring paint or replacement shall be cleaned and polished.

2. Chemical Cleaning and Treatment - The metal surfaces will be properly cleaned using a high pressure and high temperature acid etching 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 will be applied to all metal surfaces, excluding undercarriage components, at the conclusion of the metal treatment process.

3. Primer/Surfacer Coats - A two (2) component urethane primer/surfacer will be hand applied to the chemically treated metal surfaces to provide a strong corrosion protective base coat and to smooth out the surface.

4. Hand Sanding - The primer/surfacer coat will be lightly sanded to an ultra smooth finish.

5. Sealer Primer Coat- A two (2) component sealer primer coat will be applied over the sanded primer.

6. Topcoat Paint - Two (2) coats of an automotive grade, two (2) component acrylic urethane paint, will be applied.

Additional Body Work Requirements

l. Metal coated with rust preventative material between painted body and all tread plate attached to the body to serve as a barrier between dissimilar metals:

A) Sealed around edges with clear silicone sealer.

2. All door handles, grab rails, hinges, and accessories attached to the body will be gasketed to prevent paint chipping and corrosion.

3. All compartment door rubber seals will be replaced to insure water tight seal.

4. Clean and polish all tread plate:

A) Clean chrome and other materials not painted.

5. Any fasteners replaced will be stainless steel to reduce corrosion:

A) Lock-Tight thread lock shall be used on all screws and bolts when reassembled.

6. Undercoat cab and apparatus body with rust preventative material as appropriate.

7. Cab seal between tilt cab and stationary cab shall be inspected and if deficiencies are noted, seal will be replaced.

Doc #368149 12

Reflective Striping The 6.00" to 1.00" reflective stripe will be provided across the front of the vehicle and along the sides of the body. The reflective band will include an "S" ribbon design. Reflective Chevron 6" Striping on rear of apparatus. Vendor to provide color options.

Reflective Lettering All Lettering and Striping will be replaced. (See Alternate 1)

CAB REP AIRS!UPHOLSTERY

The cab interior upholstery will be replaced with new. The new upholstery will include all cab and crew cab seats, four ( 4) door panels, visors, cab and crew cab headliners, rear crew cab wall and engine cover. Re-install Streamlight Holder/Charger bases (locations to be detennined). Cab interior will comply with current NFP A ambient noise standards. Vinyl options shall be provided by the vendor.

Rebuild the cab doors to include the following:

A) Adjust and lubricate door latches and replace any defective components.

B) Adjust and lubricate window regulators and replace any defective components.

C) Replace cab door weather seals with new extruded rubber door seals

D) Replace cab door window weather felting material

E) Adjust door stays and replace as necessary

F) Adjust doors for proper fit

The cab dash (instrument panel) will be inspected and cleaned. Vendor will assist in providing options for mounting computer and other cab equipment.

Seat Belts All cab seat belts will be replaced with new. The new belts will be longer than the existing and red in color meeting current NFP A requirements.

The forward facing seats will be furnished with three point shoulder type seat belts. The rear facing seats will be furnished with lap type seat belts. All seat belts will be furnished with automatic retractor. Extension will 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.

Doc #368149 13

SCBA Holders Install new Life Guard "Smart Dock" SCBA Holders on all seats currently outfitted with SCBA brackets.

Handrails All existing body and cab handrails will be replaced with new NFPA 1901 compliant non-slip 1.25" diameter anodized aluminum extrusion, with a ribbed design, to provide a positive gripping surface.

Chrome plated end stanchions will support the handrail. Plastic gaskets will be used between end stanchions and any painted surfaces.

Drain holes will be provided in the bottom of all vertically mounted handrails.

Bright Aluminum Tread Plate All exterior, bright, aluminum tread plate will be replaced with NFPA 1901 compliant, serrated bright aluminum tread plate material. To include:

• Rmming boards. • Front bulkhead. • Tailboard. • Beavertaillining. • Aluminum tread plate panels above pump panels. • Back of cab.

Rear of body will be of smooth aluminum to accommodate Chevron striping. New rear doors will be fabricated and contain Chevron striping and R 17 lettering.

Compartment Doors All compartment doors will be rebuilt to include replacement of any defective components, adjust and lubricate door latches, door stays, and replace compartment rubber door seals. Adjust doors for proper operation and fit.

LIGHTING

All exterior vehicle lights will be replaced.

DOT/FVMSS LIGHTING All exterior DOT/FVMSS lighting will be replaced with new LED lights. The new lighting will meet or exceed Federal Department of Transpmiation, Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements. The

Doc #368149 14

new lighting will include the following: (See owner supplied lighting schematic)

FRONT • One (l)Whelen Freedom Super LED Lightbar 77'' ( #FX2RRRR)

• Two (2) 400 Linear Red (#FLDRR)

• Two (2) PAR 46 Spot light LED (#P46SLC)

• Two(2) Headlight Mounting Kit (#6EHDLTMK)

Two (2) 600 Series LED Amber Tum Arrow (#60AOOTAR)

• Two (2) 600 Series Super LED Red (#60R02FFR)

• Two (2) Chrome Flange (#6EFLANGE)

• Replace existing Opticom"11 emitter with Whelen Opticom'm Infared System Model 795DM (interior upper windshield mounted).

DRIVER SIDE

• Two (2) 600 Series Super LED Red (#60R02FFR)

• Flood Light LED 12V (#KR-SB-3PFP2-l)

• Two (2) Chrome Flange (#6EFLANGE)

• Three (3) Strip Light Warning Red (#PSROOFRR)

PASSENGER SIDE

• Two (2) 600 Series Super LED Red (#60R02FFR)

• FloodLight LED 12V (#KR-SB-3PFP2-l)

• Two (2) Chrome Flange (#6EFLANGE)

• Three (3) Strip Light Warning Red (#PSROOFRR)

REAR

• Two (2) L360 Super LED Beacon Red (#L31HRF)

Doc #368149 15

• Four (4) 600 Series Super LED Red (#60R02FFR)

• Two (2) 600 Series LED Brake/Tail (#60ROOXRR)

• Two (2) 600 Series LED Amber Turn Arrow (#60AOOTAR)

• Two (2) 600 Series LED Back Up (#60COOWCR

• Two (2) 600 Series Polished Housing (#CAST4V)

• Traffic Advisor (#TANF85)

Compartment Lighting

Replace all existing interior compartment lighting with Whelen Strip-Lite Series Model PSCOCDCR lighting.

ALTERNATES I. Paint "E 17" on front grill. 2. Install stainless steel wheel covers and rear wheel inserts. 3. Install in cab Intercom/Headset Hearing Protection System ( 4 Position)

WASH AND FUEL The vehicle will be washed and fueled in preparation for inspection/delivery.

WORK SCHEDULE/INSPECTIONS Provide a work sequence schedule indicating start and milestone completion dates when inspections can be made, and total estimated completion time. Inspection of the unit can be arranged by contacting Deputy Chief Jim Walters at 847-982-5323.

Doc #368149 16

REFERENCES

for

VILLAGE OF SKOKIE Please list below current business references for which you have performed work similar to that required by this proposal. Please provide this information for each partner in a Joint Venture, and for all Subcontractors.

Facility: See attached Qualifications and References

Address: ________________________ _

City, State, Zip Code: __________________ _

Telephone Number: _____________________ _

Contact Person: ______________________ _

Dates of Service: _____________________ _

Facility: _______________________ _

Address: ________________________ _

City, State, Zip Code: _________________ _

Telephone Number: _____________________ _

Contact Person: ______________________ _

D·ates of Service: --------------------

Facility: _______________________ _

Address: ________________________ _

City, State, Zip Code: __________________ _

Telephone Number: _____________________ _

Contact Person: ______________________ _

Dates of Service: _____________________ _

Complete this form and submit it with Form of Proposal.

Offeror's Name: Raymond D. Sal ati

Sigm<=~

Doc #368149 18

Village of Skokie Standard Insurance Requirements

INSURANCE REQUIREMENTS:

Contractor shall maintain for the duration of this contract ;md any extensions thereof insurance issued by a company or companies qualified to do business in the State of Illinois. The insurance companies providing coverage shall be rated in the Best's Key Rating Guide. The Village will accept companies with a rating of A- or better and shall have a financial size category of VII or better.

1.0 Workers Compensation and Employers' Liability

1. 0 l Workers compensation

1.02 Employers Liability

a. Each Accident

b. Disease - policy limit

c. Disease - each employee

2.0 Comprehensive General Liability

General Aggregate Limit

Products-Completed Operations

Each Occurrence Limit

Statutory Limits

$500,000

$500,000

$500,000

$2,000,000

$2,000,000

$1,000,000

The Village of Skokie is an additional insured on General Liability policy. The

general aggregate limit shall be a per project aggregate. The Village may accept a

separate owner's protective liability policy provided all coverage, limits and

endorsements are in conformity with this section. The Village of Skokie IS a

Named Insured on OCP policy.

3.0 Conn11ercial Automobile Liability - The policy shall cover all owned, non-owned & hired vehicles. The Village of Skokie is an additional insured on Commercial Auto Liability policy.

Combined Single Limit

4.0 Excess Liability- Umbrella Form

Each Occurrence

Aggregate

$1,000,000

$1,000,000

$1,000,000

The General Liability and Umbrella policies are both primary and non-contributory.

5.0 Contractor agrees that with respect to above insurance, the Village of Skokie shall:

Doc #368149 19

5.01 Be provided with thi1iy (30) days notice, in writing, of cancellation or material change.

5. 02 Be provided with Certificates of Insurance evidencing the above required insurance, prior to commencement of this contract and thereafter with certificates evidencing renewals or replacements of said policies of insurance at least fifteen (15) days prior to the expiration or cancellation of any such policies. Said Notices and Certificates of Insurance shall be provided to the Office of the Purchasing Agent, Village of Skokie, 5127 Oakton Street, Skokie, Illinois 60077.

EXISTING CONDITIONS:

It is the bidder's responsibility to become fi.Jily acquainted with the conditions of the work areas. Submissions of a bid will assume that the bidder has included all labor and materials necessary in the bid price to fully complete the work. Construction operations and safety are the exclusive responsibility of the Contractor.

Doc #368149 20

CERTIFICATION OF COMPLIANCE

By signing this bid, the bidder hereby certifies to the following:

1, The undersigned hereby acknowledges having received a full set of Contract Documents and Addenda,

2. That the individual whose name is shown below has the authority and consent to make this certification on behalf of the bidder,

Renewed Performance, Inc. (Name of Company)

3. That the bidder has knowledge of the Village of Skokie Code pertammg to the disqualification of certain bidders (copy included herein), and more particularly, that the bidder has read the contents of Sections 3 .25, 3.251 and 3.252 of the Skokie Village Code, and the Village of Skokie Fair Employment Practices ordinance,

4. That the bidder is not disqualified from bidding under the aforementioned sections.

5. That the bidder is not barred from bidding on the aforementioned contract as a result of a violation of Sections 33E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended.

6. That pursuant to Illinois Compiled Statutes, 65 ILCS 5/11-42-1, the bidder is not delinquent in the payment of any tax administered by the Depm1ment of Revenue.

P esident Title

Renewed Performance, Inc. Business Name

1095 Development Drive PO Box 196

Address

Tinton, Indiana 46072 City/State/Zip

35 -1689'1 93 Federal Employer Identification No, (F.E.LN.)

Doc #368149 21

February 4, 2011 Date

765-675-7586 Telephone Number

765-675-7589 Facsimile Number

[email protected] E-Mail/Internet applicable)

Address (if

Village of Skokie Ordinance Section 3.25

3.25 DISQUALIFICATION OF CERTAIN BIDDERS.

3.251 Persons and Entities Subject to Disqualification. No person or business entity shall be awarded a contract or subcontract, for a period of five (5) years from the date of subcontract, for a period of five (5) years from the date of conviction or entry of a plea or admission of guilt, if that person or business entity:

(a) has been convicted of an act committed, within the State of Illinois, any state in the United States, or the United States of America, of bribery or attempting to bribe an officer or employee in the State of Illinois, any state in the United States, or the United States of America in that officer's or employee's official capacity;

(b) has been convicted of an act committed, within the State of Illinois, any state in the United States, or the United States of America, of bid-rigging or attempting to rig bids as defined in the Sherman Anti-Trust Act and Clayton Act. 15 U.S.C. Sec. l et seq.;

(c) has been convicted of bid-rigging or attempting to rig bids under the laws of the State of Illinois, any state in the United States, or the United States of America;

(d) has been convicted of an act committed, within the State of Illinois, any state in the United States, or the United States of America, of price-fixing or attempting to fix prices as defined by the Sherman Anti-Trust Act and Clayton Act. 15 U.S.C. Sec. 1 et seq.;

(e) has been convicted of price-fixing or attempting to fix prices under the laws of the State of Illinois, any state in the United States, or the United States of America;

(f) has been convicted of defrauding or attempting to defraud any unit of state or local government or school district within the State of Illinois, any state in the United States, or the United States of America;

(g) has made an admission of guilt of such conduct as set forth in subsections (a) through (f) above which admission is a matter of record, whether or not such person or business entity was subject to prosecution for the offense or offenses admitted to;

(h) has entered a plea of nolo contendere to charges of bribery, price-fixing, bid-rigging, or fraud, as set forth in subparagraphs a) through (f) above.

3.252 "Business entity" as used herein means a corporation, partnership, trust, assoc1at10n, unincorporated business or individually owned business. Such business entities shall be disqualified as set forth within this Ordinance if any owner, partner, or shareholder controls, directly or indirectly, 20% or more of the business, or subparagraphs ofSection3.251.

Any contract or sub-contract found to have been awarded in violation of this ordinance shall be voidable at discretion ofthe Mayor and Board of Trustees. Payment for work completed at the time of any such voiding shall be at a quantum merit rate less a 25% penalty.

Doc #368149 22

BUSINESS ORGANIZATION:

Please check the appropriate form of business organization below.

XX

Sole Proprietor: An individual whose signature is affixed.

'-.

Partnership: State full names, titles and addresses of all responsible principals and/or pminers on a separate sheet, and return along with your bid response.

Corporation: Incorporated under the laws of the State of Indiana . (ln the event that this bid is executed by other than the President, attach hereto a certified copy of that section of Corporate By­Laws or other authorization by the Corporation that permits the person to execute the offer for the corporation.)

List Names of Officers:

President Raymond D. Salati

Vice President Anthony T. Haneline

Secretary Anthony T. Haneline

Treasurer

Seal (affix corporate seal below)

Attest:

Doc #368149

FEBRUARY 4, 2011

VILLAGE OF SKOKIE SKOKIE FIRE DEPARTMENT SKOKIE, ILLINOIS

..... A '&:A: A

RENEWED PERFORMANCE, INC

RENEWED PERFORMANCE, INC. PROPOSES TO REFURBISH ONE (1) 1997 PIERCE SABER PUMPER FIRE TRUCK (E-17) ACCORDING TO THE FOLLOWING SPECIFICATIONS:

GENERAL

t TOTAL PRICE FOR THE SPECIFIED WORK IS $77,842.00.00, PAYABLE AS FOLLOWS:

- 50% AFTER REPAIRS I BEFORE PAINT;

- 50% UPON COMPLETION;

A) PRICE INCLUDES PICK UP AND DELIVERY;

B) ALTERNATIVE QUOTES ARE ENCLOSED.

2. PRICE INCLUDES ALL WORK SPECIFIED. ANY OTHER WORK REQUESTED WILL BE PRICED FOR APPROVAL.

3. UPON RECEIPT OF THE TRUCK IT WILL BE INSPECTED TO DETERMINE DEFICIENCIES IN THE CAB, BODY AND LIGHTING THAT WERE NOT COVERED BY THE ABOVE SPECIFICATIONS. A REPORT WILL BE PROVIDED TO THE CUSTOMER ALONG WITH A COST ESTIMATE FOR ANY NEEDED REPAIRS.

4. COMPLETION IS ESTIMATED AT 90 CALENDAR DAYS AFTER RECEIPT OF THE TRUCK TO BEGIN WORK.

5. ALL WORKMANSHIP AND MATERIALS ARE WARRANTED FOR ONE (1) YEAR:

. A) THE PAINT FINISH WILL HAVE A THREE (3) YEAR FADE AND DELAMINATION WARRANTY

6. AN INSURANCE CERTIFICATE IS ENCLOSED INDICATING THE COVERAGE OF RENEWED PERFORMANCE, INC., WHICH MEETS THAT REQUESTED IN THE BID SPECIFICATIONS.

Renewed Performance, lnc.,1095 Development Drive • P.O. Box 196, Tipton, Indiana 46072-0196 Ph.: 7651675-7586 Toll Free: 1-866-675-7586 Fax: 7651675-7589 • E-mail: [email protected]

7. RENEWED PERFORMANCE, INC. AGREES WITH THE GENERAL TERMS AND CONDITIONS AS SET FORTH IN THE SPECIFICATIONS PROVIDED BY THE VILLAGE OF SKOKIE.

8. NO EXCEPTIONS ARE TAKEN TO THE SPECIFICATIONS PROVIDED BY THE VILLAGE OF SKOKIE TO REFURBISH THE 1997 PIERCE SABER FIRE TRUCK. SOME CLARIFICATIONS ARE NOTED.

RPI-2

.... Ill ...... .......... ...... RENEWED PERFORMANCE, INC.

CLARIFICATIONS TO SPECIFICATIONS

PAGE 12- ADDITIONAL BODY WORK REQUIREMENTS, ITEM 7:

INSPECT AND REPLACE THE SEAL, IF NECESSARY, BETWEEN THE TILT CAB AND STATIONARY CAB SECTIONS- THIS IS A PIERCE SABER CAB WHICH DOES NOT HAVE TILT AND STATIONARY SECTIONS OF THE CAB, AS DOES THE PIERCE LANCE CAB.

PAGE 14- BRIGHT ALUMINUM TREADPLATE:

SPECIFICATIONS REQUEST FOR ALL TREADPLATE TO BE REPLACED, BUT DOES NOT LIST THE FOLLOWING:

A) CATWALKS ABOVE SIDE COMPARTMENTS;

B) FRONT BUMPER EXTENSION GRAVEL SHIELD WITH HOSE WELL;

OUR PROPOSAL INCLUDES THE ABOVE ITEMS.

Renewed Performance, Inc., 1095 Development Drive • P.O. Box 196, Tipton, Indiana 46072-0196 Ph.: 765/675-7586 Toll Free: 1-866-675-7586 Fax: 765/675-7589 • E-mail: [email protected]

AUG-09-2010 01:59 PM Holland Ins. Services 765 875 7116 P. 02/03

ACORfl CERTIFICATE OF LIABILITY INSURANCE DATI;; (MMIOOIYVYY)

08/0912010 PRDOUOER HOLLAND INSURANCE SERVICES

112 W. JEFFERSON STREET TIPTON IN 46072-1891

Phone: 765-675-7456 Fa-: 765-675-7116

ONBUR£0 ---RENEWED PERFORMANCE INC P. 0 BOX 196 TIPTON. IN 46072

COVERAGES

THIS CERTIFICATE IS ISSUED AS A Ill\ TIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES I"'OT AMEND1 EXTEND OR At-TEll THE COVERAGE AFFORDED !JY THE POLICIES ~Ei-OW.

[IIIISUR_ER_S AfFORDIN(l COVERAO[O __________ . NAIC#

I INSUR£Rk COLONY INSURANCE COMPANY

INO<iR~,;. WESTfiELp(j_Qf0p},I'J_IE~ . _'!1!"-"El'c CHARTIS ---------IN~t."R.~D:

IN!il:RER!O·

THE PO!..JCIES OF INSURANCE LISTED BELOW HI\ \If Bt,EN ISSUED TO THE INSURED NAMED At!OVE FOI~ THE: POLICY P!=RIOO ~hiDICATED. NOTWITHSiANDING /\NY Rt:QUJI~~MENT, TERM OR CONDITION OF ANY CONrRACT OR OTHER DOCUMENT W!TH Rt:!SPECT TO WHICH THlS CE.IH!F!CATE MAY BE ISSU~D 0!~ MAY PIOR1AIN, 'l'HE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THF.i H:RMS. ~XClUSICt\S AND CONDITIONS OF SUC'.tl ~OUCIES. AGGREGATE LIMITS SHOWN MI\Y HAV!: BEEN REDUCED BY PAID CLAIMS,

t,N~t~i =--:.: _________ ---......... --- ·· -r · --····-- p~~:~~ N·~~~~~- · PoL~ev ~n~&WLi pg~·w",~!~~~~N -·-······----. --- . LIMIT a

Gt::IJ~Il:Al LIABiliTY ' I f.ACH OCCURF~~NCC !· 1,000,000

Xto"""c"c G<N£RAL LIAOIU1Y ! I

OAM!i~~~mrn

-~ _] CLAIMS IJIADE l1i i OGCUR

f'R,E;MI:;t.l':~.{f.)l.Jl9-.~.l•.m.~"J ... L

A MF.D !OXf' (Any.:Jnc ~t~m.m) .. ' 5,,000 __ _ ____ GL 117434 03/2512010 03/25/2011 ff._miONI\~ & ~.pv INJUkY ' 1,QQQ,OOO

' I

-- - GENERf\.LAG<iiR!;',GATt= ' 2.00JLQJlQ --~~r-AGG~iG.II;ilt LIM!'r AP~P._~!l PGR: ~ ~1·:~5~~~~:K~ AGG ' 2,000,000 X POLICY ~fP-r i-OC 100 000

T AUiOMOBILE UABILITY : OOMBINEO !;IIN•:;J_f'; I.I)Vll1

~~:g ' 1.000,000 I

ANY AUTO (Estactldont) I . . ...,., ------··-- .. , ,

ALL DWI'-lSCl ALTOS !;!ODILY ljo.JJUA'f

B (r'&I~6!'BQO) I 5CHEDLLE:':P AIJ't'OS

CWP3432055 06/01/2010 06/0112011 ..... ' -HIA!;itl!IU'!'OS

llOOILYINJUFIV I ~01"1-0Wf',.f-p AlJT08 (Pntnccldi'/FII) __ , ___________

- -- PfiO'PEfiTV OMAAOF I (Pon;~<;lll<>!lt)

I I T"' UAQILifY

~Y.~.9.~.~-~~~J>.A\;GitlttH i ' -i. ANY J>.l)TQ

OTHER"J1-iAN EAI>,(..'C 1 t AUTO ONLY AC..!; I f

EXCES6/UMBR~Ll.A liABILI'fY F-;1\CH POf:2l}.j!{(_l_~NG!o. Lt .. """""" .. --~ oc;uuR r·~_l CLAIMS MNJ~ A<J:G~.F.OA'f~ l

' ..... ] DF.DLJCTifl~.f,; ···-------------- ' RETENTION I i I

WOfli<5RS COMPt;N6ATIONANP I ... I.:WCSTAT\.1 .lOTH-, .. IQJ:IY.JJMJIS, ; .. E~ EMflLOYERS' I.IABILITY I E.L. EACH ACCIDENT $ !)QO,QOO c I ANI' f>~OI'AI£'rORIPII.RTN!:RifXECLITIV!;. WC001-04-3335 07/24/2010 07/24/2011 . ~:~·:·~~-~~~--::!0 -~:~1~LOXs_~} ~- ~gg,g~g OFI'ICERIMEMBER EXCLUDED?

I ~~~~~(~~¥~6~{19tj~$ be(aw F. .• l.., Pl!ii!=A!i>E; · !'OLI{)Y LIMir -~ $

B "'"'" GARAGEKEEPERS CWP3432055 06/01/2010 p6/01/2011

' Or:!:'ICA.II"T'ION Of'l OP~R:ATIOt-11'1/LOCATIOMS /VEHICLES :EXC1.'JSION$ AODf.P IH iiNPQ~~ISMS!oiTJ SPECIAl- P~QV!fii~N!!

CERTIFICATE HOLDER

RENEWED PERFORMANCE, INC. PO BOX 196 TIPTON. IN 46072

ACORD 25 (2001108)

CANC~LLATIOO

SHOULD AN¥ Of Tl1t; AElO\o-1: DI:SCRt!lol:D roue;~ e;; CI!.NOI:;t-~0 :ol~FOR:: Ttl;:': fCXF'I~:.-r:m~

DATf. THF.RF.Of. Tlif. ISttUING IN$1Jfl:"'fl Wl~l,. li':NPI"~'IOR TD MAIL 30 DA¥8 WRITIEN

NOTICE TO THE C~TIFICATE I-IOLPI"fli'JAMEIJ TO~~: LEFT, BUT FAILURE TO 00 110 l'IHAll

IMPOSIO NO Oai-IGATlON OR 1-IA,IJII-ITV OF AfiY IC.INP UPON THE INSURER, ITS AG~Nrs OR

~~- ~ ------------~

1111'111;1111 Ill :JIL ..............

RENEWED PERFORMANCE, INC.

DETAILED SPECIFICATIONS

PUMP I VALVES I CONTROLS I PUMP PANELS

1. REPLACE THE FOLLOWING TRANSFER VALVE COMPONENTS:

A) SWITCH;

B) ELECTRIC TRANSFER VALVE MOTOR.

2. REBUILD THE SUCTION RELIEF VALVE:

A) REMOVE AND THOROUGHLY CLEAN;

B) REPAIR SMALL IMPERFECTIONS, AS NECESSARY;

C) RE-INSTALL AND TEST FOR PROPER OPERATION.

3. REBUILD ALL VALVES, TO INCLUDE THE FOLLOWING:

- ALL DISCHARGE VALVES;

- AUXILIARY SUCTION VALVES;

- TANK TO PUMP VALVE;

- TANK FILL VALVE;

A) REMOVE VALVES FOR BENCH REBUILD;

B) REPLACE SEALS AND 0-RINGS;

C) INSPECT BALLS AND REPLACE, IF NECESSARY;

D) REINSTALL VALVES AND TEST FOR INTERNAL AND EXTERNAL LEAKS.

4. REMOVE THE PUSH-PULL DRAIN AND OUTLET BLEEDER VALVES:

A) INSTALL 1/4-TURN DRAIN VALVES WITH CHROME HANDLES:

1) AKRON STYLE 57, .75" VALVES;

B) COLOR-CODED AND LABELED FOR THE APPROPRIATE DISCHARGE;

C) VALVES WILL BE MOUNTED BEHIND THE PANEL;

D) INCLUDES BLEEDER VALVES FOR EACH OUTLET 1.5" OR LARGER;

E) PLUMBED TO DIRECT WATER BELOW THE CHASSIS FRAME RAILS.

Renewed Performance, Inc., 1095 Development Drive • P.O. Box 196, Tipton, Indiana 46072-0196 Ph.: 765/675-7586 Toll Free: 1-866-675-7586 Fax: 765/675-7589 • E-mail: [email protected]

5. REPLACE THE PUMP AND GAUGE PANELS ON EACH SIDE OF THE PUMP HOUSE:

A) FABRICATED OUT OF ALUMINUM WITH A BLACK "DURACOAT" TEXTURED FINISH;

B) THE GAUGE PANELS WILL BE HINGED FOR SERVICE ACCESS:

1) FULL-LENGTH, CONTINUOUS STAINLESS STEEL HINGES;

2) 1/4-TURN FASTENERS TO HOLD THE PANEL IN PLACE;

3) VINYL-COVERED CHAINS TO HOLD THE PANEL IN THE OPEN I DROP­DOWN POSITION;

4) INCLUDES A TEST PORT CONNECTOR;

C) QUICK-RELEASE FASTENERS WILL BE PROVIDED ON THE PASSENGER SIDE PUMP PANEL

6. PUMP GAUGES WILL BE REPLACED WITH CLASS 1 "SUB-z·, LIQUID-FILLED GAUGES:

A) THE MASTER PUMP AND VACUUM GAUGES WILL BE 4.5" DIAMETER WITH WHITE FACES AND BLACK LETTERING:

1) PRESSURE RANGE- 30.00" /-0-400#;

2) INSTALLED ADJACENT TO EACH OTHER;

B) INDIVIDUAL LINE PRESSURE GAUGES WILL BE 2.5" DIAMETER WITH WHITE FACES AND BLACK LETTERING:

1) PRESSURE RANGE- 0-400#;

2) INSTALLED AS CLOSE TO THE OUTLET CONTROL AS POSSIBLE.

7. INSTALL NEW CHROME T-HANDLES AND VALVE CONTROL RODS.

8. NEW CAST ALUMINUM, COLOR-CODED NAMEPLATES WILL BE INSTALLED.

9. TEST THE PUMP, PLUMBING, VALVES, AND CONTROLS TO CURRENT ANNUAL PUMP CERTIFICATIONS REQUIREMENTS PER THE NFPA:

A) ANY DEFICIENCIES NOTED WILL BE BROUGHT TO THE ATTENTION OF THE CUSTOMER ALONG WITH A COST ESTIMATE FOR APPROVAL OF ANY NEEDED REPAIRS;

B) CERTIFICATION DOCUMENTATION WILL BE PROVIDED TO THE CUSTOMER.

WATER TANK

1. THE WATER TANK WILL BE INSPECTED FOR LEAKS AND CONDITION:

A) ANY DEFICIENCIES WILL BE BROUGHT TO THE ATTENTION OF THE CUSTOMER.

RPI-5

CAB REPAIRS I ADDITIONS

1. REPLACE THE CAB INTERIOR UPHOLSTERY TO INCLUDE THE FOLLOWING:

- ALL CAB AND CREW CAB SEATS;

- FOUR (4) DOOR PANELS;

- SUN VISORS;

- CAB AND CREW HEADLINERS;

- REAR CREW CAB WALL;

- ENGINE HOUSING COVER;

A) HEAVY-DUTY VINYL MATERIAL FOR SEATS;

B) INSULATED PADDED VINYL MATERIAL FOR THE DOORS, REAR WALL, AND ENGINE HOUSING COVER;

C) PLEATED AND ROLLED, INSULATED VINYL MATERIAL FOR HEADLINERS;

D) CUSTOMER'S CHOICE OF COLOR;

E) REINSTALL THE STREAMLIGHT HOLDER I CHARGER BASE AT THE CUSTOMER'S PRESCRIBED LOCATION.

2. REBUILD THE CAB DOORS TO INCLUDE THE FOLLOWING:

A) ADJUST AND LUBRICATE DOOR LATCHES:

1) REPLACE ANY DEFECTIVE COMPONENTS;

B) ADJUST AND LUBRICATE WINDOW REGULATORS:

1) REPLACE ANY DEFECTIVE COMPONENTS;

C) REPLACE CAB DOOR WEATHER SEALS:

1) NEW EXTRUDED RUBBER DOOR SEALS;

D) REPLACE THE CAB DOOR WINDOW WEATHER FELTING MATERIAL;

E) ADJUST THE DOOR STAYS:

1) REPLACE AS NECESSARY;

F) ADJUST DOORS FOR PROPER FIT.

3. INSTALL NEW LONGER SEAT BELTS IN THE CAB:

- 3-POINT BELTS INSTALLED ON THE FORWARD-FACING SEATS;

- LAP TYPE BELTS INSTALLED ON THE REAR-FACING SEATS;

A) ALL BELTS WILL BE RETRACTABLE TYPE BELTS;

B) ALL SEAT BELTS WILL BE RED IN COLOR PER NFPA STANDARDS;

C) STIFFENER EXTENSIONS INSTALLED ON BELT RECEPTACLE ENDS FOR EASIER OPERATION.

RPI-6

7. INSTALL NEW SCBA HOLDERS THAT MEET THE NEW NFPA STANDARDS FOR HOLDING THESCBAS:

A) LIFE GUARD "SMART DOCK" SCBA HOLDERS WILL BE INSTALLED IN ALL SEATS EQUIPPED WITH SCBA BRACKETS.

8. REPLACE THE CAB HANDRAILS:

A) FLUTED ALUMINUM, NFPA COMPLIANT, GRIP TYPE HANDRAILS WITH CHROME STANCHIONS WILL BE INSTALLED;

B) INCLUDES DRAIN HOLES IN THE BOTTOM OF VERTICALLY-MOUNTED HANDRAILS.

9. REPLACE THE FRONT BUMPER EXTENSION GRAVEL SHIELD:

A) EMBOSSED (SERRATED) BRIGHT ALUMINUM TREADPLATE;

B) INCLUDES A HOSE WELL.

10. REPLACE THE BRIGHT ALUMINUM TREADPLATE ON THE BACK OF THE CAB WITH NEW BRIGHT ALUMINUM TREADPLATE.

11. INSPECT AND CLEAN THE CAB DASH:

A) REPORT ANY DEFICIENCIES TO THE CUSTOMER ALONG WITH A COST ESTIMATE FOR APPROVAL OF ANY NEEDED REPAIRS.

12. DETERMINE THE OPTIONS FOR MOUNTING A COMPUTER AND OTHER CAB EQUIPMENT:

A) PROVIDE THE CUSTOMER WITH AVAILABLE OPTIONS ALONG WITH A COST ESTIMATE FOR APPROVAL.

13. INSPECT THE CAB UNDERSTRUCTURE:

NOTE: MINOR JOINT WELD FATIGUE WILL BE REPAIRED. ANY SERIOUS DEFICIENCIES WILL BE REPORTED TO THE CUSTOMER ALONG WITH A COST ESTIMATE FOR APPROVAL OF ANY NEEDED REPAIRS.

14. REPAIR ALL RUST AND CORROSION:

A) REPLACE ALL RUSTED-THROUGH METAL;

B) SANDBLAST SURFACE RUST TO CLEAN METAL.

RPI-7

APPARATUS BODY REPAIRS I ADDITIONS

1. REPLACE ALL RUBBER INSERT HANDRAILS ON THE APPARATUS BODY WITH FLUTED ALUMINUM, NFPA COMPLIANT, GRIP TYPE HANDRAILS:

A) DRAIN HOLES INSTALLED IN ALL VERTICALLY-MOUNTED HANDRAILS.

2. REPLACE THE FOLLOWING TREADPLATE COMPONENTS:

A) RUNNING BOARDS; *

1) INCLUDES A HOSE WELL ON THE PASSENGER SIDE;

B) OVERLAYS AT PUMP HOUSE ABOVE PUMP PANEL;

C) FRONT BODY OVERLAYS;

D) CAT WALKS ABOVE THE COMPARTMENTS;*

E) REAR TAILBOARD; *

F) BEAVERTAIL LININGS.

*EMBOSSED (SERRATED) BRIGHT ALUMINUM TREADPLATE AS APPROVED BY THE NFPA FOR STEP SURFACES.

3. REAR BODY TREADPLATE BETWEEN THE BEAVERTAILS AND THE REAR DOOR WILL BE REMOVED:

A) NEW DOORS WILL BE FABRICATED OUT OF SMOOTH ALUMINUM:

1) FULL DOUBLE PANEL DOORS;

2) SLAM TYPE LATCHES WITH RECESSED STAINLESS STEEL D-RING HANDLES;

3) CLEVELAND OVER-CENTER SPRING-BAR DOOR STAYS;

4) CONTINUOUS RUBBER DOOR SEALS;

5) SECOND DOOR TO HAVE AN INTERNAL DOOR LATCH TO RELEASE THE DOORS;

B) REAR BODY OVERLAYS WILL BE REPLACED WITH SMOOTH ALUMINUM COMPONENTS;

NOTE: THIS WILL ACCOMMODATE THE CHEVRON REFLECTIVE STRIPING TO BE INSTALLED ON THE REAR.

7. REBUILD ALL COMPARTMENT DOORS TO INCLUDE THE FOLLOWING:

A) ADJUST AND LUBRICATE DOOR LATCHES:

1) REPLACE ANY DEFECTIVE COMPONENTS;

B) ADJUST AND LUBRICATE DOOR STAYS:

1) REPLACE ANY DEFECTIVE COMPONENTS;

C) REPLACE COMPARTMENT DOOR RUBBER SEALS:

1) NEW EXTRUDED RUBBER DOOR SEALS;

D) ADJUST DOORS FOR PROPER FIT

RPI-8

8. INSPECT THE BODY UNDERSTRUCTURE:

NOTE: MINOR JOINT WELD FATIGUE WILL BE REPAIRED. ANY SERIOUS DEFICIENCIES WILL BE REPORTED TO THE CUSTOMER ALONG WITH A COST ESTIMATE FOR APPROVAL OF ANY NEEDED REPAIRS.

9. REPAIR ALL RUST AND CORROSION:

A) REPLACE ALL RUSTED-THROUGH METAL;

B) SANDBLAST SURFACE RUST TO CLEAN METAL

12-VOL T ELECTRICAL

1. PERFORM THE FOLLOWING TESTS:

A) ALTERNATOR OUTPUT;

B) BATTERY LOAD TEST;

C) INSPECT ROCKER SWITCH PANEL

D) INSPECT 12-VOLT DISTRIBUTION POWER PANEL

NOTE: ANY DEFICIENCIES NOTED FROM THE ABOVE TESTS AND INSPECTIONS WILL BE REPORTED TO THE CUSTOMER ALONG WITH A COST ESTIMATE FOR APPROVAL OF ANY NEEDED REPAIRS.

2. REPLACE ALL EXTERIOR DOT I FVMSS LIGHTING WITH NEW APPROVED L.E.D. LIGHTING, TO INCLUDE:

A) MARKER /TURN LIGHTS ON EACH SIDE OF THE CAB;

B) MARKER LIGHTS ON THE CAB ROOF;

C) ALL MARKER /ICC LIGHTS ON THE UPPER AND LOWER BODY, INCLUDING THE REAR TRI-CLUSTER LIGHTS.

3. REPLACE ALL COMPARTMENT LIGHTS WITH L.E.D. STRIP LIGHTS:

A) TWO (2) LIGHTS WILL BE INSTALLED ON THE TWO (2) DRIVER SIDE UPPER COMPARTMENTS AND IN THE REAR COMPARTMENT;

B) WHELEN MODEL PSCOCDCR LIGHTS WILL BE INSTALLED.

4. REPLACE THE SPOT LIGHT BULBS WITH L.E.D. LIGHTS:

A) INSTALL ON THE TWO (2) CAB SPOTLIGHTS;

B) WHELEN PAR-46 L.E.D. LIGHTS:

1) MODEL P46SLC.

5. REPLACE THE TELESCOPING SCENE LIGHTS ON EACH SIDE OF THE PUMP HOUSE WITH L.E.D. LIGHTS ON TELESCOPING POLES:

A) HAVIS SHIELDS MODEL KRSB-3PFP2-I.

RPI-9

6. REPAIR ALL LIGHTS TO BE REUSED:

NOTE: THIS DOES NOT INCLUDE REPLACING LIGHT FIXTURES, IF NECESSARY.

WARNING LIGHTS

1. REPLACE THE LIGHT BAR ON THE CAB ROOF WITH A WHELEN "FREEDOM", 77" L.E.D. LIGHT BAR:

A) MODEL FX2RRRR:

1) INCLUDES TWO (2) 400 SERIES LINEAR RED OPTION:

a) MODEL FLDRR

2. REPLACE THE DIRECTIONAL LIGHTS IN THE UPPER HEADLIGHT BEZEL ON THE FRONT OF THE CAB:

A) INSTALL TWO (2) LE.D. TURN LIGHTS WITH AMBER SEQUENTIAL ARROWS- ONE (1) ON EACH SIDE IN THE OUTER POSITION:

1) WHELEN MODEL60AOOTAR;

B) INCLUDES WHELEN 6EHDLTMK HEADLIGHT MOUNTING KITS.

3. INSTALL TWO (2) L.E.D. FLASHING WARNING LIGHTS ON THE FRONT OF THE CAB:

A) WHELEN MODEL 60R02FRR WITH MODEL 6EFLANGE CHROME FLANGES.

NOTE: IF PREFERRED, THESE LIGHTS COULD BE INSTALLED IN THE INNER POSITION NEXT TO THE DIRECTIONAL LIGHTS OF THE UPPER HEADLIGHT BEZELS.

4. INSTALL THE FOLLOWING ON EACH SIDE OF THE TRUCK:

A) TWO (2) WHELEN 600 SERIES, RED LE.D., FLASHING WARNING LIGHTS WITH CHROME FLANGES:

1) MODEL 60R02FRR WITH MODEL 63FLANGE CHROME FLANGES;

2) INSTALLED ON THE SIDE OF THE FRONT BUMPER EXTENSION AND IN THE REAR FENDER PANEL

B) THREE (3) WHELEN RED L.E.D. STRIP WARNING LIGHTS:

1) MODEL PSROOFRR;

2) INSTALLED AT CUSTOMER-PRESCRIBED LOCATIONS.

5. INSTALL THE FOLLOWING ON THE REAR:

A) TWO (2) 360°, RED, SUPER LED. BEACONS ON THE UPPER REAR- ONE (1) ON EACH SIDE:

1) WHELEN MODEL L31HRF

B) FOUR (4) 6" X 4", RED L.E.D., FLASHING WARNING LIGHTS WITH CHROME FLANGES:

1) WHELEN MODEL 60R02FRR;

RPI-10

2) ONE (1) MOUNTED MID-BODY ON EACH SIDE AND ONE (1) IN THE TAILLIGHT BEZELS.

C) INSTALL THE FOLLOWING WHELEN 6" X 4" TAILLIGHTS ON EACH SIDE:

1) TWO (2) MODEL 60ROOXRR STOP /TAIL LIGHTS;

2) TWO (2) MODEL 60AOOTAR TURN LIGHTS;

3) TWO (2) MODEL 60COOWCR LE.D. BACKUP LIGHTS;

4) TAILLIGHTS INSTALLED IN A POLISHING CAST ALUMINUM HOUSING WITH ONE (1) OF THE WARNING LIGHTS.

6. INSTALL AN LE.D. TRAFFIC I DIRECTION LIGHT ON THE REAR:

A) 45" LONG WITH EIGHT (8) LAMPS;

B) INCLUDES A CONTROLLER IN THE CAB;

C) WHELEN MODEL TANF85.

7. INSTALL AN "OPTICOM" EMITTER ON THE INTERIOR UPPER WINDSHIELD AREA:

A) WHELEN "OPTICOM" INFRARED SYSTEM:

1) MODEL 795DM.

BODYWORK I PAINT I REASSEMBLY

NOTE: THE PRESENT CAB AND CHASSIS UNDERCOATING WILL BE INSPECTED. IF NO CORROSION OR DEFECTIVE UNDERCOATING IS PRESENT THEN NO FURTHER REPAIRS WILL BE NECESSARY. IF CORROSION IS PRESENT OR UNDERCOATING IS DEFECTIVE, IT WILL BE REMOVED, CORROSION REMOVED I REPAIRED, AND NEW UNDERCOATING MATERIALS WILL BE APPLIED.

1. DISASSEMBLE BODY AND CAB OF ALL LIGHTS AND ACCESSORIES:

A) REMOVE TREADPLATE OVERLAID ON BODY;

B) REMOVE COMPARTMENT DOORS AND DISASSEMBLE HARDWARE;

C) REMOVE WINDOWSNVINDSHIELDS AS NECESSARY TO REMOVE CORROSION;

D) DISASSEMBLE ALL REMOVABLE BODY COMPONENTS FOR PAINTING.

2. STEAM CLEAN FRAME, PUMP, AXLES AND UNDERSIDE OF TRUCK.

3. REPAIR RUSTED AREAS:

A) METAL REPLACED IN RUSTED-THROUGH AREAS;

B) SURFACE RUST SANDBLASTED DOWN TO BARE METAL

4. REPAIR MINOR DENTS.

RPI-11

5. CHEMICALLY CLEAN BODY TO REMOVE GREASE AND DIRT

6. COMPLETELY SAND BODY.

7. PRIME COAT APPLIED.

8. BLOCK SAND.

9. FINAL PRIME SEALER COAT APPLIED.

10. FINISH PAINT CAB EXTERIOR AND BODY WITH A MINIMUM OF FOUR COATS OF POLYURETHANE PAINT TO YOUR SPECIFIED COLOR- DUPONT "IMRON" PAINT:

A) INCLUDES WHEELS WITH SILVER EDGE TRIM;

B) INSIDE OF ALL COMPARTMENTS- SPATTER TYPE PAINT;

C) TWO TONE CAB.

11. WET SAND AND BUFF FINISH TO A HIGH GLOSS.

12. METAL COATED WITH RUST PREVENTATIVE MATERIAL BETWEEN PAINTED BODY AND ALL TREADPLATE ATTACHED TO THE BODY TO SERVE AS A BARRIER BETWEEN DISSIMILAR METALS:

A) SEALED AROUND EDGES WITH CLEAR SILICONE SEALER

13. ALL DOOR HANDLES, GRAB RAILS, HINGES, LIGHTS, AND ACCESSORIES ATTACHED TO THE BODY WILL BE GASKETED TO PREVENT PAINT CHIPPING AND CORROSION.

14. ALL COMPARTMENT RUBBER DOOR SEALS WILL BE REPLACED TO INSURE WATER TIGHT SEAL

15. CLEAN AND POLISH ALL TREADPLATE:

A) CLEAN CHROME AND OTHER METALS NOT PAINTED.

16. ANY FASTENERS REPLACED WILL BE STAINLESS STEEL TO REDUCE CORROSION:

A) LOCK-TITE THREAD LOCK SHALL BE USED ON ALL SCREWS AND BOLTS WHEN REASSEMBLED.

RPI-12

~---~ -------

LETTERING I STRIPING

1. IN GOLD REFLECTIVE LEITERS, OUTLINED IN BLACK:

A) FRONT OF CAB ABOVE WINDSHIELD- "SKOKIE FIRE DEPARTMENT";

B) FRONT OF CAB BELOW WINDSHIELD- "ENGINE 17".

2. IN WHITE REFLECTIVE LETIERING:

A) EACH SIDE OF THE CAB BETWEEN THE DOORS ON EACH SIDE- "17";

B) IN WHITE REFLECTIVE BAND ON THE REAR CREW CAB DOORS- "SKOKIE";

C) IN WHITE REFLECTIVE BAND ON EACH SIDE ON THE REAR LOWER SIDE COMPARTMENT DOORS- "DIAL 911";

D) ON THE REAR UPPER DRIVER SIDE- "E" 1<17".

3. REPLACE THE CUSTOM "VILLAGE OF SKOKIE" DECALS ON THE FORWARD CAB DOORS.

4. REPLACE THE CUSTOM EMBLEM ON EACH UPPER SIDE OF THE CAB AFT OF THE FRONT CAB DOORS.

5. REPLACE THE "SKOKIE FIRE" CUSTOM MALTESE CROSS DECALS ON THE FRONT CAB CORNERS BELOW THE WINDSHIELD.

6. REPLACE THE 6" WHITE REFLECTIVE STRIPE BORDERED BY A 1" STRIPE ON THE FRONT AND SIDES OF THE CAB AND APPARATUS BODY WITH A 5" RIBBON DESIGN TO THE CUSTOMERS DESIGN SPECIFICATIONS:

A) 3M "SCOTCHLITE" MATERIALS;

B) INCLUDES REFLECTIVE STRIPE ON THE INSIDE OF THE CAB DOORS AND VERTICALLY HINGED COMPARTMENT DOORS PER NFPA REQUIREMENTS.

7. INSTALL CHEVRON STYLE (INVERTED "V") 6" ALTERNATING RED AND YELLOW STRIPING ON THE REAR BETWEEN THE BEAVERTAILS PER NFPA REQUIREMENTS:

A) 3M "DIAMOND GRADE" REFLECTIVE MATERIALS.

MISCELLANEOUS

1. THE VEHICLE WILL BE WASHED AND DETAILED IN PREPARATION FOR FINAL INSPECTION AND DELIVERY.

2. THE WORK SCHEDULE WILL BE AS FOLLOWS:

A) ORDER LIGHTS AND OTHER ITEMS NEEDED AFTER BID AWARD;

RPI-13

~~- ~ -------;--------

B) BRING TRUCK IN TO BEGIN REFURBISHMENT 30 DAYS AFTER BID AWARD;

C) DAY 1 TO DAY 45:

1) DISASSEMBLE TRUCK;

2) PERFORM NECESSARY REPAIRS;

D) DAY 45 TO DAY 60- REPAINT TRUCK;

E) DAY 60 TO DAY 90:

1) REASSEMBLE TRUCK;

2) INSTALL NEW CAB INTERIOR;

3) INSTALL NEW LIGHTS;

4) CLEAN AND DETAIL TRUCK;

F) DAY 90 -INSPECTION AND DELIVERY.

RPI-14

. ----------------

••• Ill A U:JL A

RENEWED PERFORMANCE, INC.

ALTERNATE QUOTES

1. TO PAINT "E17" ON THE FRONT GRILLE:

A) CUSTOMER'S CHOICE OF COLOR:

PRICE IN ADDITION TO BASE BID PRICE $ 350.00

2. INSTALL STAINLESS STEEL WHEEL COVERS AND REAR WHEEL INSERTS:

A) REALWHEELS COMPONENTS WILL BE INSTALLED:

PRICE IN ADDITION TO BASE BID PRICE $ 986.00

3. INSTALL AN IN-CAB INTERCOM I HEADSET SYSTEM WITH RADIO INTERFACE FOR FOUR (4) CAB SEAT POSITIONS:

A) SIGTRONICS SYSTEM:

- US45S INTERCOM;

- THREE (3) SE-2 HEADSETS;

- ONE (2) SE-2 RPTT HEADSET;

- CABLES AND INTERFACE CABLES PROVIDED;

- ONE (1) WEATHERPROOF JACK AT THE PUMP PANEL:

PRICE IN ADDITION TO BASE BID PRICE $3,388.00

B) DAVID CLARK SYSTEM:

- U3800 INTERCOM;

- THREE (3) H3442 HEADSETS;

- ONE (1) H3441 HEADSET;

- CABLES AND INTERFACE CABLES;

- ONE (1) WEATHERPROOF JACK AT THE PUMP PANEL:

PRICE IN ADDITION TO BASE BID PRICE $4.957.00

Renewed Performance, Inc., 1095 Development Drive • P.O. Box 196, Tipton, Indiana 46072-0196 Ph.: 7651675-7586 Toll Free: 1-866-675-7586 Fax: 765/675-7589 • E-mail: [email protected]

..... :&: ..... A:

RENEWED PERFORMANCE, INC.

QUALIFICATIONS AND REFERENCES

RENEWED PERFORMANCE, INC. WAS FORMED AND INCORPORATED IN SEPTEMBER 1986.

OUR FACILITIES INCLUDE:

A) 24,520 SQ_ FT. OF OFFICE, MANUFACTURING AND STORAGE SPACE:

1) MODERN STEEL BUILDING ON AN INDUSTRIAL SITE

2) 100% SPRINKLER FIRE PROTECTION_

3) A 55' CROSS DRAFT PAINT BOOTH

4) ALL REQUIRED METAL FABRICATING, WELDING AND CUTTING EQUIPMENT FOR THE MANUFACTURE OF FIRE APPARATUS BODIES IN HOUSE

5) ALL REQUIRED SPECIALIZED EQUIPMENT FOR THE MANUFACTURE AND TESTING OF FIRE AND EMERGENCY VEHICLES.

THE SOLE BUSINESS OF OUR COMPANY IS THE FOLLOWING::

A) REFURBISHMENT OF FIRE AND EMERGENCY VEHICLES.

B) MANUFACTURE OF NEW FIRST RESPONSE I MINI-PUMPERS.

C) MANUFACTURE OF NEW RESCUE TRUCKS.

WE REFURBISH APPROXIMATELY 50 FIRE AND EMERGENCY VEHICLES EACH YEAR AND BUILD SIX (6) TO EIGHT (8) FIRST RESPONSE I RESCUE TRUCKS EACH YEAR

RENEWED PERFORMANCE, INC. HAS TWENTY (20) FULL TIME EMPLOYEES. MOST OF OUR EMPLOYEES HAVE TEN (10) YEARS OR MORE EXPERIENCE IN BUILDING, REFURBISHING OR REPAIRING FIRE APPARATUS_

THE PRINCIPAL OWNERS ARE:

RAYMOND D. SALATI, PRESIDENT ANTHONY T. HANELINE, VICE-PRESIDENT

THESE TWO MEN PREVIOUSLY WERE EMPLOYED AT A MAJOR MANUFACTURER OF NEW FIRE APPARATUS THAT BUlL T OVER 400 PUMPERS AND AERIAL UNITS PER YEAR THEY HELD THE POSITIONS OF PLANT MANAGER AND CHIEF ENGINEER

WE ARE A COMPANY COMMITTED TO PROVIDING QUALITY UNITS TO THE SATISFACTION OF OUR CUSTOMERS. CUSTOMER SATISFACTION WITH OUR WORK IS EVIDENCED BY THE FACT THAT IN OUR 20-YEAR HISTORY WE HAVE NEVER BEEN NAMED IN A LAWSUIT NOR HAVE WE INITIATED A LAWSUIT.

Renewed Performance, Inc., 1095 Development Drive • P.O. Box 196, Tipton, Indiana 46072-0196 Ph.: 765/675-7586 Toll Free: 1-866-675-7586 Fax: 7651675-7589 • E-mail: [email protected]

OUR LOCATION AND CONTACT INFORMATION IS AS FOLLOWS:

PHYSICAL LOCATION I SHIPPING ADDRESS: 1095 DEVELOPMENT DRIVE TIPTON, INDIANA 46072

MAILING ADDRESS: P.O. BOX 196 TIPTON, INDIANA

TELEPHONE: (765) 675-7586

TOLL-FREE TELEPHONE: (866) 675-7586

FAX: (765) 675-7589

E-MAIL: [email protected]

WEB SITE: www.rpiusa.net

FACTORY CONTACT: RAYMOND D. SALATI COMPANY PRESIDENT

(765) 675-7586

REFERENCES

CHIEF CHRIS ANTONUCCI NEW CARLISLE FIRE DEPARTMENT 204 E. MICHIGAN STREET NEW CARLISLE, INDIANA 46552 57 4-654-3244

CHIEF D. SCOTT BALDWIN CEDARVILLE TWP. VOL. FIRE DEPARTMENT 19 SOUTH STREET CEDARVILLE, OHIO 45314 937-766-5851

CHIEF STEVEN BASSO RAVENNA TWP. FIRE DEPARTMENT 6115 S. SPRING STREET RAVENNA, OHIO 44266 330-297-2192

CHIEF HOWARD BUCHANON SOUTH BEND FIRE DEPARTMENT 1222 S. MICHIGAN STREET SOUTH BEND, INDIANA 46601 57 4 235-9255

CHIEF VIC CHEVRETTE AUGUSTA TOWNSHIP FIRE DEPARTMENT 10985 WHITTAKER ROAD WHITTAKER, MICHIGAN 48190 734-461-9500

II

CHIEF CARL CHURULO LEMONT FIRE PROTECTION DISTRICT 15900 NEW AVENUE LEMONT, ILLINOIS 60439 630-257-2376

CHIEF TERRY CORBETT PIPE CREEK TWP. FIRE DEPARTMENT 6923 W. STATE ROAD 28 ELWOOD, INDIANA 46036 765-552-2020

DEPUTY CHIEF TYRON DAVIE FORT WAYNE FIRE DEPARTMENT 307 E. MURPHY STREET FORT WAYNE, INDIANA 46803 260-427-1234

CHIEF STEVE DOWNEY WARREN TWP. FIRE DEPARTMENT 59330 CRUMSTOWN HIGHWAY NORTH LIBERTY, INDIANA 46554 57 4-232-4028

CHIEF GLEN ERICKSON ARLINGTON HEIGHTS FIRE DEPARTMENT 1150 N. ARLINGTON HEIGHTS ROAD ARLINGTON HEIGHTS, ILLINOIS 60004 84 7-368-5450

CHIEF CHRIS EVANDER WEA TOWNSHIP FIRE DEPARTMENT 1700 WEA SCHOOL ROAD LAFAYETTE, INDIANA 47909 765-4 7 4-9244

CHIEF LES FARMER MOORESVILLE FIRE DEPARTMENT 10 WEST HARRISON STREET MOORESVILLE, INDIANA 46158 317-831-5354

ASST. CHIEF JOE FLEMING BROADVIEW HEIGHTS FIRE DEPARTMENT 3991 EAST WALLINGS ROAD BROADVIEW HEIGHTS, OHI044147 440-526-4493

ASST. DIRECTOR EDWIN A GILLMAN WAYNE COUNTY DEPT. OF HOMELAND SECURITY AND EMERGENCY MGMT. 10250 MIDDLEBEL T ROAD DETROIT, MICHIGAN 48242 730-942-5299

ASST. CHIEF ANTHONY GOLLER WEST CHESTER FIRE DEPARTMENT 9119 CINCINNATI-DAYTON ROAD WEST CHESTER, OHIO 45069 513-777-1133

CAPT. TONY HENDGES GRAND RAPIDS FIRE DEPARTMENT 38 LA GRAVE AVENUE S.E. GRAND RAPIDS, MICHIGAN 49503 616-456-3900

CHIEF JOSEPH HOLOMY EFFINGHAM FIRE DEPARTMENT 505 W, FAYETTE AVENUE EFFINGHAM, ILLINOIS 62401 217-342-2555

ASST. CHIEF TIMOTHY JENSEN LIBERTY TWP. FIRE DEPARTMENT 10150 SAWMILL PARKWAY POWELL, OHIO 43065 614-923-0135

~~-·~ -----------~

Ill

CHIEF DON KENDALL KEMPTON FIRE DEPARTMENT P.O. BOX 190 KEMPTON, INDIANA 46049 765-94 7-5511

GREGORY KLCO CITY OF LANSING- CENTRAL GARAGE 312 NORTH CEDAR STREET LANSING, MICHIGAN 48933 517-483-4470

CHIEF DANIEL LINDAUER FERDINAND VOL FIRE DEPARTMENT 221 E. 4TH STREET FERDINAND, INDIANA47532 812-367-1943

CAPTAIN JAY MARTINO HOFFMAN ESTATES FIRE DEPARTMENT 1900 HASSELL ROAD HOFFMAN ESTATES, ILLINOIS 60195 847-882-2138

CHIEF MIKE MASON PORT WILLIAM FIRE DEPT. BOX 17 PORT WILLIAM, OHIO 45164 937-486-5301

CHIEF BOB MCMINN LOGANSPORT FIRE DEPARTMENT 630 HIGH STREET LOGANSPORT, INDIANA 46947 574-753-3102

ASST. CHIEF BOB MOODY STRONGSVILLE FIRE & RESCUE 18600 ROYALTON ROAD STRONGSVILLE, OHIO 44136-5127 440-572-2166

CHIEF CHARLES PALMER ROOTSTOWN FIRE DEPARTMENT 4152 TALMADGE ROAD ROOTSTOWN, OHIO 44272 330-325-7233

TONY PARKER FIRE MAINTENANCE OFFICER TOLEDO FIRE DEPARTMENT 3917 IMLAY STREET TOLEDO, OHIO 43612 419-936-3520

CAPTAIN DON RADTKE, JR CRETE TWP. FIRE PROTECTION. DISTRICT 2172 DIXIE HIGHWAY CRETE, ILLINOIS 60417 708- 982-5324

CHIEF JAY REARDON NORTHBROOK FIRE DEPARTMENT 740 DUNDEE ROAD NORTHBROOK, ILLINOIS 60062 847-272-2141

CHIEF TIMM SCHABBEL CLAY FIRE TERRITORY 18355 AUTEN ROAD SOUTH BEND, INDIANA46637 574-272-2144

DIV. CHIEF MIKE SHIRLEY WESTFIELD FIRE DEPARTMENT 17535 DARTOWN ROAD WESTFIELD, INDIANA46074 317-896-2704

CHIEF KEITH SMITH CARMEL FIRE DEPARTMENT 2 CIVIC SQUARE CARMEL, INDIANA 46032 317- 571-2600

MICHAEL P. SOMBRIO FIRE MAINTENANCE SUPERVISOR AKRON FIRE DEPARTMENT 2474 TRIPLETI BOULEVARD AKRON, OHI044312 330-375-2379

CHIEF BRUCE STOVER BERRIEN SPRINGS-ORONOKA FD 4411 E. SNOW ROAD BERRIEN SPRINGS, MICHIGAN 49103 269-471-4452

IV

DIVISION CHIEF STEPHEN SUMMERS INDIANAPOLIS AIRPORT FIRE DEPARTMENT 2500 S. HIGH SCHOOL ROAD INDIANAPOLIS, INDIANA 46241 317-487-5272

DEP. CHIEF TOM TALCOTI MENTOR FIRE DEPARTMENT 8467 CIVIC CENTER BOULEVARD MENTOR, OHIO 44060 440-97 4-5765

OPERATIONS CHIEF DUDLEY TAYLOR INDIANAPOLIS FIRE DEPARTMENT 555 N. NEW JERSEY STREET INDIANAPOLIS, INDIANA 46204 317- 327-6055

ASST. CHIEF RICK TAYLOR NOBLESVILLE FIRE DEPARTMENT 50 SOUTH 8TH STREET NOBLESVILLE, INDIANA 46060 317- 776-6336

CAPTAIN THOMAS D. THOMAS CINCINNATI FIRE DEPARTMENT 3001 SPRING GROVE AVENUE CINCINNATI, OHIO 45225 513-591-5001

CHIEF MICHAEL THOMPSON PORTER-KINGSTON FIRE DISTRICT 12844 OLIVE GREEN ROAD SUNBURY, OHIO 43074 7 40-524-5050

DEPUTY CHIEF TONY TRICK MORAINE FIRE DEPARTMENT 4200 DRYDEN ROAD MORAINE, OHIO 45439 937-535-1142

CHIEF JIM WILLIAMS KENT FIRE DEPARTMENT 320 S. DEPEYSTER STREET KENT, OHIO 44240 330-673-8814