HomeMy WebLinkAbout1980-10-07; City Council; 6373; Specifications for Fire Apparatus and Equipmenti
CITY OF CARLSBAD7
AGENDA BILL NO. (o _ initial:
DATE: October 7, 1980 Dept. I1d.
DEPARTMENT: Purchasing C. Atty.
C. Mgr.
SUBJECT: Specifications for F Apparatus and Equipment
Statement of the Matter
The City of Carlsbad Budlet for Fiscal Year 1980-81 includes $120,000 for the
purchase of a pumper ant $12,000 for the purchase of equipment to be used on
the apparatus. This equipment will replace a unit that has been in service
for seventeen years.
Specifications for the fire apparatus and equipment have been developed in
cooperation with the Fire Department and are on file in the City Clerk's office.
Fiscal Impact
The total cost of the fire apparatus and equipment is not expected to exceed
the budgeted $132,000.
Exhibit
I. Specifications for Fire Apparatus and Equipment are on file in City Clerk's
office.
2. Resolution No. -L3j3-
i
Recommendation
Staff recommends the Council adopt Resolution No. 3 /3 ,
and equipment. approving the specifi=
cations and authorizing the Purchasing Agent to seek bads for the fire apparatus
Council Action:
10-7-80 Council adopted Resolution No. 6313, approving the specifications and authorizing
the Purchasing Agent to seek bids for the fire apparatus equipment.
N
CITY OF CARLS BAD, CAI. I FOIZH I A
SPECIFICATIONS FOR
FIRE APPARATUS
The City of Carlsbad is desirous of purchasing one (1) 1250 GPM combina-
tion tank, hose and pumping engine, with a 5 man cab ahead of engine
fire truck chassis.
Sealed proposals are desired from reputable builders of modern fire
fighting apparatus in strict accordance with the following specificatiors.
When submitting bids, manufacturer is required to report each and every
item of their specifications which do not comply with these specifications.
Each deviation shall be explained in detail in the space provided below
each item. Regarding deviations, no equal shall be considered unless
approved by the Chief of the Department.
SECTION I: INSTRUCTIONS TO BIDDERS
I. Each bidder shall furnish satisfactory evidence of his ability to
construct the apparatus as specified and shall state the location of
the factory where the apparatus is to be built. He shall also show
that he is in a position to render prompt service, to furnish replace-
ment parts and to make repairs for said apparatus, including the fire
pumps. Bidders are required to state their unit price, complete,
exclusive of sales tax, and the expected delivery date. Prices quoted
shall be F.O.B., Carlsbad.
2. Each bid shall be accompanied by two (2) sets of "contractor's
specifications", consisting of a detailed description of the apparatus
and equipment which i-t is proposed to furnish, and to which the
apparatus furnished under contract must conform.
These specifications shall indicate size, type, model and make of all
component parts and equipment.
3. It is the intent of these specifications to cover the furnishing
and delivery to the City of Carlsbad complete apparatus equipped as
hereinafter specified. Minor details of construction and materials
where not otherwise specified, are left to the discretion of the con-
tractor; who shall be sdlel,y responsible for the design and construction
of all features. The apparatus shall conform to the requirements of
the latest "National Fire Protection Association Pamphlet, 1901, for
Motor Fire Apparatus", unless otherwise specified in these specifications.
All Federal and State of California regulations applying to automotive
type fire apparatus shall be complied with in the design, construction
and performance of the proposed apparatus.
-2-
4. The design of the apparatus must embody the. latest approved
automotive engineering practices. The workmanship must be of
the highest quality in its respective field. Special considera-
tion will be given to the following points: Accessab;iity of the
various units which require periodic maintenance operations and
ease of operation, including both pumping, driving and symmetrical
proportions.
5.. The construction must be rugged, and ample safety factors provided
to carry loads as specified and to meet both on and off -road re-
quirements.
6. Welding shall not be employed in the assembly of the apparatus in
a manner that will prevent the removal of any component part for
service or repair. Where bolted construction is used, machine bolts
or screws with lock -washers and nuts shall be used. Metal screws
or self -tapping machine screws shall not be used in any part of
the apparatus.
7. Upon delivery, a road test will be conducted with the apparatus
fully loaded, and a continuous run of at least one hundred (100)
miles will be made over various road conditions and grades. During
the road test, engine performance, drive line components and brakes
will be tested for vibration, abnormal noise and proper operation
throughout the entire operating range of the apparatus.
8. The apparatus shall be tested and approved by the Underwriter's
Labo:atories, Incorporated in accordance with their standard
practices for 1250 GPM pumpers. Two copies of these tests shall
be supplied to the Carlsbad Fire Department by the successful
bidder. A pumping test will be conducted at the designated test
pit where the apparatus will be given a standard annual service
test, showing that all components of the priming, main pump,
pressure relief valve, discharge valves and gauges are in proper
working order. These tests shall be conducted with the successful
bidders representative and ,personnel of the Carlsbad Fire Department.
9. The bidder shall submit a warranty with his bid proposal, written
on his company's letterhead paper, which covers the apparatus fqr
period of one year. The warranty shall cover all parts and labor
which fail, due to faulty design, manufacturing or assembly.
10. The vendor shall furnish two copies of the proposed pump's performance
when powered by the same engine as in these specifications.
11. In the event the apparatus fails to meet the test requirements on the
first trials, second trials may be made at the option of the contractor
within thirty (30) calendar days of the first trials. Such trials
shall be final and conclusive, and failure to comply with these re-
quirements shall be cause for rejection.
-3-
12. Failure to make such changes as the Chief of the Carlsbad Fire
Department may consider necessary to conform to any clause of
these specifications within thirty (30) calendar days after notice
is given to the contractor to•make such changes, shall be cause
for rejection of the apparatus.
13. All required equipment, manuals and charts shall accompany the
apparatus at the time of delivery.
14. The successful bidder shall furnish two (2) operator's manuals and
two (2) lubrication and maintenance manuals which show all points
of lubrication and service and the amount to be used at each lo-
cation, and the type of lubrication.
15. The successful bidder shall furnish two (2) parts manuals or books
and two (2) complete piping diagrams which show all valves and piping
and their respective sizes, make, and model.
16. The bidder shall submit with his bid proposal drawings of the proposed
apparatus, showing all of the following views: Left side, right side,
front, rear and top. Failure to comply with this requirement will be
cause to reject the bid. ;
t
17. The successful bidder shall supply two (2) drawings of the apparatus'
electrical system at time of delivery.
18. The apparatus shall be painted with Dupont (Imron).
s
19.. The apparatus shall be painted white in color.
i'
20. Running gear, pump axles and other undercarriage components shall be
painted, using a high grade automotive enamel. Color: White.
a
21. The wheels, apparatus body cabinets inside and outside and cab shall
be painted white.
22. The completed apparatus must show a Class "A" fire department finish.
23. No gold leaf striping is required.
24. Lettering shall be of three (3) inch size and read Carlsbad Fire
Department, and be located on the doors of the cab. The exact style
and design to be approved by the Carlsbad Fire Chief.
25. The engine compartment shall be well insulated for both sound and
heat.
26. All identifying numbers on any component shall be the original
manufacturer's number.
'0-N on
-4-
27. An alternate bid using comparable cab -ahead type chassis of the
bidders own manufacture or other comparable custom chassis may
be submitted. Where component parts differ from those used on
the Pem Fab chassis, the bidder shall state the make and model
number of the proposed part change. Wheel base variations are
acceptable, but not less than 172".
FIRE APPARATUS SPECIFICATIONS
CITY OF CARLSBAD, CALIFORNIA
DESCRi6,rm
1. CHASSIS:
A. The chassis shall be manufactured by the
Pemberton Fabricators, Inc. of Rancocas,
N.J.
B. Pem Fab, Cincinnati, Style - Low Profile
Cab " Maxi -Vision.
C. Wheel Base shall not exceed 178" (172"
preferred).
D. Cab width to be 84".
E. Frame: Single rail 9-1/2" x 3-1/4" x
1/4" with fish plate 11-1/4" x 3-1/2"
x 1/4" 110,000 PSI yield strength.
Section modulus - 18.59 in. sq. R.S.M.
2,044,900 in. lb. Two steel box cross
members, 17" x 8" with 2-1/4" lip to the
rear with five rail cross -members to the
front for a total of seven cross -members.
2;. ENGINE:
A. slake E Model -Detroit Diesel-8V92TAC
B. Gross Horsepower - 405 @ 2100 RPM
C. Gross Torque - 1236 Ft.Lbs. @1300 RPM
D. Bore E Stroke - 4.84 x 5.0 inches.
E. Piston displacement - 736 cu. in.
F. Air Cleaner - Dry Tvpe
G. Governor Type - LSVLS
H. Governed RPM - Manufacturers Specification
1. Luberfiner Oil Filter, Model LP-750
3. COOLING SYSTEM:
A. Radiator to be of bolted tank construction.
B. Pressurized system of tube and fin design.
C. Auxiliary cooler in bottom tank for trans-
mission.
EACH SPECIFICATION MUST BE ADDRESSED BY
CHECK MARK YES OR NO. ANY ANSWER OF NO
MUST BE ACCOMPANIED BY AN ALTERNATE
PROPOSAL OR EXPLANATION AS TO WHY THE
SPECIFICATION WILL NOT BE MET.
YES NO
ALTERNATE
i
-2-
3.• COOLING SYSTEM, contd.
D. 1080 sq. in. frontal area or Detroit
' Diesel recommendation.
1' E. Temperature controlled fan drive.
F. All radiator and water hoses shall he
i silicone rubber (Gates or equal).
G. Perry water filter with spin on car-
tridge and sight tube.
( 4. AUXILIARY COOLING:
A. Two (2) Auxiliary heal exchangers tube
bundle type positive feat exchange with
five (5) sq. ft. each of cooling sur-
face area, capable of reducing engine
coolant temperature to standard
p operating temperature in pumping
situations.
5• TRANSMISSION:
A. Make and Model - Allison Automatic
HT-740D
j
,6. FRONT AXLE:
A. Make E Model - Rockwell FF-931.
B. Rating - 12,000 lbs.
C. Type - I Beam
7. FRONT SUSPENSION:
A. 7-Leaf Springs. 1/2" x 3" x 54"
Long, equipped with Reyco Torque
Arm Assemblies.
8. SHOCKS:
A. Heavy Duty Aircraft Type Double
Acting Front.
9. REAR AXLE•
A. 24,000 lbs. R-155 Rockwell, Ratio
4.63-1 for 60 MPH.
10. REAR SUSPENSION:
A. ]I -Leaf Springs. 1/2" x 3" x 54"
Long, equipped with Reyco Torque Arm
Assemblies.
1. STEERING:
A. Ross HF 64 heavy Duty integral power
steering with Ratio 23.4 to 1. 20"
diameter padded wheel. Gear driven
P.S. pump, no belts to maintain or break.
YES NO
..
ALTERNATE '
.
-3- f
YES NO ALTERNATE
12. DRIVE SHAFTS:
A. Dana -Spicer 1810 Series, heavy duty.
13• EXHAUST:
A. Aluminized muffler, high efficiency
custom system exiting right hand side
ahead of rear wheels.
14. BRAKES:
A. S-Cam Type, full air FMVSS-121. 15
CFM compressor with rapid build-up
system and low pressure indicator,
buzzer and red light warning system.
B. Front brake shoes 16-1/2" x 5" x 3/4"
(312 sq. inches).
C. Rear Brake Shoes 16-1/2" x 7" x 3/4"
(434 sq. inches).
D. Reservoir System over 5,800 cu. in.
(4 individual tanks), with se')f drain-
ing valves.
15• PARKING BRAKE:
A. Anchorlok 36" Spring Brake.
16. ELECTRICAL:
A. All wiring heavy duty number coded with
automatic resetting breakers. Complete
electrical schematic provided. The
electrical panel, located in the left
Jump seat area, to have 14 gauge pre -
wired harness with 8 breakers: (1)
30 amp.,'(3) 20 amp., (2) 15 amp.,
(1) 25 amp., (1) 10 amp. and extra
wires front and rear for easy light and
switch hook-up.
B. Dual 12 volt battery system including:
(2) 220 amp. batteries, A.B. starter
button, Cole Hersee 325 amp.,and addi-
tional starting solenoid.
17. ALTERNATOR:
A. 145 amp. Delcotron.
18. FUEL SYSTEM:
A. 50 gallon baffled fuel tank, located under
frame behind rear axle. Aluminum only.
B. Fuel line filter shall be of size and
capacity required by the engine manufacturer
C. Fuel line filter shall be equipped with
a moisture drain.
Y
YES NO
19. WHEELS AND TIRES:
A. Seven (7) Tires, and wheels, to be
furnished.
B. Tires shall be 11:00 x 22.5 Bridge-
stone V-Steel R.190.
C. Wheels shall be Firestone 5 Degree
Part #31674 (8" Rims).
20. CAB:
A. PemFab 5 Man 84" Maxi -Vision 23"
{ Jump Seats, GVW 33,760
fB.' Roll down door windows, sliding rear
window, tinted glass.
C. Four (4) Sets Seat Belts.
E
D. Driver's seat Anchorlok E1818-16.
Bench seat in cab to be thick foam
rubber.. Bench seat to have access
I
to he?ow for radio compartment.
E. Black vinyl upholstery. All seats
black vinyl covered.
F. Dome lights - Two (2) overhead lights
in cab and Two (2) overhead lights in
I Jump seat area.
G.• Sound absorbent headliner in cab;
i vinyl covered.
i H. Two -speed Pantographic windshield wipers
with washers, dash mounted air shut-off
valve to be located on driver's side.
! 1. Stainless steel two piece, rearview
i mirrors (one each side) with convex
lower section minimum 90 sq. in,,
total area, each side.
J. Canopy roof area lined with sound absorb-
ing material and shall be vinyl covered.
K. Canopy roof hatch for engine removal.
( L. Inside lower cab doors shall have 1/8"
-aluminum kick plates.
M. Recessed aluminum diamondette cab steps.
N. 10" stainless steel bumper wrap -around,
i (2 rib).
0. Dual Sealbeam headlights.
P. Stainless steel air inlet covers.
Q. ICC lights.
R. Two (2) 7" single faced flashing red lights
with chrome housing to be mounted on front
of cab,each side to be .;witch controlled on dash.
ALTERNATE
NO ALTERNATE
21. CAB CANOPY:
A. Canopy extension for the seating of two
additional men in jump seats, facing aft,
shall be provided. Canopy shall be an
integral part of chassis cab. Canopy shall
be heavily reinforced steel. Canopy
roof shall have a removable steel
plate, 32-1/2" x 4411, to facilitate
engine removal without cutting or
burning of canopy should it ever become
necessary. Two full windows, one each
side, fitted to contour of canopy
sides shall be provided.
B. Backrest and seat portion of jump seats
shall be upholstered with black Naugahyde,
Impervious to water. One jump seat shall
be placed on each side of engine enclosure.
Each jump seat shall be equipped with seat
belts.
C. Engine enclosure between jump seats shall
be constructed of 3/16" 087 5) aluminum
diamond plate. Engine compartment shall
be readily accessible by horizontally
hinged compartment doors. Complete
engine enclosure shall be lined using 1/2"
thick acoustical foam having a facing of
Aluminlzed polyester film for sound re-
duction, as well as high thermal reflectivity.
D. Sliding glass windows, easily accessible
and removable for service shall be pro-
vided in cab between jump seat compartment
and cab interior, with stainless steel track.
22. CAB INSTRUMENTS:
A. Dash to be stainless steel.
B. Front removable instruments.
C. Visual and audible warnings for low air,
low oil, high temperature.
D. Electric Speedometer, non -registering while
pumping.
E. Electric tachometer.
F. Ammeter
G. Oil pressure gauge.
H. Water temperature gauge.
1. Fuel gauge.
J. Volt Meter
K. Two air gauges.
L. Hobbs Hour meter to be connected with
pressure switch from oil gauge.
• . � -6- 1012,
YES NO
23. MAIN pump:
A.
The main pump shall be of centrifugal
type, single stage design. underwriters
Class "A" rated, at not less than 1250
GPM at 150 PSI from a ten (10) foot lift
with twenty (20) feet of six (6) inch
suction hose. Hale Model QSMF 125;
NO EXCEPTIONS.
B.
There shall be a switch or lever to
place the main pump in gear, located
In the driver's compartment and be
equipped with an approved safety latch.
C.
Pump gear ratio shall be selected to
avoid high engine speeds.
24. RELIEF VALVES:
A.
The main pump shall be equipped with a
full flaw pressure relief valve. Hale
P75 fail safe design. NO EXCEPTIONS.
B.
All relief valve controls to be mounted
on the engineer's panel.
C.
The relief valve shall be equipped with
reference lights that indicate when the
valve is in operation.
D..
The panel mounted pilot valve shall have
a built-in filter or an inline filter
between the pump and the pilot valve
Intake. EM panel strainer Hale.
25. PUMP PRIMER:
A.
The priming pump shall be of positive
displacement design and be either of
rotary -gear or rotary -vane design. It
shall be driven by an electric motor,
and operated from the engineer's panel.
B.
A single control shall open the priming
valve and engage the priming pump
simultaneously.
C. Oil Reservoir to be of ample capacity.
26. DISCHARGE VALVES:
A. Four (4) 2-1/2" quarter turn locking type
ball discharge valves, Series JB. Two (2)
left side, Two (2) right side and one (1)
rear, Series 25 BP 2-1/2" Hale with chrome
caps and chain. NO EXCEPTIONS.
ALTERNATE
-7-
YES NO ALTERNATE
26. DISCHARGE VALVES, contd.
B. Remote controls located on the pump
operator's panel shall be provided for
the right side discharge valves.
C. 2-1-1/2" Hale Inline, Series 15 BP
1-1/2" Bronze for L-1/2" Preconnects.
NO EXCEPTIONS.
D. A three (3) inch discharge valve shall
be installed at the base of the Deck.Moni
tor, where it can be controlled by the
monitor operator. Hale Model #30 BP 3"
Gate-Lok. Three (3) inch plumbing from
pump to Deck Monitor.
E. All inline valves shall be bronze full -
flow 1/4 turn ball type and serviceable
without removing any plumbing.
F. Reel line discharge valve shall be rated
for working pressures to 800 PSI and be
of one (1) inch size, quarter turn design
and operated from the engineer's panel.
Ball type Hale inline Valve.
Hale 10 BP 1" Bronze. NO EXCEPTIONS.
G. 2-1/2" Rear Discharge Valve to be con-
trolled .it Engineer's panel, to be
located at rear right side below hose
bed.
H. Monitor to be Santa Rosa M3-DS Monitor.
To flow 1000 GPM with 150 PSI.
I. Monitor to be mounted on left side above
engineer's panel opposite hose reel to be
positioned so as to not interfere with
pulling hose reel from left side.
27. SUCTION VALVES:
A. Inlets to be fitted with ..-4" to 6"
butterfly valves. Keystone, 4" intake
male, 6" outlet female. Left side to
have 4" Stortz adaptor. Not to extend
past running board; right side to have
4" chrome can and not to extend past
running board.
B. Left 2-1/2" suction at pump panel to be I
fitted with a chromed female adaptor with)
removable strainer and a chromed plug.
Valve to be controlled at the engineer's
panel. Swivel type. Hale 05-2-1/211.
NO EXCEPTIONS.
C. Suction tray to be installed in right
running board to accommodate 15', 4"
soft suction.
YES NO
28. DRAIN VALVES:
A. The main pump shall be provided with a
manifold type valve which simultaneously
drains all points of the pump.
B. All 2-1/22" discharge valves shall be
equipped with 3/4" push-pull type drain
valves. Hale HD.
C. Left side 2-1/2" suction shall be
equipped with 3/4" push-pull type dram
valve. Hale HD.
D. All drain valves shall have drain ex-
tensions where necessary to dump the
water at runningboard level.
29. LIGHT WATER UNIT:
A. Venturi Type bypass foam unit permanent-
ly installed. Unit to be plumbed direct
to 1-1/2" rear transverse line. Unit
not to restrict full flow of 1-1/2"
when foam unit is not in service. Unit
must be capable of delivering 95 GPM of
foam solution.
D. Light water tank to be installed in hose
reel area at right top side of truck.
Tank shall have a thirty (30) gallon
capacity. Tank shall be constructed of
stainless steel with a three (3) inch
fill spout with waterproof cap.
C. Tank to Venturi Valve shall be a push-
pull type located on engineers panel.
D. Discharge valve installed into 1-1/2"
plumbing for charging light water system.
Control to be push-pull type located on
engineer's panel. Hale #15 BP 1-1/2"
bronze.
E. Check valve installed in plumbing system
to prevent pressure on system with norma]
1-112" line operation.
F. Metering valve installed into system to
ad,iust foam solution 0 to 6%. Meter valve
to be installed on engineer's panel.
G. Provisions shall be made to flush entire
foam system without charging 1-1/2"
preconnect.
H. Bidder shall submit a drawing diagram of
systems.
to's
ALTERNATE
A
-9- ,01;1-11
YES NO ALTERNATE
30. PLUMBING:
A. All 1-1/2" piping and smaller shall be
heavy duty galvanized or aeroquip high
pressure hose with non -corrosive
fittings.
B. Piping must have enough victaulic
couplings or unions to make repairs
without dismantling complete assemb-
lies.
C. Piping from the water tank to the main
pump shall be 3" I.D. with a 3" quarter
turn ball valve, controlled from the
engineer's panel. Hale 30 BP 3" Bronze.
NO EXCEPTION.
D. A 3" check valve shall, be placed in this
line between the tank swap and the 3"
ball valve. Hale Inline type.
E. Tank fill line between main pump and tank
shall be 1-1/2" piping with a 1-1/2"
valve controlled from the engineer's
panel. Hale 15 BP 1-1/2" Bronze.
F. No aluminum fittings or valves will be
built into the plumbing system.
31. ENGINEERS PUMP CONTROL PANEL:
A. On the left side of the apparatus,
brushed stainless steel panel shall be
provided for mounting gauges and controls.
This panel shall be well illuminated for
night operation.
B. All controls shall be identified with
metal marked plates.
32. PUMP PANEL CONTROLS:
A. Relief valve control and relief valve
lights.
B. Primer Control.
C. Tank fill valve, main pump to tank control
handle.
D. Five (5) 2-1/2" discharge valve handles.
E. Two (2) 1-1/2" discharge valve handles
(preconnects).
F. One (1) reel line discharge valve handle.
G. Two (2) test plugs, one (1) vacuum, one
(1) pressure.
-10-
YES NO
,32. PUMP PANEL CONTROLS, contd.
H. One (1) Aero Vernier locking type
throttle, Felstad 94 or equal.
1. One (1)* positive drive outlet for
checking engine RPM by hand held
counter. Ratio 10 to 1 preferred.
J. Une (1) indirect cooling valve control.
K. One (1) direct cooling valve control.
L. Control handle for suction from tank to
main pump; push-pull.
M. Relief valve control and relief valve
lights.
N. Primer control.
0. Tank fill valve, main pump to tank control
handle.
P. Five (5) 2-1/2" discharge valve handles.
Q. Two .(2), 1-1/2" discharge valve handles
(preconnects).
-R. Chrrn valve to be mounted on panel, 3/8"
copper line from pump to tank.
S. One (1) reel line discharge valve handle.
T. One (1) 2-1/211 suction valve handle to
control suction.
,33. PUMP PANEL GAUGES:
A. One (1) 6" Master main pump gauge to read
30"-0-600 PSI.
B. One (1) 6" Compound gauge to read 30"-0-
600 PSI.
C. A11 five (5) 2-1/2" discharge outlets
to be provided with individual pressure
gauges. 30"0-600 PSI.
D. One (1) water tank level gauge. MC4
light gauge.
E. Two (2) pressure gauges reading 30"-0 -
600 PSI to be provided for the 1-1/2"
pre -connected lines.
F. Silicone filled gauges.
G. One (1) tachometer showing engine RPMs.
H. One (1) engine oil pressure gauge.
I. One (1) engine temperature gauge.
61
ALTERNATE
OWN -11-
YES NO ALTERNATE
34. BOOSTER TANK:
A. A 500 gallon capacity water tank shall be
provided, properly designed and installed
for the chassis that it will be mounted
on. The tank shall be readily removable
from the chassis without removing body
'panels.
-B. The tank shall be manufactured of copper
bearing steel, no material less than 10
gauge shall be used in construction of
the tank, or 1/411 marine grade aluminum
plate.
C. The tank shall be made using modern weld-
ing techniques. Welding slag shall be
removed before the coating is applied.
D. The tank shall be properly equipped with
baffle plates to prevent the water from
surging while the apparatus is ?n motion.
E. The major portion of the top of the tank
shall be removeable so that inspection
and repairs can be made inside the entire
tank.
F. The tank lid shall be provided with
sufficient fasteners and gasket to pre-
vent all leakage at the joint between
the lid and the tank.
G. The tank sump shall be provided with a
twirl plate and the outlet shall be of
three (3) -inch size. Bottom of sump to
be fitted with a clean -out plug.
H. The tank shall be equipped with a combina-
tion air vent and overflow which will
prevent water from overflowing and enter-
ing the hose beds. Diameter of the pipe
shall be not less than three (3) inch
O.D. size. Overflow discharge to be
behind rear axle.
1. The tank filler opening shall be of
proven design and not less than four (4)
inches in size.
J. A prover, method of treatment of the tank,
to prevent rust will be required. if
steel is used, three (3) coats of Bitu-
mastic, if aluminum is used a neoprene
coating shall be used, or equal. Bidder
to specify.
K. The outside of the tank shall be properly
primed and painted before placement into
the chassis. If tank is steel construction,
-'ll) _12- 'o
YES NO
34. BOOSTER TANK, contd.
L. The tank shall be completely constructed
and all outlets and inlets including
the water level gauge holes shall be -
completed before the tank is sealed. No
tapping of the tank shall be done after
the tank has been sealed.
M. The tank shall be guaranteed for ten (10)
years to the original owner when all main-
tenance practices required by the manu-
facturer are complied with.
N. The tank shall be equipped with a
permanent type anode system to help
control electrolysis.
35. ' HOSEBODY•
A. There shall be two (2) hose beds. The
main hose bed shall be over the booster
tank and between the body panels and
will be used for 2-1/2" and 4" hose.
B. The second hose bed shall be for two (2)
150 foot lines of preconnected 1-1/2"
hose and be located in front of the
Deck Monitor and above the engineer's
panel. They will be of transverse design.
C. The,main hose bed shall have a volumetric
measurement of at least 100 ft. or more.
D. Partitions shall be fully supported to
the rear cross rail.
E. Four (4) removable partitions shall
be installed in the hosebody, constructed
of not less than 12 gauge cold rolled
steel with the top and rear edge finished
with split pipe or equal. To be positioned
by owner. If aluminum, proper connection
to be furnished and approved by owner.
F. Adjustable type hose bed partitions are
required.
G. The main hose bed shall have a removable
slatted aluminum floor. It shall be designed3
and built to provide good ventilation.
H. The hose body shall be designed so that
any water flooding the hose bed can drain
out the bottom. Drains must be provided
if there are any sump type areas.
I. The transverse hose beds shall be designed
for at least 150 feet of 1-1/2" D.J. hose
In each bed.
ALTERNATE
-13 - ate+
YES NO ALTERNATE
35. HOSEBODY, contd.
J. One (1) chicksan swivel (1-1/211) shall
be installed in the center of each
transverse hose bed (2) swivels, so
that the hose can be pulled from
either direction.
K. Each transverse hose bed shall be
(1011) wide at the face and (10")
deep. Horizontal and vertical 1-1/2"
stainless steel, roller type, hose
guides mounted in polished castings
shall be furnished on each end of
crosslay hosebed, a stainless steel
roller with nylon guides set in a
polished aluminum casting shall also
be provided at each end and between
double cross lay hose divider.
L. Two (2) diamondette aluminum hose bed
covers.to be installed. One (1) to
cover transverse hose bed to be hinged
at the rear edge. One (1) to cover main
hose bed, to be hinged at both sides.
Both covers to have heavy duty automatic
locking device in open position, and
locking device in close position for
transverse cover. Both covers to have
stainless steel piano hinge. Main hose
bed cover to have split waterproof tarp
connected to cover and to be removeable.
36. HOSE REELS•
A. One (1) Hannay or equal hose reel with
explosion proof motors shall be pro-
vided.
B. Hose Reel shall have a capacity for at
least 200 ft. of I" high pressure hose.
C. Reels shall be equipped with 100 ft. of
W and 100' of 3/4" hose rated at 800
PSI working pressure and be fitted with
bar -way' coup] ings with one (1) inch
threads.
D. Control switches for reel lines shall be
I
n running board stirrups on each side.
E. Hose reel shall be equipped with stainless
steel vertical and horizontal spools and
rollers, one on each side.
F. The reel shall be provided with an emer-
gency manual hand crank system for re-
winding the hose.
G. Hose reel to be mounted on right side
opposite monitor.
-14-
YES NO
37. BODY CONSTRUCTION:
Type and Thickness of Materials
A. All body panels shall be constructed.
of not less than 12 gauge cold -rolled
stretcher level body steel or 1/8"
aluminum.
B. Entire rear surface of the apparatus
shall be constructed of diamondette
aluminum material of not less than
1/8" thickness.
C. Wheel well liners to be installed and
painted black.
D. When diamondette aluminum is used over
steel support members, the steel shall
be properly primed and painted to
prevent rust from developing between
the two metal surfaces.
E. All diamondette material shall be of
a high grade aluminum.
F. The bidder shall specify either steel
or aluminum construction.
38. RUNNINGBOARDS s TAILBOARD:
A. Runningboards, tailboard and rear step
to,be made of diamondette aluminum;
minimum 1/8" thickness.
B. Runningboards shall be not less than
eleven (I1) inches wide and should not
be lower than the center line of the
rear axle.
C. The tailboard should be approximately
twenty (20) inches deep from body to
outer edge.
D. An auxiliary step shall be provided
above the rear compartment.
39. TOW HOOKS OR EYES:
A. Two (2) tow hooks or eyes, chrome
plated, shall be provided at the front
of the apparatus and at least one (1)
at the rear of the apparatus.
B. Hooks and/or eyes shall be heavy duty
and connected directly to the frame.
59
ALTERNATE
` -15-
YES NO
40, EQUIPMENT COMPARTMENTS:
A. Equipment compartments shall be made of
not less than 12 gauge cold -rolled
stretcher level body steel or 1/8"
aluminum,
B. Top of side compartments shall be
fabricated from diamondette aluminum.
C. Outer edge of fender wells must be fitted
with fenders or be trimmed with machine
rolled edge.
D. Drip molding must be provided above all
doors.
E. All doors shall be constructed of not
-less than 12 gauge cold rolled stretcher
level body steel or 1/8" aluminum. Rub
rail to be installed on each side of
truck on bottom edge and on rear running -
board edge.
F. Doors shall be pan -box type with 950 bend
on inter pan to form drip rail, with
polished stainless steel piano type
hinges.
G. All compartment doors shall have integral
flanges of weather proofed construction
with rubber door seals, with close cell
neo-prene s;,onge, drip rail shaped.
H. Compartment doors shall be equipped with
a stainless steel, spring type, door, -
hold -open device. Springs are 7/8"
diameter with .1" diameter stainless steel
spring wire having an inner stainless steel
restraining cable to limit door opening.
1. Vertical opening doors to be provided on
the upper left rear compartments. They
shall he equipped with heavy duty type
automatic locking (in the open position)
spring assists. Inside of vertical doors
compartment shall be not less than I1"
deep with door close inside dimension.
J. All compartment doors shall be equipped
with stainless steel "D" ring handles,
Hanson with slight break.
Double catching two point safety slam
latch Eberhard #206.
K. All compartments shall be equipped with
automatic lights. Open door indicator
light shall be installed on the cab dash-
board.
ALTERNATE
0
". -16-
YES NO
41. HAND RAILS:
A. Polished stainless steel rails shall be
mounted down the rear body panels.
B. A rear cross rail shall be provided and
elevated above the hose body to avoid
Interference in loading and unloading
hose.
C. Hand rails to be provided near cab
doors and near the rear of the cab
for jump seats, both sides. Total
Rails: Six (6), three (3) on each side.
D.' All hand rails to be of 1-1/4" O.D.
Size. To be stainless steel.
42. APPARATUS BODY COMPARTMENTATION:
A. Front
One (1).transverse compartment ahead of
pump panel with one (1) lertically hinged
door on each side. Compartm?nt shall be
approximately 4511 W gn x 19" wide x 72"
across and contain 35.0 cubic feet of
storage. Opening shall be 17-3/4" wide
x 45" high.
Inner panel of transverse compartment
shall also have two (2) pump access
doors that are 21" wide x 31" high to
'facilitate rapid service access to
piping, valves, pump and instrumer.tation.
One (1) tool compartment below transverse
compartment on each side. Each compart-
ment shall be 15" high x 17-3/4" wide x
10" deep and contain 1.5 cubic feet of
storage.
B. Left Side
One (1) ahead of rear wheels with vertically
hinged single door, compartment shall be
approximately 24" wide x 20" deep x 27"
high and contain 7.5 cubic feet of storage.
Opening shall be 27" wide x 24" high.
Two (2) over rear wheels with horizontally
hinged lift up doors. Each compartment
shall be approximately 59" wide x 27" high
x 11" deep. Openings shall be 57" wide
x 27" high, approximately.
One (1) behind rear wheels with vertically
hinged single door. Compartment shall be
ALTERNATE
-17-
YES NO ALTERNATE
42. APPARATUS BODY COMPARTMENTATION, contd.
B. Left Side, contd.
approximately 36" wide x 21" deep x
27" high and contain 12.0 cubic feet'of
storage. Opening shall be 34" wide x 27"
high.
C. R'ight Side
One (l) behind rear wheels with ver-
tically hinged singly: door. Compart-
ment shall be approximately 36" wide
x 21" deep x 27" high and contain 12.0
cubic feet of storage. Opening shall
be 34" wide x 27" high.
One '1) ahead of rear wheels with
vertically hinged single door. Com-
partment shall be approximately 24"
wide x 20" deep x 27" high and contain
7.5 cubic feet of storage. Opening
shall be 23" wide x 27" high.
D. Rear
Two (1) door access doors to connect
with - ar side compartments, doors to
be approximately 24" wide x 27" high
x 25" deep.
E. Rear Center Compartment
To be'24" wide x 27" high x 25" deep.
This compartment to be left open and
without a door.
All measurements are approximate.
43. WIRING S SPECIAL LIGHTS:
A. All wiring shall be of adequate size
to carry the necessary electrical load
and be protected by loom and be securely
attached to the body or frame.
B. Battery cables shall be covered with
Koroseal or equal.
C. All circuits shall be protected by
automatic reset circuit breakers.
D. The following special lights must be
supplied and installed:
1. Two (2) rear lights to be mounted on
rear stanchion bar, one (1) left
side, and one (1) right side. Lens
6olor amber, both to be equipped with
flashers. Control switch on console
labeled amber. Whelen RB-11 or equal.
YES NO ALTERNATE
43. WIRING S SPECIAL LIGHTS, contd.
2. Two (2) pickup lights, swivel base,
six�(6) inch sealed beams, one (1)
• flood and one (1) spot. Both lights
to be on cie circuit. Control
switch to be on the console and be
labeled PICKUP.
3. Clearance lights both left and
right side, front and rear to meet
all codes.
4. Lights, front and rear, with visibili-
ty, on steering column. To be of
self -cancelling type. Standard turn
indicators.
5. Front and rear directional lights to
be arrow type.
6. Two step lights for jump seat, one
each side.
7. Compartment lights; dome type with
telltale indicator on cab dash for
open doors.
8. All instrument panel lights to be
Indirectly lighted, including the
master emergency console.
g. Two (2) tailboard lights to be pro-
vided; one (1) on each side of the body
panel to provide lighting for the rear
step.
10. Two (2) rear tail lights and two (2)
backup lights.
11, Rear license plate light.
12. Federal and State codes on lighting
must be adhered to.
13. Two (2) pushbutton type switches shall
be installed on the trailing edges of
the body panel about four (4) feet
above the tailboard and shall be wired
to a buzzer in the front cab of the
truck. One (1) to be mounted on
eaf-h side.
14. Ca, iinhts to operate with automatic
snitch_:, located in both door jamb.
15. All light switches to be Rocker
Lighted s:,ji tches.
16. There sh- he a master switch, ener-
gizt conso a and every circuit
-19-
YES NO ALTERNATE
43. WIRING & SPECIAL LIGHTS, contd.
16. contd.
shall be wired so that any combina-
tion of lights can be preset. The
console shall be constructed in a
manner in which a piano type fringe is
used and the panel swings out so that
all switches and wiring are readily
accessible. Two spare circuits shall
be provided for future use. Builder
to submit drawing.
44. BATTERIES:
A. Two (2) Series 8D Delco or equal or two
pair of Delco Series 1200.
B. Rating - 12 Volt - 226 Ampere Hours
C. One (1) Battery or pair installed on the
left side of the apparatus, labeled "A"
Battery, under step to jump seat.
D. One (1) Battery or pair installed to the
right side of the apparatus labeled "B"
battery, under step to jump seat.
E. They shall be installed under step lead-
ing to jump seat each side. All cell
openings shall be readily accessible for
hydrometer readings.
F. Circuit breakers to be of automatic
reset type.
G. Dual battery switch to be mounted in a
convenient location for the driver, pre-
ferred location is on the dashboard.
Switch shall be Cole Hersee continuous
switch Model ;24059, if available.
Alternate switch - Cole Hersee Model
M-705.
45. 14ARNING DEVICES -SIRENS & LIGHT BAR:
A. Siren and emergency lights shall be the
Federal, #22 Aero, Siren #150 Dynic Light/
Sound sysiem, California Model, with
alley lights using Halogen lamps, with
permanent mounting.
B. Shall also include One (1) Electric
S'Iren Model #B & M Super Chief to be
recessed in front of cab in the middle
above the bumper to include two foot
controls, one on driver's side and one
on officer's side.
-20- 1116)
YES NO
45. WARNING DEVICES -SIRENS & LIGHT BAR, contd.
C. Two (2) Grover Air Horns mounted on the
cab roof with selection switch mounted on
console that will allow the horn to pe
operated by the steering wheel horn
button. Switch to be labeled "Air Horn".
One (1) foot controlled air, horn switch
shall be installed in front of the officer
seat.
D. One (1) Electric Horn shall be furnished,
dual tone, and shall be controlled by
the horn button in the center of the
steering wheel.
E. One electric backup horn shall be pro-
vided, with on -off switch.
F. Two (2) 500 watt quartz lights. Tele-
scoping to be installed one each side of
engine behind 1-1/2" preconnect; height
to be enough to use both lights on either
side. Lights to be wired to auxiliary
generator with proper size wire, wire to
be protected from mechanical damage and
to have ground fault detector; wiring to
generator to be approved type twit:t lock
connection with two (2) circuit breakers
to, be mounted next to generator.
G. Generator to be installed rear middle
compartment - Homelight 2700 Watt
Electric Start to be mounted on slideout
tray with locking device.
LADDERS AND MOUNTS:
A. Ladders shall be Duo -Safety with match-
ing mounts, 1000 Series.
B. One (1) 24' two section, bed and fly ex-
tension ladder.
C. One (1) 14' roof ladder with hooks.
D. One (1) Model 585-A 10' Aluminum folding
ladder and mounting bracket..
E. Ladders shall be mounted over the right
rear cabinets.
F. Ladder brackets shall be properly lined
and ladders shall be held in place by spring
loaded, quarter turn, quick opening latch-
ing devices. They shall be so designed
that when the roof ladder is removed, the
24' section extension ladder will remain
In place. To be mounted on right side
above rear wheels.
ALTERNATE
-21- 'o,)
YES NO ALTERNATE
46. LADDERS AND MOUNTS, contd. -
G. Two (2) pike poles, fiberglass construc-
tion to 6e mounted above ladders with
proper brackets. One (1) 6' and (1) 101.
47. OTHER EQUIPMENT TO BE FURNISHED:
A. Two (2) Stainless steel sheath type axe
holders, to ba mounted by owner.
B. One two and one half (2-1/2) gallon
pressurized water extinguisher with'
bracket. (General WS-LS 9001
C. One (1) Ansul 20# ABC Cartridge
operated with bracket.
48. APPARATUS PAINT FINISH:
i4. All exposed metal surfaces, not being
chrome plated or of aluminum diamond
plate, shall be thoroughly sanded,
cleaned and phosphatized in prepara-
tion for painting. Paint shall be ultra
high lustre Dupont "Imron" poly-
urethane paint. Complete apparatus
cab shall be sanded and finish painted
before mounting of body to assure full
coverage of paint to all cab surfaces.
Both cab and body shall be painted to
allow for iYJentical finish. All
removable items; i.e., wheels, brackets,
compartment doors, etc., shall be painted
separately to insure finish paint behind
mounted items. Body components that
cannot be finish painted upon assembly
are to be finish painted before
assembly. All unwelded seams exposed
to high moisture environments shall be
sealed using permanent plyable silicone
caulking.
B; Inside door and door jambs on chassis shall
be sanded and painted with Dupont "Imron"
to match the finish of the exterior of
the truck. Pump shall also be painted,
matching the apparatus exterior. Wheels
and wheel well liner shall be painted to
match apparatus wheel finish. Chassis
frame and under carriage components shall
be finish painted white with black fender
wells.
C. Apparatus doors shall be lettered Carlsbad
Fire Department in black.
D. Lime -green strip approx. 10" to 12" wide I
around truck at center line of apparatus.
This is to be Dupont "Imron" also. Dupont #7744i.
}
CITY OF CARLSBAD, CALIFORNIA
FIRE EQUIPMENT..SPECIFICATIONS
FOR BIDS
Item
Quantity Description
1
2 ea. 2-1/2" Nozzle: Elkhart Select-O-Flow
Break -apart tip only, 125-1-75-250 GPM,
Elkhart #TSF
2
2 ea 2-1/2" to 1-1/2" Reducing Shut -Off:
Akron Style #2125 Pyrolite (Marauder)
3
4 ea 1-1/2" Nozzle: Elkhart Select-O-Flow
Break -apart Tip Only, 60-95-125 GPM,
Elkhart #TSFL
4
8 ea 1-1/2" Pistol Grip Shut -Off: Akron
Style #2116 Pyrolite Pistol Grip
(Marauder)
5
1 ea I" Nozzle-: Akron Style #4511
Marauder with Pistol Grip
6
i
1 ea 1-1/2" Playpipe Tip, 1-1/2" Threads:
Elkhart #NT-185 or Equivalent
7
1 ea Master Stream Automatic Nozzle:
Task Force Tip, 150-1000 GPM, with
Ring, Task Force #MTFT-R
8
2 ea 4" x 2-1/2" Reducer, Chrome Finished
Brass, Long Handles
9
3 ea 2-1/2" Clapper Siamese with Drain
Valve, Lightweight: Akron Style
#1262, or equivalent.
10
1 ea 2-1/2" x 4" Suction Increaser: 4"
Male and 2-1/2" Female, both Swivel
and with lone handles, aluminum.
Elkhart #B402AS or equivalent.
11
1 ea Suction Adapter: 4" NST Swivel
Female to 4" Storz, Aluminum.
12
2 ea Adjustable Hydrant Wrench: To fit
all Pentagon Shaped Nuts up to 1-3/411,
with spanner for both pin and rocker
lug 2-1/2" couplings.
CITY
01: CARLSBAD, CALIFORNIA
-2
FIRE
EQUIPMENT SPECIFICATIONS
(FOR BIDS)
Item
Quantity i
Description
13
1 ea
Rescue Air Cutting Gun Kit:
300 PSI Operating Pressure
to Include:
1. Air Cutting Gun .4
2. High Pressure, high
volume regulator with
gauges on inlet and F
outlet sides, and 400
PSI safety relief on
outlet side.
3• 15' hose
4. Two "T" Type Sheet Metal
Chisels
5. Two 7" flat chisels
6. Two 15" flat chisels
7. Three chisel retainers
8. Steel storage box
ea
Rescue Saw: Partner K20,12", K
with the following accessories €
and blades: ;
1. Fuel can, 1 gal. Safety {
2. Spare Drive Belt s
3. Spare Air Filter ;
x
4. Tool Kit
5. 2 Steel Cutting Blades
6. 2 Concrete Cutting Blades
7. 1 Carbide -tipped -blade
15
3 ea
Salvage Covers, 12' x 141,
Sierra "Dri-Duk"-White.
16
1 ea
Scoop Shovel; Aluminum -Long
Handle (Straight)
17
1 ea
Scoop Shovel; Aluminum -
Short "D" Handle
18
2 ea
Squeegee: Curved, 30" Blade,
Reversible, Neoprene, Removable
Handle.
lg
2 ea
Pry -Axe: Multi -Purpose, Forcible
Entry, Cutting Tool. (Halprin
Supply Co., Catalogue, page 80,
#TPXI) .
20
7 ea
Breathing Apparatus: MSA 401
Pressure Demand Type,
' r
CITY
OF CARLSBAD, CALIFORNIA
-3
FIRE
EQUIPMENT SPECIFICATIONS
(FOR BIDS)
Item
Quantity
Description
21
7 ea
Breathing Apparatus Cylinders:
For MSA 401
22
2 ea
Portable Floodlight, Circle-D
Model #150, 500 Watt, with
twist lock three wire 15A
connector.
23
3 ea
One (1) Gallon Safety Gas Can '
24
1 ea
Brush Hook, Single Edge, 36" {,
Handle '
k'
25
1 ea
Pulaski Axe: Combination Axe
and Mattock Tool
26
1 ea
Ram Bar: Chisel Tipped, Sliding
Ram Tool`
27
1 ea
Halligan Bar 30"
INN
1
2
3
`4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
26
26
27-
28
RESOLUTION NO. 6313
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
COUNCIL OF THE CITY OF CARLSBAD CALIFORNIA,
APPROVING SPECIFICATIONS AND AUTHORIZING THE
PURCHASING AGENT OF THE CITY TO INVITE BIDS
FOR FIRE APPARATUS AND EQUIPMENT
WHEREAS, the City Council of the City of Carlsbad, California, has deter-
mined that it is necessary and in the public interest to acquire fire apparatus
and equipment; and
WHEREAS, specifications for said fire apparatus and equip►nent.have been
prepared and have been filed in,the Office of the City Clerk of the City of
Carlsbad and are incorporated herein by reference;
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Carlsbad,
California, as follows:
1. That the above recitations are true and correct.
2. That the specifications as presented are hereby approved.
3. That the Purchasing Agent of the City of Carlsbad is hereby authorized
and directed to proceed to publish in accordance with law, Notice to Vendors
inviting bids for the fire apparatus and equipment hereinabove described in
accordance with the specifications hereinabove referred to.
PASSED, APPROVED AND ADOPTED by the City Council of the City of
Carlsbad, at a regular meeting held on the.7th day of Octoh r
1980, by the following vote, to wit:
AYES: Council Members Casler, Anear, Lewis and Kulchin
NOES: None
ABSENT: Council Member Packard
/te
RONALD C. ACKARD, MAYOR
MARY H. C4 LER, VICE -MAYOR
Ale+ha LRaunkranz, Ci ty Clerk
(SEAL)