Loading...
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)