Loading...
HomeMy WebLinkAboutAgenda Report - May 20, 1992 (80).4 OF CITY OF L4 D I COUNCI L COMMUNICATION `qtr ��•' AGENDA TITLE: fictions and Advertisemept for Bids for Purcha f Fia ralus (1,500 gallon per minute engine---- e ertmentl� MEETWG DATE: May 20.1992 PREPARED BY: Fire Chief RECOMiI DOMACTICN: That the City Council approve the specifications and authorize advertisement forbids for the purchase of a Fire Apparatus. i BACKGROUND $H:( BRAT ft $40.000 was approved in the 91-92 Bud el to acquire bids for the lease/purchase of a new Fire Apparatus with the stipulation that said funds would notbe disbursed until the 92-93 budget year. This bid proposal is now timely as deiivery times are approximately 8 to 12 monthswhibh would make the first payment due in the 3rd quarter of the 92-93 budget year. A Fire Apparatus committee was formed from line and management personnel to assemble the specifications for this apparatus. We have prepaireda specification we believe will come in under the total authorized budget of $200,000.00 and still be a quality Fire Apparatus that will meet our needs. FUNDING: Estimated First year lease/ purchase costs of $40,000 4 included in the Fire Department's 1992-93fiscal year budget. Prepared by: Robert L. Gorget, Fire Administrative Officer APPROVED: THOMAS A. PETERSON City Manaaor Fire Chief CC -1 L(0)DI P, AVT `8) 8,lPF,;f LFD Apparatus Specifications LODI FIRE DEPARTMENT FIRE APPARATUS SPECIFICATIONS 1500 GPM PUMPER The Lodi Fire Department iSseeking bids from qualified contractors to maLfacture and deliver one (1)1500 GPM Class "A" custom fire apparatus. Attached is an example of the type of unit and the typical components desked on the unit. This example is taken from national manufacturer's whose equipment is acceptable to the District. It is the intent of the proposal that the contraclor provide the best overall apparatus meeting the needsof the Lodi Fire Departmentat the best price. The Department is aware that different manufacturers use differentproce�ses. materialsand components when building apparatus. Therefore, it is the responsibilityof the manufacturerto provide the specifications and justification for other than the listed specifcationsallached with each bid. Each proposal shall be accompanied by a set of "Contractors Specifications" consisting of a detailed description of the apparatus and equipment proposedand to which the apparatus furnished under contract. must conform. These specifications shall indicate size. type. model. and make of all components. parts and equipment. NO EXCEPTIONS. The successful contractor will not be allowed to take advantage of any errpr or omission in the specifications or in the "Contractors Specifications'. Full instructions will always be given when such error or omission is discovered and the Lodi Fire Department representative is notified concerning such error or omission. GENERAL CQb[WAJM= I The apparatus. at time of delivery, must fully comply with all Federal Moto Vehicle Standards, State of California Motor Vehicle regulations in effect at time of manufacture. and NFPA Standards #1901 and other related standards of the National Fire Protection Association covering Fire Apparatus. The construction shall be substantial and safely factors considered to carr loads as specified and to meet road and speed conditions asset forth under road requirements. Welding shall not be employed in the assembly of the apparatus in any manner that will preventthe ready removal of any component part for servicing or repair. Each manufacturer must indicate in a "Yes/No" column if their proposal c� m plies on each item specified. Exceptionswill be allowed. unless'NO EXCEPTIONS is stated, ifthey are equal to or superior to that specified and provided Ihey are listed and fully explained on a separate page. We must be able to study. evaluate and compare. Proposals must be submitted in the same sequence as specifications lor ease of checking compliance. Exceptions will be referenced to the Item number and a drawing, photograph. or technical inlormalion about the exception wilt be included. NO EXCEPTIONS. PROPOSALSTAKING TOTAL EXCEPTIONSTO SPECIFICATIONS WILL NbT BE ACCEPTED. LFD Apparatus Specifications The manufacturer shall supply. at time of delivery. complete operation anb maintenance manuals covering the completed apparatus as delivered. A permanent plate fist be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil. water. transmission fluid, pump transmission. lubrication fluid, pump primer fluid, drive axle lubrication fluid. The following manuals and charts shall be provided. VEHICLE WILL NOT BE ACCEPTED WITHOUT THESE MANUALS. One (1) Parts Manual Two (2) Service Manuals Two (2) operators Manuals Two (2) Detailed wiring diagrams Two (2) Detailed Lubrication Charts The purchaser and manufacturer shall participate in a preconstruction cohference to review and discuss construction details prior to the commencement of construction. The conference shall be conducted at Lodi Fire Department facilities. BLtlE PRINTS A blue print must be approved by the fire department prior to any metal ling sheared or commencement of apparatus construction. The fire department, the manufacturer's representative and the apparatus manufacturershall each have a copy of this blue print. This blue print shal then become a part of the total contract. Drawing must show but not be limited to, such items as the chassis being utilized. lights. homs, sirens. all compartment bcations and dimensions. special discharges , etc. Blueprint is to be a visual interpretatiin of the unit as it is to be supplied. The apparatus shall be bid F.O.B. Lodi. CA Acceptance testing of the a ratus shall be conductedwithin 24 hours after receipt of the completed apparatus. Manufacturer's representative shall provide a minimum of one (1) day training on the operation of the apparatus. 1. A road lest will be conducted with the apparatus fully loaded and a continucius run of fifty (50) mites or more will be made under all driving conditions, during which time !,the apparatus shalt show no loss of power or overheating. The transmission drive shad or shafts and rear axles shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. 2. The service brakes shalt be capable of slopping a fully loaded vehicle in 36 feet at 20 MPH on level concrete highway. 3. The apparatus shalt be tested and approved in accordance with Underwrit&s Laboratories incorporated specifications and NFPA specifications and witness by third party observer. A copy of all test shall accompany the apparatus. 2 LFD Apparatus Specifications The contractor shall furnish copies of the pump manufactures's recordof 1pumper constWlon details when delivered. IE M MEET TESTS I In the event the apparatus fails to meet the test requirementsof these sp�cikafions on the first Mats. second trials may be made at the option of the manufacturerwithin thirty (30)days of the date of the first trials: such trials shall be final and conclusive and failure tri compty with these requirements shalt because for rejection. Failure to comply with changes as the purchaser may consider necessarywithin thirty (30) days after notice is given to the manufacturerof such changes shall also because of rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaseror its use by the fire department during the above specified period with the permission of the manufacturer shall not constitute acceptance. ANN I Manufacturerwill warrant new apparatus of its own manufacture against�lefective workmanship and materials for a period of one (1)year from date of acceptancb. Extended warranty's on Individualcornponets will be as find in the specifications. Underthis warranty, the manufacturer's liability is limitedto furnishing Purchaser, without cost. parts and labor required to replace defective material or workmant;hip when there is no indication of misuse. neglect. improper maintenance. accident or overloading of apparatus. Defectswill be reported to the seller in writing by the Purchaser within the warranty period. It is the intent of the Lodi Fire Departmentto Lease purchase this apparatus. Lease purchase options are to be includedwith the bid process. 3 MEOMAIKM A - CHASSIS: A-1. Chassis shall be of Eurospace design either Spartan Tilt Cab (SFD Diamondwith Dual needle Air Pressure Gauge Red Dual Low Aire PressureWaming Lights Dual Low Air pressure Audible indicator Red Law oil Pressure Warening light with audible indicator. Transmission Temperature Gauge with warnirg light and alarm Voltmeter 4 LFDtpparatus Specifications Amp Meter Fuel Gauge Red High Water Temperature warning light with audible indicator. Two green directional signal indicator lights Blue high beam headliiht indicator light Speedometer Tachometer Air Restriction Indicator Ignition switch Push type engine starter button Engine Shutdown switch Parking Brake Control Valve Parking brake actuated red warning light. Pump/Road transmission shift valve with indicator light. Gin compartment indicator light.(rotating 4) Hourmeter Emergency Brake release valve. Indicatorlight for rearfbod lights. Air Conditionercontrots Healer/defroster controls Manual throttle control 4 war flasher control Provision tor sufficient switches in one panelwith master disconnect control all warning devices. Headlightswitch to be independantof Master control but be ove!riddeh by master control. B- FRAME: B-1. Side rail shall be Channel tyDe heat treated steel. 10114' X3" X 31�-. Yield strength to be 80.000 PSI and RBM no less than 1,280,000 inch lbs. with lifetime warranty. B-2. There shall be 7 gussetted Cross members. Assembly shalt be by Lolled design using grade 8 Flanged bolls and Flanged lock nuts. B-3. Two heavy duty painted bottom mounted tow hooks must be attach�d to the chassis frame under the front bumper. B-4. A single rear tow eye of sufficient rating to pull the unit shall be prov�ed bolted to the sub frame with grade 8 bolts and a minimum eye opening of 2- x 31. C- AXLES: C-1. Front Axle shall be Rockwell FL series 16.000 b. capacity. Superd6ty 31/4 - diameter double acting hydraulic shock absorbers must be installed. C-2. Rear Axle shall be Rockwell Model RS 24160 single reduction type with 24.000 Ib. capacity, gear ration to be engineered to allow an approximate top speed of 60 mph. Q LFDApparatus Specifications C-3. Axle bearings. front and rear, lobe oil lubricated. C-4. The Rockwell International 5 year axle warranty will be provided Iith the apparatus. D - SUSPENSION: D-1 . Front suspension springs shall be compatiblewith the axle ratingland loads to be carried. D-2. Rear Suspension springs shall be compatible with the axle ratingland loads to be carried. E -BRAKES E-1 . Brake system must be full air. dual system. with quick build upcabability. Compressor shall be 13.2 CFM capacity and reservoir capacity shall be no less than 4800 cu. inches. E-2. Air lines to be reinforcednylon tubing. color coded and wrapped iln born. E-3. The service brake systems shall be Rockwell-StandardS Cam 4pe with manual slack adjusters. Front Brakes shall be 16112 X 6'. Rear Brakes shall be 16112 X T. E-4. The parking brake must be Maxi Spring Type on rear axle with a tuator control mounted on cab dash with warning light. E-5. Braking system must comply with State and Federal Dot Requirements. No exceptions E-6. Bendix A 5 4 air dryer shall be provided with heated moisture ejector and manual drains on all tanks. E-7. Anti Lock Braking system shall be provided on all lour (4) wheelb. No exceptions F - ENGINE i F-1. Shalt be Cummins Diesel Model 6CTA 8.3. Engine shall deliver �04 H. P.@ 2200 RPM and 820 bs of toque @ 1300 RPM and shall be equippedwith exhaust Brake. F-2. An engine block heater will be provided with 110 VAC 20 amp Kussmaul Auto -eject system placed on the lett side of pump plate area. F-3. Access shall be provided to the engine for checking oil and waled levels without raising the tilt cab. G-1. Cooling system must be of sufficient size to keep engine properl� cooled under all conditions of road and pumping operations. 6 LFD Apparatus Specifications G-2. All hoses shall be silicone with compatible BxA G3. Drain cocks will be furnished at the bwest point in the radiator syst m. G4. Water filter will be provided in the system G5. The radiator will have removable upper and lower tanks with full del -aeration system. G6. A transmission oil cooler shall be provided compatible for the World Transmission. I G7. Aher delivery in California the system will be filled with water and RLI 25 Water treatment additive. No Anti- Freeze H - EXHAUST SYSTEM I H-1. Exhaust system will be installed under the frame with outlet to the �ht side terminating with a 45 degree turndown chrome outlet. ahead of the rear wheels. H-2. Muffler shall be aluminized heavy duty type. H-3. Material use in system must be minimum.065 wall thickness alurriinized steel tubing and stainless steel flex. H-4. Heat shields will be installedwhere necessary. I - AIR CLEANER 1-1. Shall be Donaldson dry type or equal and be easily accessible for S�mce. 12 Air restriction indicators shall be provided in the cab dash and on th4 pump panel. J - DRIVE TRAIN J-1. Drive lines shall be heavy duty metal tube and be equippedwith spiffier 1700series universal pints. The shafts will be dynamically balanced before ins tdllation and have glide coat splined slip joints. J-2. Transmission will be a 6 speed Allison WORLD Transmission MD 3660P with Pump lockup indirect drive gear. The bckup will engage with the pump shift control locatedinside the cab. J-3. Transmission will have a dipstick and fill tube easily accessible throogh an access door for checking and adding transmission fluid wilhout having to raise the Cab. J-4. Transmissan will have auxiliary cooling to the radiator unit. No w LFD Apparatus Specifications K- STEERING K-1. Ross TAS -85 integral heavy duty power steering will be provid�d with a vic kers V20F hydraulic pump with intpriral pressure and flow Control. ThO steering wheel will be padded and 20" in diameter. K-2. The steering column will be atilt and telescopic type L' TIRES & WHEELS L-1. Front and Rear Tires will be Steel belted Radial 11 R22.50 161ly highway tread Goodyear or equal. L-2. Wheets will be 22.50" X 825 10 stud 11.25 inc bolt circle. L-3. Wheels will be finished painted the same color as the vehicle. j M- ELECTRICALSYSTEM N - LIGHTING N-1. Exterior Lightingwill meet or exceed Federal Departmentof Trnsportation, Federal Motor Vehicle Safely Standards. California Departmentof Vehicles Standards, and National Fire Protection Association requirements. N-2. Head Lights shall be halogen, rectangularquad type mounted in a chromed housing. l✓ LFD Apparatus Specifications N-3. Turning signal lamps will be rectanglearn+*r housei o, chrornedl t�ezei-� along with red halogen warning lights. These will be mounted above the headlights N-4. Lightbar shall be CODE 3.64' long bar. clear Covers with red lerises. Traffic preemptor to be mounted m the Center area of the light bar, and ends to have alley lights. I. N-5. Rear taillstopddirectional lights are arrow type housed in a chrom6d steel casing, flush mounted at the rear of the apparatus. N-6. Clearance lightswill be mountedalong the top of the cab and orl the front of the running board rearmost sides of the tailboard. and three across thelrear below the Bose bed N-7. Two step lights will be provided one on each compartment face below the rear cab doors. II,, N-8. Work Lights will be installed in each horizontal high top hingedc�mpartmenl door. These lights to be 4 inches in diameter actuated by doorjamb switch. N-9. Compartment Lighting, a K inch diameter light located at the top hof each enclosed compartments will be provided actuated by a doorjamb switch. N-10. A 4 red flashing or rotating'OPEN DOOR' indicator light will IV provided inside the cab in clear view of the driver. N-11. Perimeter Scene Lights shallbe mounted under the front bumper, under the rear step. and one on each side under the running boards. These shall be 4 inches in diameter and switched with the pump panel lighting. N-12. Pump Compartment Light and switch will be provided inside th� pump compartment accessible through the side pump panels. N-13. Two work lights will be mounted at the rear of the hosebed to �e actuated from insidethe cab. These will be halogen Unity AG floodlight type. N-14. Pertux Model60ORM fog lamps will be recessed into the front Bumper, switched ' and indicator light installed in the switch panel. N-15. Two Unity 225 type spotlights. one each side at front of cab wittlbe provided Spots to be 160.000 candle power halogen bulbs. N-16. Intersection strobe lights will be located on the front outside corners of the extended front bumper and over the rear wheel welt areas. N-17. Headlight Flasher unit will be installed and switched with indic�or lights in the cab. The lights will automatically cancel upon switching to high beam. N-1 8. Two 120V 500 watt telescoping pole quarts floodlights. Each Might to extend a ruin of 40" and allow for 360 degree operation of the light. Locking' casting will be tightened with a hand wheel. Quality to be Churchvilleor better. N-19. Two alternating flashing red lights shall be provided on the Cablfront below the LFD Apparatus Specifications windshield level in accordancewith NFPA Standards. N-20. Two alternating lights shall be provided on the rear of apparatuleft side Amber, right side red as per NFPA Standards. N-21. Two chromed framed work lightswill be mountedon the rear of the cab facing the pump operators position . Ll. N-22. Two li hts shall be rovided one on each inside of the beaverto li ht u the g p9 p rear step area. O- PUMP 0-1. The pumpwill be a Single Stage 1500 GPM at 150 psi . The purIpwitl be either a Waterous CSUY 1500 or a Hale OSMG -150. No Exceptions. The' pump shall be Cast. Manufactured and Tested at the Pump Manufacturers factory and shall meet all NFPA Standards. 0-2. The priming pump shall be a positive displacement vane type elbctdcally driven and contorm to standards outlined in NFPA pamphlet no 1901. It shall be of the Pump man ufactures design. One switch shall operate the priming valve and the priming motor and be located on the pump panel. A priming oil reservoirtank of minimum capacity of one gal'on shall be installed. The tank shall be properly vented and have a dip stick and access door for ease of checking and filling. le 0-3. Pump Manufacturersrelief valve will be installedon the suction e of the pump preset to 55 PSIG. The outlet will terminate below the left side running board visible to the pump operator. 0-4. An automatic pressure control relief valve shall be provided by 14 manufacturer of the fire pump. Relief vahe shall be equipped with a hand wheel control and indicator pilot light. The relief valve shall be capable of handling the full rated capacity of the pumpwith a surge not to exceed 20 psi. 0-5. The pumpwill be tested, approved. and certified by an independent third party testing agency at the manufacturer's expense, Lodi Fire Department to observe test. 0-5. A heat exchanger manufactured by the Pump Manufacturer shall lbe provided and installed within 10 inches of the radiator inlet. The control valve shall be located at the pump operators position. 0-7. Thermal relief vale system shall be provided to recirculate pump aler during periods of low water movement. P . VALVE : AND PLUMBING P-1. Discharge valves shall be 114 wrr full flow valves Manufactured bly Akron Brass. 2 1/2' or larger valves shall have individual 3/4 inch drain valves located at each outlet and plumbed to dump below the running boaibs. P-2. Total of 4 - 2 1/2" outlets with minimum 01 2 112" Plumbiny. 2 located at each side of the rear of vehicle below the hose bed and spaced in to provide for fittings and wyed adapters. with 30 degree drop snoots. 2 locatedi)ne on each side of 10 LFD Apparatus Specifications pump panels with 30 degree drop snouts. Outlets bbe NST Male whh chrome plated caps and beaded chain attachedto the panels. Droop snoots where ipossible shall be integral part of the valve. 1 P-3. Total of 2.5" slorz outlets with 30 degree drop snoot. Storz coupling to be compatible with our Angus 5 inch hose and Storz fittings, located on each side of the pump panels. Plumbing to be 3 Valve to be 3'. Chained caps to be provided attached to the outlets. P4. W and larger valves witl be equipped with slaw -clot devices as per NFPA standards. P-5. Valves to the two Speed lay compartments shall be Z. 1/4 tum. f�ll flow ball valves. operated from the pump panel. 2 piping and 11 J2" NST Malo outlets attached to chiksan swivels P-6. There will be a 1.5 gated outlet with swivel elbow piped to the dr3ers side corner of the front bumper extension. Plumbingwill be minimum of 2" with a 1/4 tum full flow valve controlled at the pump operators panel. P-7. There will be 1.5" piping to the center rear compartmentwith prop fittings connected to a single Hannay reel assembly of 200' of 1' line, valved at the reel. Hannay reel to tae providedby the manufacturer. P-8. There will be 3" piping to the Deluge Riser above the pump area which will be centrally located dose to the front of the storage well in such a manner that monitor can be operated by the Pump Operator. Lodi Fire Departmentwill supply the Monitor. Valve to be 3" - 1/4 turn full flow slow cloz ball valve . Mounting Flange to be 4 bolt pattern to match the Akron 3426 Delugegun supplied by Lodi Fire Department. P-9. Electric Actuated 6" butterfly valve shall be installedon the drivers�ide of the pump panel intake. The valve shall be installed behind the pump panel. The intake shall have a & storz fitting with 30 degree drop. The intake on the passenger side of the pump panel will be 6" NST male with domed chromed pressure cap. P-10 Tank to Pump plumbing will be a minimum of 3 with 1/4 turn full iow valve. A check valve will be provided in the tank to pump line to prevent the possibility of back filling the tank. P-11. Tank refill line of heavy duty aero -quip hose wilh a 1.5" 1/4 turn full flow valve shall be provided. Q - Pump Operators Panel Q-1. Pump Operators panel shall be located behind the Cab and top mounted. The gauges and controls mounted on the operator panel Stj all LFI) Apparatus Specifications cOameter. 1.5 2.5" an J 5" 1 - priming pump control. Push button. electric. 1 - RPM 11101h speed outlet counter. 1- Master pump Drain. 1- Manual Throttle control Q-4. A Mike and speaker compartment will be furnished adjacent to the pump operators R-1 . Apparatus shall come equipped with 500 gallon waler tank. R-2. Tank shall be fabricated entifely at Ten (10)gauge steel. R-3. Tank shall be hot dip galvanized aher construction. R-4. All tank welds shalt be welded inside and outside. R-5. Battles shall be installed both length wise and cross wise wilt stainless steel sell locking bolts. R-6. Tank covers shall allow 100% access to the lank. Cover shall) be bolted with stainless steel self locking bolts Kith 2- gasket LFD Apparatus Specifications helween cover and tank. Bolts to be outside the tank thr6ugh an outside flange. R-7. The tank shall be a T design to allow for 24 inch deep side compartments. R-8. The tank shall have a combination Surge Tower, manualfi� ,and overflow located at the left front of the hose bed. Manualtank fill to beat least 6 inches in diameter with removable screen. Overflow must be 4 inches in diameter and dump behind the rear axles. (nowater to dump on axle housing). R-9. Tank shall be unconditional lyguaranteed to the original ower for the life of the apparatus or 25 years excluding major vehicle accidents affecting the tank area. R-10. Tank will be securely mountedto chassis frame utilizing 3 inch steel channel supports and spring loaded bolts to p sect tank from road stress. R-1 I. Tank shall be equipped with a deep suction sump fitted witk a 3 inch drain plug. A minimum 5 shall be maintained between the bonom of the sump and the outlet to the pump. R-12. Poly Tanks meeting design specifications wi I I be acce04 S - APPARATUS BODYCONSTRUCTION S-1. Body mustbe constructed in accordance with NFPA Pam let 1901 recommendations. All Welds and Metalwork will be free of sharp edges, objects or corners. S-2. The sub frame shall be high tensile strength tubular steel 4' X 3" with .190 wall. and structural steel channel W wide, flange width 1.721 and a Web thickness of .321". Steel tubing d channel shall be welded together lorming a strong sub fraMe for the body. This sub frame shall be boiled to the chassis frame utilizing 1/2' grade 8 bolts not closer Than 1.5" from the top or bottom frame flange. s-3. The apparatus body and Separate pump console must be constructedof 12 gauge Mill Finished Gatvaneeal sleel or ual strength aluminum. No exceptions. s-4. All body corners must have a minimum t, c-ee inch radius f�r added strength and modem appearances. s-5. All runningboards. Tailboards. shall to 3/16 inch aluminum diamond plate separated wilh 3/8" spooled spacers betwel n component parts. They shall be properly supported by heJvy duly brackets bolted to the chassis frame. LFD Apparatus Specifications S-6. Beavertail shall be spaced with 3/8" spools between compon4 parts. S-7. Body must be removable from chassis without cutting or bending. The major body component must consist of left and right body sides. rear facing body compartment and beavertails. pump console and forward through compartment. S-8. Front Bumper shall be 12' deep 2 rib wrap around type extend Q 18 inches from the front of cab and be covered with 3(16. aluminum diamond plate. A recessed covered tray will be provided for 100' of pre -connected 1.5" hose. S-9. Stainless Steel Fender liners will be instailed in all wheel wells. S-10. Stainless Steel Fendercrown will be provided around front anreal wheel openings. S-11- A rear intermediate step will be provided the width of the hosaL 10' deep to facillitate access to the hose bed. 5-12. A comer step on each inside beavertail shall be provided for lccess to hose bed step. T - COMPARTMENTS T-1. All compartments must be of sweep out design, the floor higher than the compartment lip. T-2. Each compartment must be provided with a minimum of two machine stamped lowers in rear wall. T-3. All Equipmentdoors shall havefull length piano hingeof 3/16" diameter hinge pins. T-4. All doors shall be double panel lap design with fully removable inner liners 1/8' thick of natur; finish circular brushed aluminum. T-5. All doors latches will be Hansen Model 459 with stainless steel offset D ring handlesmodel 79L, or equivalent. T-6. Horizontal Hinged doors shall be providedwith Henro Holder Springs. Gas Cylinder type holders not acceptable. T-7. Vertical Hinged Doors will have Cleveland stainless steel doubt spring type holders. T-8. All compartment doors will be provided with continuous high quality weather stripping to prevent moisture and dust from entering compartments LFD Apparatus Specifications T-9. Drip protectionwM be provided over all door openings by means of bright aluminum extrusion or formed aluminum treadplate. T-10. Bright aluminum treadplate with 1 inch rolled edge shall be provided on the top of the compartments. T-11.Compartment sizes as btlows. Left 8 Right Front- single door 2 wide x 30' high x 24' deep Left 8 Right Rear- single door 29" wide x 30' high x 24 deep Two left & right high side Compartments each single door 60` Lille X 30" high x 12' deep. Rearopening size to be determined at pre construction conference, to accommodate Hannay Hose reel of 2W of 1" line and will have horizontally hingeddoor. Opening shall have chrome rollers and guides on a roller assembly mounted in the rear door opening. T-12. 4 - wheel well air bottle compartments with rubber floor rnaltingi Cast, hinged, brushed finished, aluminum doors. T-13. Top horizonl2l Hinged access door will be provided in each pu panel to permit pump service access. T-14. All compartments shall have adjustable shelf brackets installed. T-15. Black compartment decking. petrolem dislilale resistant. shaltbe nstalled in the compartment floors. U - HANDRAILS U-1. Handrails will be solid corrugated 1-114" diameter. Locations as fil lows a. One half length rail on each beavertail b. One horizontal rail above hose bed at rear of apparatus. c. 1- 20" handrail at each cab door entrance. d. One at each side of top mounted mounted pump entry way. e. A hand rail above each side 01 pump panel V - HOSE BED V-1. Hose bed capacity will be a minimum of 650' of 9 hose, 1300" 2.5 hose, 200 of 1.5" hose. V-2. Hose bed ventilating rack shall be Aluminum. V-3. Hose bed cover to be 3/16 inch thick aluminum diamond plate. bright finish. hinged with 1/4" stainless steel piano type hinges. Front and rear ends to be broken down one inch for added strength. and must be reinforced and supported to allow a suitable walking surface. A hinged panel must be provided fw access to the water tank fill lower with covers closed. V-4 Tt rep Uly adlust3ble sliding track hose bed di=viders of 114- reintoked LFD Apparatus Specifications aluminum, non painted. brushed finished. shall be provided. V-5. The right side of the hose bed shall have a compartment desig to hold the required ladders. 14' roof. 24' extension. 10' attic, & Pike Pole Long Back board. Ladder trays shall be neoprene lined and have positive ladder locking device installed. Fire Departmentwill fumish the 10'attic ladder. V-6. Two speed lay hose beds will beprarided under the pump pane/ area. These beds shall be gable cE holding 200' of 1.75- hose and have alumihum ventilator racks. There will be openings in the front of the cabinet for amass to the hose for loading. Stainless steel rollers, horizontally and vertical shall be installed on each end of the speed lay compartments. V-7. One speed lay type compartment will be provided under the 1.4 speed lay compartments. This will be designed to hold 50' of 5" hose and have aluminum ventilator rack with front access. V-8. One Jump line compartment in the front bumper capable of hoIIg 1 00'of 1.5' hose with hinged compartment lid. W - AUDIBLE WARNING DEVICES W -t. Grover model 1501 air hom mounted behind front bumper and c tmtrolled by two switches in cab, one for engineer and captain. llI W-2. Mechanical siren. Federal Model Q with Horn switch control and4 right side floor switch, brake switch in center of dash. i W-3. Electric backup alarm as specified by Cal Osha. NFPAStandar�s. W4. Tailboard to cab buzzer system with protected buttons on each rieavertail. X - FUEL SYSTEM X-1. Fuel lank to be minimum 50 gallons X-2. Spin on primary fuel filter. water separator type to be provided. X-3. Only stainless steel wire braided fuel hoses will be acceptable. X-4. Filler neck compartment to have hinged door. raised front lip will behind panel to prevent overfill from spilling on outside of appE Y - MISCELLANEOUS drain hose Itus. Y-1. Afresh air heater and defroster must be provided with a minimums output of 57.600 BTU 'S. Y-2. A minimum 48,000 BTU air conditioner shall be provided. Location to be delermined during pre construction conference LFD Apparatus Specifications Y-3. Black Hard rubber mud flaps shall be provided on the rear of the cab front wheels 8 the rear body wheel wells. Y-4. Unit shall have 4' reflective white stripe. 3M #980-10 No Exceptions, in accordance with NFPA standards. 191 1' shall be cut into the I#* on the rear of each side Y-5. License Plate bracket and light shall be furnished mounted on back of kit rear compartment. Y-6. Spools and rollers to be provided on the lower section of the bea�er tail on each side. Y-7. Equipmentto be supplied with the Apparatus is as follows: I 1 - 24' Extension Ladder 1 - 14' Roof Ladder 1. 10' Pike pole 1 - Hannay hose reelwith 200' of 1 hose. Electric rewindwith controls. Z- PAINT Z-1. Paint to be acryic urethane red with white cab top down to winoJws. Z-2. Entire unit. inside and out. to be painted before final assembly. Z-3. All surfaces to properly prepared to ensure a high quality, long lading finish. Z-4. Stripping 8 Lettering as specified by Lodi Fire Department to include Gold leaf lines around compartments and caband'City Of Lodi Fire Department"on Doors and Unit ID on Cab Sides. Options: 6 - Discharge gales to be electric with open - close indicators lights and with immediate manual override capab lities 2. 1- Tank to Pump control valve Electricwith open - close indicators lights and with immediate manual override capabilities 3. Ceramic automatic adjusting pump seal 4. Hale TPM Relief Valve System LFD Apparatus Specs ITEM COMPLIANCE ❑ YES K A. CHASSIS ❑ A-1 ❑ A-2 ❑ ❑ A-3 ❑ ❑ A-4 ❑ ❑ A-5 ❑ A-6 ❑ ❑ ' A-7 ❑ ❑ A -a ❑ ❑ A-9 ❑ ❑ A-10 ❑ ❑ A-1 1 ❑ ❑ A-12 ❑ ❑ B. FRAME B-1 ❑ ❑ B-2 ❑ ❑ B-3 ❑ ❑ B-4 D ❑ C. AXLES w C-1 ❑ ❑ C-' ❑ ❑ c-3 ❑ ❑ c-4 ❑ ❑ » D. SUSPENSION D-1 ❑ ❑ D-2 ❑ ❑ E. BRAKES E-1 ❑ ❑ E-2 ❑ ❑ E-3 ❑ ❑ E-4 ❑ ❑ E-5 ❑ a _ E-6 ❑ ❑ E-7 a a LFD Apparatus Specs ITEM COMPLIANCE ❑ YES NJ F. ENGINE H-3 ❑ F-1 ❑ ❑ F-2 ❑ ❑ F-3 ❑ ❑ G. COOLING SYSTEM 1-2 ❑ G-1 J. DRIVE TRAIN ❑ G-2 J-1 ❑ G-3 ❑❑ ❑ G-4 J-3 ❑ G-5 ❑ ❑ G-6 ❑ ❑ G-7 ❑ ❑ H. EXHAUST SYSTEM H-1 ❑ ❑ H-2 ❑ ❑ H-3 ❑ ❑ H-4 ❑ ❑ I. AIR CLEANER 1-1 ❑ 1-2 ❑ ❑ J. DRIVE TRAIN J-1 ❑ ❑ J-2 D J-3 ❑ ❑ J-4 ❑ ❑ K. STEERING K-1 ❑ ❑ K-2 0 ❑ 3 LFD ApparatusIT�M L. TIRES & WHEELS L-1 L-2 L-3 COMPLIANCE YES t M. ELECTRICAL SYSTEM M-1 ❑ M-2 ❑ M-3 ❑ M-4 ❑ M-5 ❑ M-6 ❑ M-7 ❑ N. LIGHTING N-1 ❑ N-2 ❑ N-3 ❑ N-4 ❑ N-5 ❑ N-5 ❑ N-7 ❑ N-8 ❑ N-9 ❑ N-10 ❑ N-11 ❑ N-12 ❑ N-13 ❑ N-14 ❑ N-15 ❑ N-16 ❑ N-17 a N-18 ❑ N-19 ❑ N-20 ❑ N-21 ❑ N-22 ❑ LFD Apparatus Specs ITEM COMPLIANCE YES NJ O. WMP O-1 ❑ 0-2 ❑ ❑ 0-3 ❑ ❑ 0-4 ❑ ❑ 0-5 ❑ ❑ 0-6 ❑ ❑ 0-7 ❑ ❑ P. VALVES AND PLUMBING P-1 ❑ ❑ P-2 ❑ ❑ P-3 ❑ ❑ P-4 ❑ ❑ P-5 ❑ ❑ P-6 ❑ ❑ P-7 ❑ ❑ P-8 ❑ ❑ P-9 ❑ ❑ P-10 ❑ ❑ P-11 ❑ ❑ Q. PUMP OPERATORS PANEL Q-1 ❑ ❑ Q-2 ❑ ❑ Q-3 ❑ ❑ Q-4 ❑ ❑ R. TANK R-1 ❑ ❑ R-2 ❑ ❑ R-3 ❑ ❑ R-4 ❑ ❑ R-5 ❑ ❑ R-7 ❑ ❑ R-10 ❑ ❑ R-11 ❑ ❑ R-12 ❑ ❑ LFD Apparatus Specs ITEM COMPLIANCE YES N:) S. APPARATUS BODY CONSTRUCTION S-1 ❑ ❑ s-2 ❑ ❑ s-3 ❑ s-4 ❑ s-5 ❑ ❑ S-6 ❑ ❑ s-7 ❑ ❑ S-8 ❑ ❑ S-9 ❑ ❑ S-10 ❑ ❑ S-11 ❑ ❑ s-12 ❑ ❑ T. COMPARTMENTS T-1 ❑ T-2 ❑ ❑ T-3 ❑ ❑ T-4 ❑ ❑ T-5 ❑ ❑ T-6 ❑ ❑ T-7 ❑ ❑ T-8 ❑ ❑ T-9 ❑ ❑ T-10 ❑ ❑ T-11 ❑ ❑ T-12 ❑ ❑ T-13 ❑ ❑ T-14 0 ❑ T-15 ❑ ❑ U. HANDRAILS U-1 ❑ ❑ LFD Apparatus Specs ITEM COMPLIANCE ❑ YES ISD V HOSE BED ❑ V-1 ❑ ❑ v-2 ❑ ❑ v-3 ❑ ❑ v-4 ❑ ❑ v-5 ❑ ❑ V-6 ❑ ❑ v-7 ❑ ❑ V-8 ❑ ❑ W. AUDIBLE WARNIN ; DEVICES W-1 ❑ ❑ w-2 ❑ ❑ w-3 ❑ ❑ w-4 ❑ ❑ X. FUEL SYSTEM X-1 ❑ ❑ X-2 ❑ X-3 ❑ ❑ X-4 ❑ ❑ Y. MISCELLANEOUS Y-1 ❑ ❑ Y-2 ❑ ❑ Y-3 ❑ ❑ Y-4 ❑ ❑ Y-5 ❑ ❑ Y-6 n ❑ v-7 ❑ ❑ Z. PAINT Z-1 ❑ D Z-2 ❑ ❑ Z-3 ❑ ❑ 2-4 ❑ ❑