Loading...
HomeMy WebLinkAboutOrdinances Book 14, Page 587, No Resolution Number587 A RESOLUTION REQUESTING THE CITY MANAGER TO ADVERTISE FOR BIDS FOR THE PURCHASE OF ONE (1) 1000 G.P.M. TRIPLE COMBINATION PUMPER FIRE TRUCK FOR USE BY THE FIRE DEPARTMENT OF THE CITY OF PADUCAH, KENTUCKY, AND PRESCRIBING THE TERMS AND CONDITIONS UPON WHICH SUCH PURCHASE SHALL BE MADE BE IT RESOLVED BY THE BOARD OF C0141II SSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City Manager be, and he is hereby requested to advertise for bids for the purchase of one (1) 1000 G.P.M. Triple Combination Pumper Fire Truck, having the following specifications: 1. The fire truck offered for sale by each bidder under terms and provisions of this specifications shall comply with the June 1960 Edition of the National Board of Fire Underwriters, Pamphlet No. 19, entitled "SUGGESTED SPECIFICATI81NS FOR MOTOR FIRE APPARATUS", as recommended by the National Fire Protection:. Association and approved by the International Association of Fire Chiefs. Provisions applying to this piece of equipment, and special provisions for pumper (Triple Combination) except as modified and added to by specification, below, shall be furnished with each bid. it 2. These specifications shall set minimum requirements for apparatus pparatus and each bidder will furnish with his bid a complete set of specifications covering his particular apparatus. Deviation from either General Instructions or attached specifications will constitute cause for bid rejection. 3. Attached specifications are intended for well established and nationally recognized builders of one thousand (1000) G.P.M. Pumping Engines. All con -I struction set out in these specifications must be met with the best materials i and current manufacturing practices available to or afforded by the industry�l 4. The financial responsibility of the contbactor, his established record for I design for apparatus of the type required and his recognized status in the industry are factors to be considered in determining the award. 5. The City expresses interest in obtaining the best available apparatus for use in the department. Construction in accordance with attached specifications i assure this condition, thus no alternate proposal failing to comply with attached specifications will be accepted. i 6. The bidder is to state earliest delivery date and his warranty for guarantees of same. Bidder shall state location of the factory where apparatus or equip- ment is to be built, the type and make of each principal unit of the machine; equipment, ladders and tools. All extinguishers, small tools, etc. to be 588 mounted in convenient locations. Bidder shall state the length of time of guarantee on defective materials and workmanship, and the length of time service and parts will be available. Five (5) years on the former and twenty (20) years on the latter, will be the least acceptable. 7. Successful bidder must furnish at time of warranty two (2) complete instruq- tion manuals on engine and pump operation. 8. A qualified delivery engineer representing the manufacturer shall deliver thE apparatus and remain in the City of Paducah at manufacturers expense for a period not less than four (4) days for the purpose of instructing the Fire Department personnel in the operation,care and maintenance of this apparatus. 9. Permission to keep or store the apparatus in any building owned or occupie by the City, or its use in testing, with permission of the contractor, by designated members of the Fire Department during the test period shall not constitute acceptance of same. 10. Final acceptance of the apparatus is dependent on its successful performan in accordance with test normally required by the I{entucky Inspection Burea the pumper must be df make and type that is listed by the National Board o Fire Underwriters as having satisfactorily passed their performance test a meet the minimum specifications as outlined in Pamphlet No. 19, NBFU, and approval by the Chief of the Fire Department and such assistants as he may designate, that the contractor has fully complied with the detailed requir ments set forth in the attached specifications. 1. FRAME, BUMPER, AND TOUTING ARRANGEMENT Frame is to be of pressed steel not less than one-quarter (�,) inch thick Depth of side members and cross members together with width of flanges of sufficient dimensions to satisfactorily sustain load involved for service intended. Welded construction is preferred. Bumper is to be heavy duty wrap around type and must be chrome plated. Towing arrangements is to consist of two (2) towing hooks forward and a towing ring at rear for towing this or other apparatus. 2. FENDERS, RUNNING BOARDS, AND REAR STEP. Fenders to be of heavy gauge steel, Running boards must be of safety tread steel and are to be securely braced to frame, and not less than twelve (12) inches wide. Rear step is to be of safety tread steel and is to extent foil width of apparatus, and not less than eighteen (18) inches wide. ;. WHEELS AND TIRES AND STEERING 0 589 Wheels are to be Budd disc type or equal, Hub caps to be chrome plated. Tires shall be minimum of 900x20, first quality, heavy duty, 10 ply, highway tread, single front, and dual rear, Heavy duty tubes are to be included. Power Steering shall be furnished, shall be of such construction in case of power failure, can be operated mechanically. 4. BRAI{ES Service bbakes must be hydraulic, hydrovac, booster equipped. Parking brakes to be positive, mechanically actuated type in accordance with Paragraph 2313 of NBFU Pamphlet No. 19. Parking brake is to be of independent design and having no connection with service brakes, and of sufficient capacity to hold apparatus on any grade. Rear brake shoe must be a minimum of five (5) inches in width and fifteen and ohe-quarter (154) in length. Front brake shoe minimum of three (3) inches in width and fifteen and one-half (152) in length. 5. TRANSMISSION, CLUTCH, AND AXLES The thansmission, clutch and axles together with other component parts necessary to operate must be of suitable size and design. Syncomesh transmission is to be furnished. Transmission is to have five (5) speeds forward, overdrive in fifth and one (1) in reverse. Clutch shall be double disc. 6. MOTOR Must be of modern design, bidder shall state the name and manufacturer of motor II he proposes to furnish, Motor to be six (6) cylinders and must develop not less; than 250 brake horsepower and 225 net horsepower using regular gasoline, not "high test" or premium grade. Bidder must submit with his bid a certified performance curve sheet showing R.P.M. both gross and net horsepower, gross and net torque, fuel consumption, attaching and operating accessories, and octane j rating of gasoline used in conducting test. The motor must be equipped with a governor to assure safe motor operation. The governor is to be installed at the maximum motor speed recommended by the manufacturer of the motor for "intermittent service." The required 250 brake horsepower and 225 net horsepower must be avail' able at the goverened speed. A certified letter from the manufacturer of the motor d concerning their recommendation as to the speed at which motor should be governed) for fire department service and the power output available at that speed must be attached to bid. An auxiliary cooler for the radiator shall be furnished to control motor temperature without mixing water from the pump with anti -freeze in the cooling system. The radiator shall is to be chrome plated. Exhaust tail pipe isf�to terminate at the rear of the rear axle to prevent fumes entering the portion of the cab and is to be muffled. Gasoline tank must be not less than fifty (50) gallon capacity. Electrically operated fuel pump located at the gasoline tank in accordance with Paragraph 2143 of NBFU Pamphlet 19. Engine shall be equipped with large oil filter and proper size bath filter. i I 590 7. ELECTRIC SYSTEM AND EQUIPMENT Apparatus is to be equipped with two (2) complete independent twelve (12) volt battery systems for selective starting, lighting and ignition, proper wiring to provide starting from either battery required. All wiring to be securely faste Proper armor and gromets provided to prevent chaffing. A charging.plug in con- nection is to be furnished. The batteries must have a minimum capacity of 120 amperes hours, they are to be mounted in a single compartment on "roll out" trays for ease in servicing. This electrical system is to be a dual system wit. two (2) sets of spark plugs, etc, as described on page 51, NBFU No. 19 Pamphlet dated June 1960, for installation of dual batteries to dual ignitions. Must be equipped with two (2) fifty ampere Delco Remy Generators and two (2) waterproof outlets located one (1) on each side of cab. Circuits are to be provided with suitable overload protective devices. Such devices shall be readily accessible and protected against excessive heat, physical injury, water spray. 8. LIGHTING EQUIPMENT TO BE FURNISHED AS FOLLOWS: Two (2) Sealed Beam Headlights Two (2) Rear Stop and Tail lights Two (2) Inside controlled adjustable spotlights mounted on windshield posts. Two (2) Cowl mounted flashing red lights. Two (2) Adjustable spotlights mounted at rear of hose body. Self cancelling turn indicators and back up lights. Dome light in cab. 9. WARNING SIGNALS Siren to be Sterling, with flasher light, number 130 to be mounted on top of cab -reinforced mounting, with necessary foot controls provided for operation from either side of cab. Bell to be twelve (12) inches locomotive type chrome plated and is to be mounted on right side, of front bumper. 10. PUMP Pump is to be Class "A" one thousand (1000) G.P.M. Parallel series type Centrifugal. The pump shall deliver the percentage or rated discharge at pressures indicated below: 100 percent of rated capacity at 150 P31 net pump pressure 70 percent of rated capacity at 200 PS1 net pump pressure 50 percent of rated capacity at 250 P31 net pump pressure The pump shall deliver a volume of water at least 10 percent in excess of its rated capacity and this shall be done at the pressure at which capacity is rate and while drafting with a lift not to exceed ten (10) feet. Pump is to be equi Nith two (2) 5" inlets (one on each side) each inlet is to be fitted with long candle chrome plated cap. Pump is to have four (4) 2z" ball type outlets, two (2) 11. 12. located on each side of apparatus with N.S.T adapted to the Paducah thread, ea fitted with chrome plated cap and chain. Two (2) 212" independent gated suctio inlets N.S.T. adapted to Paducah thread for soft suction with short connection from pump. One located on each side. Two (2) ten foot sections of five (5) i; hard suction hose fitted with chrome plated couplings, female ends to have lonj handles. Double female coupling for Paducah hydraht connection (steamer) and of (1) strainer. Hose to be contained by chrome plated quick acting release devie Pump design shall permit filling of booster tank directly from pump. Provisiol shall be made for draining pump and all connecting lines. Pump priming device must be of postive type, a booster pump will not be accept( as priming device, nor will intake or exhaust manifold type priming be accept( Damages resulting from either rust or corrision is to be positively eliminated: use of bronze in the construction of the pump body, impellers, outlet and inlet manifolds, inlet and discharge tubing, and allp'p'i. i ng in lines, to booster tank i "NO SUBSTITUTE TO THIS -MATERIAL REQUIRE14ENTS WILL BE ACCEPTED". Pump must be f with device to control engine speed and balance same with pump output and press A device to control output of pump with disregard to motor speed control will be accepted. All controls and devices shall, in so far as possible, be visibll and easily accessible at the pump operators position. BOOSTER TANK A Booster tank of 300 gallon capacity, exclusive of any water retained in pump, properly baffled to prevent excessive water splash, suitable inlet, outlet, overflow, and safety vent. Tank to be constructed of not less than twelve(12) ( gauge rust resisting steel. Top of tank shall have removable i filler cap with strainer. Two (2) top mounted Hanay electric rewind booster reels, to be mounted side i by side over main pump compartment or equal. Each reel is to be equipped with 200 feet of 1 -inch, 4 ply, high pressure booster hose coupled with chrome plated Barway couplings in 50 foot lengths. Suitable spanner wrenches and a combination chrome plated straight stream and fog nozzle for each rool, same to have shut-off handles rather than screw type shut-off. Chrome plated side rollers and spools shall be provided. A manual crank shall also be provided. :I �I INSTRUMENTS, CONTROLS, AND PUMP PANEL To be mounted on cab instrument panel: Speedometer, Ammeter, Oil Pressure II gauge, Heat Indicator, Gasoline gauge, Tachometer, Hand Throttle. i To be moumted on pump operating panel: Master pressure gauge Compound gauge, Individual pressure gauge, for each outlet valve, Oil pressure gauge, Heat Indicator, Tachometer and Starter button, Throttle, Pressure Governor together', with necessary controls for pump operation. Panel is to be chrome plated and is to be sufficiently lighted for night operation. 591 h h S. tted 592 13. CAB The cab shall be enclosed, cab forward, maximum visibility and safety with seat ng capacity for not less than five (5) men to be provided. The seats and back cizsjiions shall be unholstered with durable genuine leather (red) over deep airfoam rubbe; Cab doors to be heavy duty type hung on hinges with full retractable safety plae glass in half windows, set in rubber. The windshield to be of two piece type sloped to eliminate glare and to be of high test safety plate glass mounted in rubber. There are to be two (2) sliding type windows inside of cab to provide rear interior vison. Light shall be provided in canopy section also. Kick pla es to be furnished located forward of fender level and also at entry level of both cab and canopy on each side. There to be two (2) electric heavy duty type wind- shield wipers. Properly placed handrails on each side of canopy. The driving Iom- partment is to be designed to provide ample room for three (3) men. The driver s seat to be adjustable fore and aft and vertically. There are to be two (2) sea s One (1) each side of engine facing to the rear, in canopy section of cab, each to have large safety type plate glass window. There are to be installed stainless steel kickplates to cover area below cab door openings and to top surface of si steps. The floor boards and toe boards to be of heavy gauge steel with non -ski safety bossing. There are to be provided two (2) rear view mirrors, western ty chrome plated, outside of cab, one on each side. Cap to be equipped with prope heater and defroster. 14. LADDERS One (1) 14 foot wood roof ladder with folding hooks, one (1) 24 -foot 2 -piece wood extension ladder, one (1) 35 -foot 3 -section aluminum extension ladder and one (1) 14 foot aluminum 2 piece extension ladder. All ladders to be side moun ted and as low as can be conveniently placed. Ladders to be nested and mounted with quick acting release devices. 15. HOSE BODY Must be constructed of not less than twelve (12) gauge steel welded constructio. strongly reinforced and well primed between joints to eliminate rust. To be equipped with handrails on each side, extending contiuously to bottom of hose body, also handrails across and above hose body at rear with exception of width required by walkway. Handrails to be of brass, chrome plated and not less than 1111 in diameter. Hose body shall have a capacity minimum of 1200 feet 2111 doub: e jacket fire hose, with partition longitudinal equally dividing same, with two 2) side compartments to be of sufficient capacity to accommodate 500 feet 12'1 doub e Jacket fire hose. Slatted removable wooden floor to be provided for each compart- ment. Each hose compartment to have canvass cover fitted with quick acting fasteners. 16. 17. STORAGE COMPARTMENTS In rear in center of frame line a large compartment, as large as possible shall be provided. Hinged door (or doors) shall be provided. A compartment is to be located to rear of each rear fender. These compartments are to be built into each side of body and must incorporate full width of run- ning board. Either or both to be of sufficient size to provide storage space for either portable pump or lighting -system. A compartment is to be located forward of each rear fender. These compartments are to incorporate full width of running board. All door dimensions to approxi mate width and height of compartments. Drip moulding is to be fitted above eac compartment door. Area above compartments to be covered with safety tread type slate. Step plates to those areas are to be provided. All latches are to be flosh type mounting and chrome plated. In addition to above compartments, a - radio compartment and a tool compartment are to be provided. All closed compart ments are to be equipped with automatic lights operated by a door switch. CompZ ments to be weather proof. FIRE FIGHTING EQUIPMENT i One (1) 15# CO -2 Fire extinguisher, mounted on running board One (1) 201jrl Dry powder (pressurized type) mounted on running board One (1) 22 - gallon water pump can, chrone plated One (1) 22-" S.S. shut-off nozzle (Paducah thread) and 12« threaded tip NST chrome plated One (1) 22" Fog nozzle with shut-off (Paducah thread) chrome plated Two (2) 12" Fog nozzles with shut-off NST, Chrome plated One (1) 1211 Foam nozzle with adapter for 1 inch booster hose One (1) Celler Nozzle with four (4) ROTATING fog heads I Two (2) Nozzle holders for 2211 (trilock) mounted on rear running board, chrome plated One (1) Screw plate for hard suction strainer, chrome plated One (1) Set of wire cutters One (1) 22" x 12 x l2 gated siamese I One (1) 2211 chrome plated double female connection (Paducah thread) One (1) 22" chrome plated double male connection (Paducah thread) I, Two (2) Adjustable hydrant wrenches, one mounted nearum operator's other one on opposite side P P P Panel, th Two (2) 2-'1" Spanner wrenches in tool compartment Two (2) 12" Spanner wrenches in tool compartment One (1) Copper hose jacket or equal for 2211 hose One (1) 36" Crow bar mounted with suitable bracket Two (2) Fire Department axes, one pick, one plain mounted in chrome plated holder One (1) 10 foot pike pole, mounted with latters Two (2) Electric hand lanterns, mounted in chrome plated holders, with batteries 593 594 One (1) Deluge Set, 4 tips, 1�, lb, 1-3/4 and 211 with all inlets complete with automatic clapper valves. Set shall be mounted on body above booster tank so it can be operated from that position, or quickly removed for operation elsewhere. One (1) 5" x 22" double demale hydrant connection, chrome plated One (1) Set of heavy duty skid chains One (1) set of tools One (1) hose clamp One (1) Deproit door opener 18. WHEEL BASE AND WEIGHT AND PRINCIPAL DIMENSIONS Wheel base of apparatus is to be not less than 160 inches and not more than 180 inches. Bidder is to submit weight and principal dimensions together with blue print showing proposed layout of complete apparatus together with photo- graphs showing both right and left side of the type of apparatus he proposes to furnish. 19. PAINTING AND TRIM Entire apparatus to be painted with best grade enamel in Fire Department Red, suitable trimmed with gold leaf and suitable latters, lettering to be selected by the City of Paducah. Said lettering to be in gold leaf with suitable fine lining of color selected by the City of Paducah. All metal trim is to be chrome plated. A suitable metal plaque will also be provided, wording of same will be selected by the City of Paducah. SECTION 2. That the City Manager shall advertise for bids by a notice posted at the City Hall door and by inserting notice of the request for bids in the Sun Democrat to be published not less than seven (7) nor more than twenty-one (21) days before the date fixed for the opening of bids. All bids shall be sealed no bid shall be received after the hour fixed in the notice for the opening of same All bids received by the City Manager up to the time fixed in the notice for the opening of same shall be filed with the Board of Commissioners who may let a contra to the lowest and best bidder, and the Board of Commissioners shall reserve the right to reject any and all bids and the City shall not become legally obligated to any bidder until the adoption of an ordinance authorizing the execution of the .purchase contract. SECTION 3. This Resolution shall be in full force and effect from and after its adoption. Mayor Passed by the Board of Commissioners Aug. .8, 1961 Recorded by Sarah Thurman, City Clerk, Aug: 8, 1961.