Loading...
HomeMy WebLinkAbout12-99 RESOLUTION• ri • • RESOLUTION NO. 12- 9 9 A RESOLUTION AWARDING BID NO. 99-11 IN THE AMOUNT OF $167,747 TO FERRARA FIRE APPARATUS, INC. FOR A NEW FIRE DEPARTMENT PUMPING ENGINE. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-11 in the amount of $167,747 to Ferrara Fire Apparatus, Inc. for a new fire department pumping engine. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this day of February , 1999. ��,.. ` f A�=, APPROVED / ••'"• • • ( r.- . ei . ty?' • ATT 1! 7 eather Woodruff, City Clerk By. red Hanna, Mayor NAME OF FILE: • • kcs . /7- 91-4ex Ph ,4.zkt APlARA 7 -Ws; Z . ope_ztic E,UCTiUZ- CROSS REFERENCE: Date Contents of File Initials .?-D,?-99 l& -s. /2. - 99 4-ArsIT If (itez1 7:42L/,c.4? T-zoza ) /-/3-99 .mg/7ZD To esr/ Coji,Ucz,L 2-oi 99 . rRkF. hiliEGJ DESCRIPTION: PUMPER TYPE FIRE APPARATUS • O O 0 0 O O Q 14 10 0 2 b n T W F- m m m 1• alt 5199,546.00 0 O O 9 • C♦G .1. O O A CO '1 •0 h A 10 n FIRE EQUIP LUVERNE FIRE APPARATUS DAVIDS FIRE EQUIP JACK JENNINGS FIRE EQUIP SMEAL FIRE APPARATUS • EXHIBIT A t U 81/ TAdlLCA GN 1 I I I V I U INVITATION TO BID BID # 99-11 DATE ISSUED: December 15, 1998 DATE AND TIME January OF OPENING 7 1999 at 2:00 p.m. BUYER' City of Fayetteville, AR DATE REQUIRED: As scheduled by Project Manager DELIVERY DATE: BUYER'S (501) 575-8289 PHONE # GUARANTEED F. O. B Fayetteville AR ITEM # DESCRIPTION QUANTITY 1 UNIT PRICE j-TOTAL 1 Per attached PUMPER FIRE RESTRICTIONS TO THE TYPE APPARATUS BID specifications: OR MUST BE EXCEPTIONS NOTED: I $167,747.00 $167,747.0 (furnish Upon requirements conditions signing this Bid, set forth and pertinent these articles at the in bidder this bid information the prices certifies proposal, stated. EXECUTION regarding OF that they including the BID have specifications, articles read and being bid agree to terms on, the and standard and agree to UNSIGNED BIDS 'ILL BE NAME OF Ferrara FIRM: Fire Apparatus, Ittc443-9006 PHONE 800- FED ID# 72-112-9363 SUS[NEss ADD-•ESS:l Rd CITY holden, AND STATE' !.A W7:44rtEJECTED •-TH6,;`' - NATURE: TITLE: Chris Ferrara,Presideht DATE: 1/5/99 • • • EXHIBIT B 1999 SPECIFICATIONS FOR PUMPER TYPE FIRE APPARATUS FOR THE FAYETTEVILLE, ARKANSAS FIRE DEPARTMENT INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery of one (1) complete triple combination pumper type fire apparatus as hereinafter specified, to the Fayetteville, Arkansas Fire Department. These specifications cover the requirements regarding construction and tests to which the apparatus must conform with certain other details pertaining to finish, equipment, and appliances which must be made a part of the completed and delivered apparatus. Details of construction and materials, where not otherwise specified, are left to the discretion of the manufacturer and/or bidder, who shall be solely responsible for the design and construction of all features. The apparatus shall conform to the requirements of National Fire Protection Association Pamphlet 1901, 1997 Edition, as a minimum specification, and exceed the requirements of said pamphlet where specified herein or where the manufacturer's standard equipment or quality of construction exceeds said requirements. Prospective bidders who desire to submit bids for this apparatus within the bidding rules, but who may not be able to meet the specifications exactly in every detail are invited to submit their bids anyway, and such bids will be considered in deciding to whom a contract will be awarded, provided that all such deviations from these specifications must be listed in writing with the respective bid, and an explanation of the deviation from specification included. In any case however, the City of Fayetteville, Arkansas, represented by its Mayor, City Council, Purchasing Director, and Page - 1 • • • Fire Chief (hereinafter referred to as "the Purchaser"), retains the right to refuse any and/or all bids submitted for this project, and to determine fully by itself which bid is deemed best overall in the interests of the City of Fayetteville and its Fire Department. The apparatus will be inspected and performance tested upon delivery prior to acceptance for compliance with the specifications and generally accepted good practices. Deviations will not be acceptable unless agreed to by the Purchaser prior to the executing of the contract or by subsequent agreement executed in writing by the Purchaser. Deviations from the specifications and/or generally accepted good practices not previously agreed to by the Purchaser will be deemed cause for rejection of the apparatus. If at any time during the life of the apparatus, it is discovered that it did not meet the specifications herein contained when delivered and accepted, the bidder and/or manufacturer shall assume liability and make the necessary modifications or repairs at no cost to the Purchaser. The following requirements will be strictly adhered to by the Purchaser, and bidders who cannot meet these requirements will be disqualified from consideration for bid award: 1 Company proposed to build the apparatus must be an established, reputable fire apparatus manufacturer, having been in business a minimum of ten (10) years and having built at least one hundred (100) apparatuses similar in design to the type specified herein. The company must be able to furnish a list of purchasers of similar apparatuses from their company if requested, with whom the Purchaser can check as to the quality and dependability of the unit(s) furnished. Page - 2 1999 Pumper Type Fire Apparatus Specifications 2. The company proposed to build the apparatus must ascertain capability of furnishing parts, service, and technical assistance related to the apparatus for the next twenty (20) years. 3. The apparatus must be completely built and assembled in one or more plants inside the continental United States. The builder shall furnish to the Purchaser information regarding the location of the factory(s) where the apparatus is to be built. DUALITY AND WORKMANSHIP The design of the apparatus must embody the latest approved automotive engineering practices. Modular design and construction technique is preferred. Workmanship must be of the highest quality in its respective field. Special consideration will be given to the following: accessibility of the various components which require periodic maintenance; ease of overall operation; and symmetrical proportioning of the overall apparatus. Construction must be rugged with safety a high priority as it relates to design, construction, and operation of the apparatus. The apparatus must be designed to carry the loads of the rig as specified, with reserve, and to meet the road requirements and speed conditions as set forth later in these specs. Welding shall not be employed in the assembly of the apparatus in a manner that will prevent the removal of any component parts for service or repair. All welding must be done by certified welders. PERFORMANCE TESTS AND REQUIREMENTS A road test will be conducted with the apparatus fully loaded, and a continuous run of ten miles or more will be made under varying road conditions. During this test the apparatus shall show no loss of power, overheating, or other malady indicative of inability to Page - 3 • • 1999 Pumper Type Fire Apparatus Specifications perform normally. The drive train shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall have not less that 25% nor more than 45% of its weight on its front axle and not less than 55% nor more than 75% of its weight on its rear axle. The following tests will be conducted with the apparatus fully loaded and ready for service with the Fayetteville Fire Department: 1. Standing start acceleration test - must achieve 45 mph within 30 seconds on level concrete or asphalt roadway - must not exceed recommended governed speed of the engine; must accomplish without manually changing the initially selected transmission range(drive). 2. Top speed test - must achieve 60 mph on level roadway without exceeding recommended governed engine speed. 3 Service brake test - must stop vehicle within 30 feet at 20 mph level roadway. 4 Parking brake test - parking brake system must hold vehicle motionless for a period of five minutes on an incline of approximately 20% with engine idling and transmission in neutral; tests to be conducted with brakes holding against both forward and backward motion. 5 The manufacturer shall conduct the standard Underwriters' Laboratories tests for such apparatus and furnish documentation of successful completion of said tests. FAILURE TO MEET TEST REOUIREMENTS In the event the apparatus fails to meet the test requirements of these specifications on first trials, second trials may be made at the option of the manufacturer within thirty (30) days of the date of the first trials. Such trials shall be final and conclusive, and failure to comply with the requirements specified herein shall be cause for rejection of the apparatus. Page - 4 • • 1999 Pumper Type Fire Apparatus Specifications Permission to keep or store the apparatus in any building owned or occupied by the Purchaser or its use by the Fayetteville Fire Department during the above specified period with the permission of the manufacturer shall not constitute acceptance. LIABILITY The successful bidder shall defend any and all suits and assume all liability for the use of any patented process, device, or article forming a part of the apparatus or any appliance furnished under the contract. pELIVERY The manufacturer shall state with his bid the number of working days and/or calendar days needed for construction and delivery of the apparatus after the contract is executed. The manufacturer shall deliver the unit to the Purchaser and shall furnish to the Purchaser a qualified delivery engineer who shall remain in the City of Fayetteville a sufficient length of time to instruct Fire Department personnel in the operation, care, and maintenance of the apparatus. Method of delivery is left to the discretion of the manufacturer, but subject to the approval of the purchaser. Overland delivery will be acceptable provided that the apparatus is driven to Fayetteville via the shortest and/or most direct route from the manufacturer's factory to the City of Fayetteville. Diversion to alternative locations for purposes of storage, display, showing, mounting equipment, or for any other reason will not be acceptable without the expressed consent of the Purchaser. Bidders are advised that no final payment for the apparatus will be made upon delivery until the completed apparatus and all equipment included in these specifications have been delivered, tested, and accepted. The unit will be paid for when it and all equipment listed herein have been accepted and are ready to be put Page - 5 • • • 1999 Pumper Type Fire Apparatus Specifications into service. The following documents must be delivered with the apparatus: 1. Two copies of complete operations and maintenance manuals for the chassis, engine, pump, apparatus wiring, transmission, and equipment. 2. All required U.L. Certification Test documents. 3. Any other documentation expressly specified herein. WARRANTY The manufacturer shall warrant the entire apparatus to be free of defects in workmanship or materials for a period of one (1) year from the date of acceptance by the Fayetteville Fire Department. Warranties on components exceeding one year shall remain in force and shall be passed on by the apparatus manufacturer. This warranty shall cover the costs of parts and labor for the warranty period. Bidders shall submit with their proposals a complete description of the warranty to be furnished. AWARDING OF CONTRACT The contract will be awarded to the bidder deemed by the Purchaser to have submitted the best bid overall subject to the Purchaser's retained right to not accept any of the bids. CHASSIS CAB, AND POWER TRAIN SPECIFICATIONS The cab/chassis shall be a Freightliner, Model FL 80, with four door cab. It shall have riding spaces for at least five personnel, two in the front and at least three in the rear. Fire personnel shall be able to ride comfortably in the cab when outfitted with full protective clothing. Each riding position shall be designed with comfort and safety as primary factors. Provision shall be made at each rear cab riding position and at the officer's position Page - 6 • • 1999 Pumper Type Fire Apparatus Specifications in the front section for mounting of self-contained breathing apparatus (Scott Air Pak Model "Fifty", 2216psi). This shall be accomplished by the mounting of seats specifically designed for this purpose ("SCBA seats"). The driver's seat shall be of the adjustable air ride type, high backed, and designed for maximum comfort and safety. All four doors of the apparatus shall open outward from the side of the cab. Front and rear doors on each side shall open in parallel arcs. Each cab door shall have a stainless steel or polished aluminum scuff plate installed on the inside of the door, covering from the bottom of the door to at least nine inches (9") above the bottom. The entire interior of the cab shall be as one compartment with no dividing partition between the front section and the rear section. Each riding position including the driver's shall be large enough to accommodate a fully geared firefighter approximately six feet, five inches tall, weighing approximately two hundred and twenty-five pounds (225) with adequate head, leg, and side room. STRENGTH, STABILITY, AND DURABILITY OF CHASSIS The apparatus manufacturer shall certify that the chassis being furnished for this unit is structurally and operationally sound for the application intended and is designed to maintain that soundness for the life of the unit, given normal use and maintenance. Factors to be included in determining the structural and operational soundness of the chassis shall include, but not be limited to the following: 1. The frame and sub -frame. 2. The wheelbase (Fayetteville is a city of hills and short radius turns. Thus it is the desire of the purchaser to keep the wheelbase as short as practical, keeping Page - 7 • • • 1999 Pumper Type Fire Apparatus Specifications personnel safety and operational efficiency as primary factors. Bidders should include a specific reference with their bids stating the wheel base of the finished unit they are proposing). 3. The front axle and suspension system. Front axle to have minimum capacity rating of 12,000 pounds. Heavy duty telescoping shock absorbers (Monroe Magnum 70, or equal) are to be used on the front axle. Oil seals with viewing windows must be provided also, Chicago Rawhide oil seals, or equal. 4. Rear axle and suspension system. Single rear axle required. Rear axle capacity rating not less than 23,000 pounds. Single speed differential required allowing a top speed of 65 m.p.h., ± 5. All springs shall be compatible with the corresponding axle and shall have readily accessible lubrication fittings. Front springs shall be of the taper leaf type. 5. The wheels and tires - tires to have expected service life of not less than ten years for this application. Front tires to be Michelin XZA2UR22.5, 14 -ply highway tread, rear tires to be Michelin XDN11R22.5, 16 -ply all terrain type. Wheels to be steel disc, ten hole, Budd Accuride type 8.25" X 22.5". 6. The cooling system - radiator core, tubing, fittings, etc., shall be of brass and copper materials, all heavy duty. Cooling system shall meet or exceed requirements of engine manufacturer under all truck operating conditions. Low coolant sight glass required. 7. The fuel storage and fuel pumping system - minimum fuel storage capacity of fifty gallons required; aluminum fuel tank required. 8. The exhaust system (exhaust system not expected to last the life of the unit, but must be designed to properly Page - 8 • • 1999 Pumper Type Fire Apparatus Specifications vent' the engine) - exhaust gases shall discharge from a chrome tipped pipe in front of the right rear wheels. 9. The drive train (engine/transmission contained later herein). specifications 10. The steering system - Heavy duty integral hydraulic power assisted steering required, rated for this chassis and its intended use. Steering wheel diameter minimum nineteen inches. 11. The braking system - must meet or exceed Federal Standard FMVSS-121; full air brakes required with rapid pressure build up system; compressor capacity at least 15.5 CFM; must build up to 70 psi within 30 seconds when system is empty. Heated air dryer required. Brakes to be disc type on all wheels; spring activated emergency/parking brakes required on rear axle chambers with control and indicator light in cab; automatic slack adjusters provided on all brakes. All anti-lock brake system (ABS) required with Acceleration Slip Resistance (ASR) or Automatic Traction Control (ATC) or comparable anti -slip features included. 12. ELECTRICAL SYSTEM The body electrical system shall be designed as an integrated electrical package specifically engineered for fire apparatus application. The integrated electrical system will be comprised of a central power distribution panel which interfaces to the body and chassis through an engineered harness system. The electrical distribution panel and circuits must be housed in a sealed enclosure. All circuit entry points to the distribution panel must be made through locking bulkhead style connectors which are sealed at the panel wall by formed gaskets. The distribution panel will incorporate a sealed bulkhead style stud for the main power source connection to the internal circuits. A grounding stud shall be incorporated onto the panel enclosure. Page - 9 • • 1999 Pumper Type Fire Apparatus Specifications All internal wire end terminals, including locking bulkhead connectors, shall be mechanically affixed to the wire ends by machine terminal crimping presses. No hand crimped terminals will be acceptable. All internal splices shall be ultrasonically welded connections....no butt style connections will be acceptable. All internal wiring shall be of the high temperature GXL type wire and shall be protected by wiring duct wherever possible. The electrical distribution panel shall consist of seven (7) power distribution relays. The power distribution relays shall be replaceable, SPDT automotive style, rated at a minimum of 30 amperes. The power distribution relay activation circuit polarity shall be selectable between positive or ground input. Each relay shall be protected by an appropriately rated circuit breaker. Diagnostic LED's shall be present to indicate when the switch input is activated, the polarity of the switch activation signal, power to the relay buss, and power through the relay when activated. The power distribution relays shall incorporate separate inputs which are able to readily accept outputs from a load management system. The load management inputs must allow for the addition of a load management system before, during or after the time of delivery without requiring and rewiring of the existing distribution panel circuits. The input switch diagnostic LED's shall be configured so that the indicator is controlled by the load management inputs. Connections to the distribution panel shall utilize spring loaded "cage clamp" style connectors (Wago or equivalent) wherever possible. Screw clamp type connections are not acceptable. The electrical distribution panel shall incorporate a pump interlock module. The module shall control the interlock circuit to meet the current NFPA pump engagement requirements. Diagnostic LED's shall be present to indicate the interlock signals of Park - Brake, Neutral, Pump -in -Gear and O.K.-to-Pump circuits. Page - 10 • • • 1999 Pumper Type Fire Apparatus Specifications The pump interlock module shall be programmable to accept the specific input polarity of the interlock signals to minimize the use of redundant inverting circuits. The distribution panel shall also contain circuits ancillary to the required DOT signals and other body functions. The complete body electrical system shall be 100% documented and contain independent circuit diagrams with point to point wiring information, as well as a general component diagram attached to the inside cover of the distribution panel enclosure. The body electrical panel shall be capable of being completely disconnected and fully tested by a computerized circuit analyzer. A computer printout of the tested enclosure shall be provided upon request. All electrical equipment switches shall be mounted on a removable switch panel mounted in the cab easily accessible and serviceable. Light switches shall be of the rocker type with integral indicator light to show when lights are energized. All switches shall be appropriately identified. Also, all switches used on this panel shall be of the type that are readily available at local auto/truck parts outlets and shall not require special ordering from the apparatus manufacturer. 12 VOLT TESTING The apparatus low voltage system shall be tested and certified. A copy of certification shall be provided to the purchaser with the apparatus. RESERVE CAPACITY TEST The unit shall be run until all engine and engine compartment temperatures are stabilized and the battery system is fully charged. The engine shall be shut off and the minimum continuous electrical load shall be activated for ten (10) minutes. All electrical loads shall be shut-off after (10) minutes and the battery system shall then be capable of restarting the engine. Page - 11 • • • 1999 Pumper Type Fire Apparatus Specifications ALTERNATOR PERFORMANCE TEST AT IDLE The alternator shall be tested to assure that it will handle all normal loads including warning lights at engine idle. TOTAL SYSTEM MANAGER - CLASS 1 The apparatus shall be equipped with a Class 1 Total System Manager or comparable electrical system load management system. The system manager shall have a digital display to indicate system voltage in normal operation mode and also indicate the output configuration during programmable mode. The system manager shall be protected against reverse polarity and shorted outputs, and be enclosed in a metal enclosure to enhance EMR/RFI protection. The system manager shall have a cab display to indicate power on, low battery, and fast idle activation. FLUID CAPACITY PLATE A permanently affixed fluid date plate shall be installed in the driving compartment to indicate the type and qualities of the following fluids used in the vehicle. A. Engine Oil B . Engine Coolant C. Chassis Transmission Fluid D . Pump Transmission Lubrication Fluid E . Pump Primer Fluid (if applicable) F. Drive Axle Lubrication Fluid G . Air Conditioning Refrigerant H . Air Conditioning Lubrication Oil I. Power Steering Fluid J . Cab Tilt Mechanism Fluid K . Transfer Case Fluid L . Air Compressor System Lubricant Page - 12 • • 1999 Pumper Type Fire Apparatus Specifications M. Generator System Lubricant The following information shall also be supplied on the Fluid Data Plate: A. Chassis Manufacturer B . Production Number C. Paint Number D . Year Built E . Date Shipped F. Vehicle Identification Number POWER TRAIN The engine shall be a Cummins ISC 330 horsepower @ 2200 RPM. The engine shall be equipped with all standard and optional equipment recommended by Cummins for this application. The transmission shall be an Allison Model MD 3066R with specialty rating and all other standard and optional features recommended by Allison for this application. An electric backup alarm shall also be provided. The transmission shall have only one overdrive ratio above direct drive, five forward ratios total. Transmission shall also be equipped with brake assisting speed retarder. TOW HOOKS AND EYES Two heavy duty chrome plated tow hooks or eyes shall be provided on the front and rear of the apparatus, bolted directly to the frame. CAB LIGHTING The cab shall be equipped with the standard array of headlights, spot lights, turn indicators, emergency flashers, ICC flashers, clearance and marker lights, cab dome lighting, and door operated step lights at cab entrances normally used for such applications. ADDITIONAL SPECIFICATIONS APPLYING TO VEHICLE CAB Page - 13 • 1999 Pumper Type Fire Apparatus Specifications In addition to the requirements previously specified herein, the vehicle cab shall be equipped with the following instruments: 1. Electronic tachometer, with hour meter. 2. Electronic speedometer, with odometer. 3. Dual air gauges with warning lights and buzzer. 4. Oil pressure and water temperature gauges. 5. Voltmeter and Ammeter. 6. Fuel level gauge. 7. Headlight high beam indicator. 8. Self -canceling turn indicator with hazard switch. 9. Large capacity, heavy duty heater/defroster. 10. 45,000 BTU air conditioning unit inside cab with 65,000 condenser. All cab walls to be insulated with one inch (1") Styrofoam. Insulation to be hidden behind vinyl or metal liner...same color as cab interior. 11. One outside spot light on each side of the front of the cab, operable from inside cab, mounted through doorpost or front of cab, Unity or equal, minimum 6 inches in diameter, with halogen lamp. 12. Cab map light with 20 inch flexible goose neck, integral switch, and 15 watt halogen bulb. 13. Deluxe VelVac or comparable "Bus Type" stainless steel mirrors with 6.5" x 10" flat and 6" x 6.5" convex sections mounted on each side of cab. Mirrors to be electrically adjustable from inside apparatus cab. 14. Siren - There shall be one electronic (Federal Model PA - Page - 14 a • • 1999 Pumper Type Fire Apparatus Specifications 500-F, or comparable) siren. The electronic siren shall be operable from controls on the siren amplifier only and shall feed its audio into one Federal or comparable speaker (100 watt) which shall be mounted recessed into the cab bumper. 15. Air horns - Two Grover #1501 stutter tone, or comparable, air horns shall be mounted recessed into the cab bumper with activating controls easily accessed by both officer and driver. 16. Alternator - The truck shall come equipped with a heavy duty alternator, minimum rated output of 270 amps. 17. Radio compartment, waterproof, located beneath officer's seat or between seats; compartment must allow for mounting of two-way radio in such a way as to be easily accessible for maintenance and repair. 18. Heavy duty insulation package to provide sound penetration rating of not over 85 decibels while the vehicle is in full emergency response mode. 19. Padded dashboard and firewall. 20. Padded cab doors with map pockets. 21. Cab instrumentation shall comply with SAE Standard J6808. 22. Handrails - 1 1/4" heavy duty brushed stainless steel or polished aluminum with polished chrome brackets - one each side at each entrance to assist entering each safely. 23. Manufacturer's standard cab interior where not otherwise specified herein. 24. A quick connect coupling for air tools or for charging system shall be provided with female twist quick release mounted in an easily accessible location. Page - 15 • • 1999 Pumper Type Fire Apparatus Specifications 25. Individual, electric windshield wipers. BODY/COMPARTMENTS SPECIFICATIONS It is the intention of the Purchaser not to "write out" any reputable pumper/apparatus manufacturer on the basis of body and compartment construction. We will accept any reputable (established) pumper manufacturer's standard body compartment configuration as long as the following provisions are met: 1. Manufacturer's top of the line all aluminum construction and configuration. 2 Left side - not less than four (4) compartments, each as large as practical, with at least two "high side" compartments each large enough to accommodate three thirty -minute SCBA units mounted in Ziamatic type brackets with room for masks and regulators and mounted in such a way as to be easily and quickly removable for fast donning. The rear high side compartment shall come equipped with the proper Ziamatic brackets for three thirty minute rated (2216 psi fill) Scott "Fifty" air packs, mounted so that the Scott SCBA will stand in the brackets with the cylinder valves up or toward the top of the compartment. Ziamatic brackets shall be mounted in a "runway" attached to the apparatus body having slotted centers so that the brackets are easily movable (adjustable) frontward or rearward and easily removable and replaceable. 3. Right side - Two compartments, 1 each in front of and behind rear wheels, with each as large as can be safely and effectively functionally provided. 4. A rectangular compartment above the right side compartments and the right rear wheels, running the entire length of the body from the rear of the right rear compartment to the front of the right front compartment (under ladders), as deep as can be practically made, and having two horizontally hinged, downward opening doors, each of the same dimensions. Door opening height for Page - 16