HomeMy WebLinkAboutMarion Body Works/amulance for Fire Dept AGREEMENT
THIS AGREEMENT made and entered into this 17th day of August,
1984, by and between MARION BODY WORKS, INC., P. O.Box 500, Marion, WI
54950 party of the first part, and the CITY OF OSHKOSH, a municipal
corporation located in Winnebago County, Wisconsin, hereinafter
referred to as the "City", and party of the second part.
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by resoluton
duly adopted on the 16th day of August, 1984,, accepted the bid of the
first party and authorized and directed the proper City officials to
enter into an agreement with the party of the first part for:
One (1) Modular Ambulance for Fire Dept. (Ford F-350)
according to the specifications and bid for same on file in the
office of the City Clerk .
NOW, THEREFORE, pursuant to said resolution of the Common
Council of the City of Oshkosh, the parties hereto agree as
follows:
1 . That the party of the first part will furnish same to
the City, all in accordance with the specifications and bid on file in
the office of the City Clerk.
2. That no assignment of this agreement or of any rights
thereunder by said party of the first part, shall be valid with-
out the written consent of the City; and that this document
including the specifications and bid, constitutes the entire
agreement between the parties hereto and that any understanding
either oral or written, not a part hereof shall not be binding on
either party.
3. That in consideration thereof, the City will pay to the
first party the sum of $48,795.00, upon presentation of a proper
voucher, and delivery and acceptance by the City in conformity on
said specifications and bid .
1
IN WITNESS WHEREOF, the parties hereto have caused this
agreement to be signed by the proper officers of each party and
their corporate seals to. be hereunto affixed all on the day and
year first above written; then if first party is a corporation or
partnership, the signing of this agreement shall constitute a
warranty by the person (s) so signing the proper authority so to
do.
In the Presence of: MARION BODY WORKS, INC.
% 1
�� r111. Al • l A BY:
Signature of the sole pro-
prietor , or name or corporation
or ,partnership"......,
— ' - _ ,. President -
�" '
IC a - \
a
`w, Secr�ary
4 1 CITY OF OSHKOSH
/, , I I ,44,,_ Cam- BY: /.. .
w 4 2,,7„,e
1 i William D. Frueh, City f
� � ager
i- V"A.9.K4._' , ' Y\at k And: ei. jl�4 fi�'
J�`, 1 Donna C. Serwas,
City Clerk
Appr ved as D ;orm d execution: I hereby certify that the
( necessary provisions have
ll �, been made to pay the lia-
Warren P . ' raft, bility that will accrue
Asst. City Attorney under this Contract.
.) A I t rt4_,,,J'
EDWARD A NOKES,
City Comptroller
of 04A.
cs 41%
2
MARION
BODY
WORKS, INC.
September 4, 1984
FILED
Ms. Donna Serwas SEP - ? 1 9?4
City of Oshkosh
City Hall CITY CLERK
P. 0. Box 1130 OSHKOSH. WIS.
Oshkosh, WI 54902
Dear Ms. Serwas:
Thank you for the contract for one Modular Ambulance. In accordance with
the contract, I have enclosed a 100% Performance Bond to cover this contract.
Thank you for your order.
incerely,
I rr
J- Milbauer
Sales Manager
Emergency Vehicles
JM/dme
Enc. Performance Bond
Marion Body Works, Inc. P.O. Box 500 Marion, Wisconsin 54950 715/754-5261
c a ,,,,\QEIITr44 1''
LI\Il1f IED Sir-A\ , IES 1FlI1DIILll }• fO ,C�,UAlf�A\TY COMPANY
0 1
:3:' (A StociccoMpany) F I LED i,,;,k.:_,,
,,
ii PERFORMANCE BOND _'
SEP — 5 1984 ,. 'I'
IFS-�� Approved by The American Institute of Architects _i
1- . PP Y ! ,,..:1
,.11
`; A. I.A, Document No.A•311 (February 1970 Edition) ,.-,:
1Ni BOND NUMBER CITY.•CLCRK f:._::'
r OSHKOSH, WIS.
i KNOW ALL MEN BY THESE PRESENTS:
F ;�-
I That MARION BODY WORKS, INC. ,1
1 P......0......Bax...500.,...MARI.O.1�I,....W.IS.CONS.IN 5.4950 5.4950 as Principal, .. ,1
="1
hereinafter called Contractor, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws ::
E'-'-`�I of the State of Maryland, Baltimore, Maryland, as Surety, hereinafter called Surety, are held and firmly bound unto
i I
CITY OF OSHKOSH, OSHKOSH, WISCONSIN
1
as Obligee, hereinafter called Owner, in the amount of FORTY-EIGHT THOUSAND SEVEN HUNDRED NINETY-FIVE t::::!!'
'I
AND NO/100 Dollars ($ 48,795.00 )
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
3 severally, firmly by these presents. _)
' WHEREAS„ Contractor has by written agreement dated August 17, 1984, entered into a contract with Owner for
I 'i
i II ONE MODULAR AMBULANCE
I. ' 1 I
in accordance with drawings and specifications prepared by -''
(Here insert full name, title and address) =
which contract is by reference made a part ;j
hereof, and is hereinafter referred to as the Contract. 0'-=:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform
1
e �
said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. l:`
The Surety hereby waives notice of any alteration or extension of time made by the Owner- -3
Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations ,j,
thereunder, the Surety may promptly remedy the default, or shall promptly
(1) Complete the Contract in accordance with its terms and conditions, or ��•'
( I' (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the low- )
est responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a
succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of
completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable
hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract prce," as used in this paragraph, shall
mean the total amount payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by
Owner to Contractor. I :_'
l
Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the
'-' Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or
the heirs, executors,administrators or successors of the Owner.
;1, Signed and sealed this 31st day of AUGUST , 19. 84
In the presence of:
RION BODY W0' 1 INC.
:�� �� (Seal) �'� ..,,:'
(witne ) Principal
ITED STATES FIDELITY AND GUARANTY COMPANY
jl ,-1‘ / �!�f. -l��
li ess� By ���� :�// ",! ' ‘,4
. (SeaII
-,� Attorney-in-fact
Contract 21 1 (2-70)
�/ 44
F
�� ,1
UNITED STATES FIDELI ' £ �,���N��' COMPANY
y I. ya�d ��+3
`II Gi \f896,i,.
1
(A Stock Company) -?
LABOR AND MATERIAL PAYMENT BOND
Approved by The American Institute of Architects -__
,;,j A. I. A. Document No.A-311 (February 1970 Edition) j.is.
Fril KNOW ALL MEN BY THESE PRESENTS: BOND NUMBER .;
- That MARION BODY WORKS, INC.
:€:` P. 0. Box 500, MARION, WISCONSIN 54950 as Principal, :?
hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws
of the State of Maryland, Baltimore, Maryland as Surety, hereinafter called Surety, are held and firmly bound unto I j, .
CITY OF OSHKOSH
FORTY—EIGHT
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of -=,
i THOUSAND AND SEVEN HUNDRED NINETY'FIVE DOLLARS AND no/100 Dollars($ 48,795.00 ),
::I
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
k,--i severally,firmly by these presents. 13,:::',
WHEREAS,Principal has by written agreement dated August 17, 19 84 entered into a contract with Owner for
r=-,, ONE MODULAR AMBULANCE
€"`' in accordance with drawings and specifications prepared by
(Here insert full name,title and address) -:±
which contract is by reference made a part
r,,,,' hereof,and is hereinafter referred to as the Contract. -
'- I is u h that if the Princi al shall rom tl make a ment to all
(GAT ON s c
F THIS OBL P Y
F RE THE C
ONDIT ON 0 P
P PY
E NOW, THERE 0 II�:.-
r claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this
(-• obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
::,<
(1) A claimant is defined as one having a direct contract with the Principal or with a sub-contractor of the Principal for labor, material,
or both, used or reasonably required for use in the performance of the contract, labor and material being construed to include that __
part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract.
i (2) The above-named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who I'':
has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's Ik_
F.1 work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such ,;
l claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The ;
Owner shall not be liable for the payment of any costs or expenses of any such suit. .::
:-a (3) No suit or action shall be commenced hereunder by any claimant,
,i` (a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the
following: The Principal, the Owner, or the Surety above named,within ninety (90) days after such claimant did or performed the
last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy �C-:
€ > the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or i1.,::
(` I performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope ri
addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, I'''i
or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that
t...,::. such service need not be made by a public officer.
(b) After the expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood,
however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation
shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the
or in the United States District Court for the district in which the project, or any part
`` I project, or any part thereof, is situated, �;3',
thereof, is situated, and not elsewhere.
•:3 (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive
of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the ; j
amount of such lien be presented under and against this bond.
Signed and sealed this 31s.t day of August 19 84
::,...1; MA ION BODY WORKS, INC. I_•
By a (Witn ss) Principal al I "
1� p
VVV
U (TED STA S FIDEL TY .�.5 tUA TY COMPANY
�/4(1 " -)/4 !;:t;'-‘4 (Seal)
•
Attorney—in—fact
This bond is issued fiKultaneasly with performance bo n d in favor of the Owner conditioned on the full and faithful perf are of the Contract.
Contract 211-A (2-70) 0 ,.
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 93216
Know dl Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Alvin C . Braun, Jr. , John M. Lundquist , Timothy R. Nickels , Richard A.
Stack, John D. Van Groll, Mary M. VandenBurgt, Vione L. Eberly and
Dennis W. Gillespie
of the City of Appleton , State of Wisconsin
its true and lawful attorneys in and for the State of Wisconsin
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds,and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoeverXhE7UtdC
anyone of the said Alvin C. Braun, Jr. and the said John M. Lundquist
and the said Timothy R. Nickels and the said Richard A. Stack and the
said John D. Van Groll and the said Mary M. VandenBurgt and the said
Vione L. Eberly and the said Dennis W. Gillespie
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 2 5t h day of
June ,A. D.19 82
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By Charles B, Watson
Vice-President.
(SEAL)
(Signed) W. B. M. Hingeley
Assistant Secretary.
STATE OF MARYLAND, }
ss:
BALTIMORE CITY,
On this " 2 5th day of June , A.D. 1562 ,before me personally came
Charles B.- Watson - ,Vice-President-of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and W. B. M. Hingeley ,Assistant Secretary of said Company,with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they,the said Charles B. Watson
and W. B. M. Hingeley were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A. D. 19 82
(SEAL) (Signed) Margaret M. Hurst
Notary Public.
STATE OF MARYLAND Sct.
BALTIMORE CITY,
I,
Charles W. Mackey, J r. , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record,and has a seal, do hereby certify that Margaret M. Hurst ,Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary,and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City,the same being a Court
of Record,this 25th day of June ,A.D. 1982
(SEAL) (Signed) Charles W. Mackey, Jr.
Clerk of the Superior Court of Baltimore City.
FS 3 (12-81)
COPY OF RESOLUTION
That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland,and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company,in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed,and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada,or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed,made, taken, given, tendered, accepted,filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond,recognizance, obligation, stipulation,or undertaking,or anything in the nature of either of the same.
I, Theodore G. Parks , an Assistant Secretary COMPANY, do hereby certify that the foregoing is a full, true and correct coy of the original STATES FIDELITY AND
by said Company to copy of the original power of attorney given
Alvin C. Braun, Jr. , John M. Lundquist, Timothy R. Nickels, Richard A. Stack,
John D. Van Groll, Mary M. VandenBurgt, Vione L. Eberly and Dennis W. Gillespie
of Appleton, Wisconsin
forth,which power of attorney has never been revoked and is still in full force andeeffect, them to sign bonds as therein set
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of •
November,1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on August 31, 1984
(Date)
ssistant Secretary.
GI '[7z- tG17LA 3bM
1i • 0 • I p . pi
CD 00 G 0 C '1 Ors
�
CD • Ca,• .• p•
G Cn G rn 0 0
C Z CD 07 r• G CC G
W O F•-, 0 ►i - 0
w X - K m X t3l
`< 0
coa 1-+ cnal,
CD`CV CD s<
1 BOO b LW -
. r-I v (n 0
•P 11 c.0 0
. cn W cn 0-$
•A 0 r• 0 7s'
1 w - G (I)
O Cl, -
v, -
- II
n C,
• •
1
I
o 0
Do 0
►i ►-i cn a co a 0 .-3
.ri rn 0 rn v to CO to 0
c I cv I (.0 ,.1 )._, Z
CA (A wrn wcn t, d C) rn
N • N• cn• C) H
00 00 OO .-3 eTh
O O , p 0 G •--•
rn O
rn O
d O d
• Cl, C
> = t-,
v -, a co n ON c 0 >
lJ N 7c) 0 .`s 0 t it C 0
0 0 0 P r cn x a
I cn c:).. )-, .-3
n n N v, w < rn m
G.cn G' 0 F-,•`< fii — • : C
P 0 P N u) - Zy C"
cn cn a .< tri 9
cn a. cn P3 --•a z
H• w I-,••< z co d n
U) •< cn cn 0 0o tr1 rn
cn •p• •ti
a
a -, Z 0 to P n '11 =
mO m P i w rn
h' O r+ F.._..- W K Z
H• o' a.P.) r• cn B •-.3 -3
< m G < v, CD tri
CD G n w F-•
. - •-i b r•-• m ,— (n r+
'< 0 < Cl)
m a o
Pi G •t i +-h
'< CD o
o c-) o .'7n' 0
a w a w a co
G cn G v, G cn y
t•--, CA I-, I 7O
m H• m H• CD H• 7C)
•• cn •. Cl) • fn a
•• z
H
O -, 0 ---, 0 ) .<
0 N
`< •< •<
CD m (D O
P 0 P 0 P G
'i G '1 G -s r+
N rF (n r+ N
CA
H. v, v) 1--.•\
CD H• CD N
(n N N�N U, •.
m O 0
O (n O 0
O 0 0
0
�;
<.
�`
5.:
��
i..
'.::'.
k<.. ..
n.
��<'
;,�`
A,
.,,.�.
"r
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer' s current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
ONE ( 1 ) TRUCK CHASSIS BUILT IN ACCORDANCE WITH KKK-A-1822
ITEM NO. - EQUIPMENT
Specifications : Current year , 8 cylinder , 11 ,000 lbs . GVW
minimum . Curb weight of cab chassis and
modular shall not be more than 90% of total
GVW .
Bidder ' s Proposal : Model Year
Cyl . GVW
ITEM NO. 2 ENGINE
Specifications : 450 CID Minimum- gas with engine cooling
package .
Bidder' s Proposal :
ITEM # 3 - WHEELBASE
Specifications : 161 " minimum (84" c/a)
Bidder ' s Proposal :
ITEM NO. 4 SPRINGS
Specifications : Front 2000 lbs . each , rear 4100 lbs each ,
leaf type w/aux
Bidder ' s Proposal :
ITEM NO. 5 - WHEELS AND TIRES
Specifications : (7) 8 . 75 X 16 . 5 Michelin - Load Range D,
steel belted radial , dual mud and snow on
rear , spare and front Hiway tread .
Bidder ' s Proposal : s; ZF, Front RPar
ITEM NO. 6 - SHOCKS
Specifications : Heavy duty , double acting
Bidder ' s Proposal :
ITEM NO. 7 - EXHAUST SYSTEM
Specifications : Full length to modular side
Bidder ' s Proposal :
Specifications
Truck Chassis
Page 2
ITEM NO. 8 - AXLE
Specifications : Front 4000 lb . capacity w/stabilizer bar ,
Rear 8200 lbs . capacity 4 . 10 : 1 ratio ,
configured with dual wheels , at least 55"
between inside tires .
Bidder ' s Proposal : Front Rear Ratio
Configuration
ITEM NO. 9 - BRAKES
Specifications : Heavy duty hydraulic boosted power front
discs . Parking brake , cable actuated rear
brakes .
Bidder ' s Proposal : Type Front
ITEM NO. 10 - TRANSMISSION
Specifications : Heavy duty , 3-speed F, 1 Rev. , non-slip
rear-end differential . Transmission oil
cooler
Bidder ' s Proposal : Type Rear-end Differential
Transmission cooler
ITEM NO. 11 - STEERING
Specifications : Power
Bidder ' s Proposal :
ITEM NO. 12 - BATTERIES
Specifications : (2 ) 80 amp hour minimum , 12 volt , deep
cycle type , Cole- Herse 705 or equal switch .
Note : batteries protected by battery isolator
which will maintain equal charge in both bat-
teries . Maintenance free batteries not accept-
able .
Bidder ' s Proposal :
ITEM NO. 13 - BATTERY CHARGER
Specifications : One ( 1 ) #5660 Koehler to be installed behind
driver ' s seat .
Bidder ' s Proposal :
Specifications
Truck Chassis
Page 3
ITEM NO. 14 - RADIATOR
Specifications : Heavy Duty
Bidder ' s Proposal :
ITEM NO. 15 - ALTERNATOR
Specifications : 165 amp . Leece Neville w/external transis-
torized voltage regulator . External cooler
blower to be provided
Bidder ' s Proposal :
ITEM NO. 16 - LIGHTS
Specifications : Standard : (2 ) headlights , (2 ) taillights
with brake light , back-up lights , license
plate rear light , 4- way hazard , (2 ) front
mounted Halogen fog lights , Perlux #26 or
equal .
Bidder ' s Proposal. :
ITEM NO. 17 . - SIGNAL FLASHER
Specifications : Variable Heavy Duty load turn signal flasher
Bidder ' s Proposal :
ITEM NO. 18 - FILTERS
Specifications : a : Oil - Disposable cartridge type
b : Dry type air cleaner
Bidder ' s Proposal : a. b .
ITEM NO. 19 - GAUGES
Specifications : a: Oil Pressure
b : Ammeter (shunt type for 165 amp alternator )
c : Voltmeter
d : Water Temperature
Bidder ' s Proposal : a . b . c . d .
ITEM NO. 20 HEATER
Specifications : Installed deluxe high output fresh air type
Bidder ' s Proposal :
Specifications
Truck Chassis
Page 4
ITEM NO. - 21 AIR CONDITIONING
Specifications : Standard manual
Bidder ' s Proposal :
ITEM NO. 22 - HORNS
Specifications : Dual Electric
Bidder ' s Proposal :
ITEM NO. 23 - WIPER/WASHERS
Specifications : Two-speed intermitent
Bidder ' s Proposal :
ITEM NO. 24 - THROTTLE
Specifications : Electric Vernier Throttle
Bidder ' s Proposal :
ITEM NO. 25 - GAS TANKS
Specifications : Two ( 2 ) with capacity of approx . 40 gallons-
gas caps to be snap on action type
Bidder ' s Proposal :
ITEM NO. 26 - TRIM
_Specifications : a: Drip rails , sill plates , deluxe interior/
exterior trim
b : dome light w/map lights
c : cigarette lighter
d: chrome front bumper and grill
e : insulation package
f : center mount console to- contain
all switching ,console to accommodate
radio/siren
g : interior to be black in color
h : all windows tinted
Bidder ' s Proposal : a. b . c . d . e .
f . g . h .
ITEM NO. 27- MIRRORS
Specifications : ( 2 ) low mount chrome 7" x 10" with convex
mirror in lower corner of each mirror
Bidder ' s Proposal :
Specifications
Truck Chassis
Page 5
ITEM NO. 28 - SEATS
Specifications : a. Full depth buckets
b . Arm rest on each cab door , dual
sunvisors . Arm rests and visors to
be padded .
c . Each door shall have storage pockets
Bidder ' s Proposal a . b .
c .
ITEM NO. 29 - TOW HOOKS
Specifications : To be installed on front frame
Bidder ' s Proposal :
ITEM NO. 30 RUSTPROOF
Specifications : Chassis to be rust proofed
Bidder ' s Proposal :
ITEM NO. 31 WARNING DEVICE
Specifications : Federal Model 58 warning device to be mounted
on cab roof and wired to horn button
Bidder ' s Proposal :
ITEM NO. 32 : HOOD VENTS
Specifications : Hood vents to be installed per City and
manufacturer location
Bidder ' s Proposal :
Specifications TYPE 1
Page 6
BODY CONSTRUCTION:
The ambulance body shall be a replaceable lift on lift-off type ,
to be constructed of all aluminum , corrosion resistant alloy .
Floor cross-members to be at least 3" x 2" . 25 thickness extruded
rectangular tubing at least 18" on center . Subfloor to be at
least . 125 . Modular uprights to be at least 3"x2" . 125 thickness
extruded rectangular tubing at all compartments and door openings .
All intermediate uprights to be at least 2" x 1 " . 125 thickness
extruded rectangular tubing at least 18" on center . Roof rafter
to be at least 1 "x1'"xl " . 125 thickness extruded T ' s , at least
18 " on center . Roof top to have raise for water drainage . Roof
edge and modular corners to have radis extruded corners . Modular
skin to be at least . 125 thickness welded to frames . Modular
roof to be at least . 125 thickness welded to rafters . Exterior
compartments to have framing of at least 3" x 2" . 25 extruded
tubing . All compartments to be . 125 sheeting minimum . A rubrail
shall be constructed at the bottom of the modular . Using thread-
plate having a 2" downward break and a 1 " return minimum . Modular
fenders to be at least . 125 . Fenders to full depth and welded to
framing . No pockets shall exist to accumulate dirt and road salt .
Fenders to have welded fender rail extending from modular rubrail
to rubrail . Modular to be attached to chassis with high strength
5/8" bolts , eight minimum . A rain gutter shall be included above
all doors and around roof edge . Modular shall not be welded to
chassis . Modular to be undercoated with insulated floor . Maximum
patient lift , rear door modular 32" .
ELECTRICAL SYSTEM
All wiring shall be installed in a quality workmanship manner .
All wiring shall be properly sized depending on the load . No
wire shall be smaller than #14 automotive-type wire . Where
wiring passes through concealed walls a suitable wire loom shall
be used . To permit new wiring to be installed , all wiring shall
be numbered and an electrical wiring diagram shall be provided
when vehicle is delivered . All circuits shall have circuit breakers
suitable to the demand . All switched circuits are to have pilot
lighted rocker switches in control consoles .
A control console shall be installed within easy reach of the
driver , this console will house illuminated rocker switches for
emergency lights , flood lights , rear emergency master switch ,
siren/horn , Coleherse-type switch , goose neck high intensity
light w/reostate CL-70 Federal or equal . Compartments open ,
indicator , scene lights , w/2 switches , left and right , intercom ,
siren , and radio . A second console in the modular controlling
modular lights , air conditioners , heating and ventilator .
Specifications
Page 7
All switches to be properly labeled .
All wiring to be enclosed within wiring duct modular roof
corners .
Three (3 ) 110V duplex receptacles shall be provided
One ( 1 ) on action wall shelf , two ( 2 ) in storage shelf
area (See drawing for shoreline receptacle placement ) .
Outlets to be wired to Shoreline receptacle via power
transfer switch located front console . Install wiring
and switching for 12V and 110V for future Dymote inverter
(see drawing) .
MODULAR STONE GUARDS
Aluminum corrosion resistant , aluminum 4 WPLT shall be
shall be located on lower outside corners to protect
body from stones thrown by tires . Running boards be-
low cab entrance doors with aluminum flaps .
MODULAR INSULATION
Minimum to be 2" fire retardant polystyrene type . In-
sulation shall be of the blown expansion or block type .
MODULAR ROOF VENTILATOR
One ( 1 ) 250 CFM power exhaust ventilator to be installed
and controlled from modular electric console . (Larger
unit if possible ) . State size
AIR CONDITIONER
Modular air conditioner to be mounted on forward interior
wall . Unit to be large enough to easily cool module .
Unit to be independent of cab air conditioner , three (3 )
speed fan, minimum 25 ,000 BTU. Controlled from modular
electric console . Unit to include a second condensor
unit , mounted exterior module front .
HEATER
Modular heater to be installed on forward interior wall .
Unit to be large enough to easily warm module . Unit to
be independent of cab heater . Twin fans minimum 25 ,000
BTU with on/off switch. Controlled from modular electric
console . To include line value shut offs in engine com-
partment . All heater lines to be insulated copper tubing .
ASSIST BAR
Two (2 ) full-length chrome plated bars are to be mounted
on ceiling of modular in stretcher area (See drawing)
Specifications
Page 8
ASPIRATOR
To be engine vacuum RS-4 Rico Aspirator or equal with
ready-to-use kit with one-half gallon bottle , with aux-
iliary vacuum storage tank , 1000 cu . in . minumum with
line valve . Aspirator , installed in action wall area
(see drawing) .
OXYGEN
To be installed with piping from main supply compartment
to three (3 ) N.C.G. outlets . Outlets to be located as
follows : one ( 1 ) duplex at action wall area , one ( 1 )
single forward end squad bench , one ( 1 ) single over center
mount cot area . Regulator to be included . Outlets in-
stalled as drawn in attached drawing . Purchaser to
supply 02 bottle (K-size ) . Two ( 2 ) oxygen flow meters
NCG Puriton 124-141 to be included .
LOAD LIGHTS
Two ( 2 ) 6" chrome adjustable flood lights (AG Type ) shall
be located above rear doors . Lights shall be operated
by rear or side door opening or form electrical console
cab and module . Additional switch located in modual to
over-ride door opening switch .
Specifications
Page 9
INTERIOR LIGHTS
Eight (8 ) ceiling lights 7" with two reostate controls ,
each reostate to control 4 lights right side , 4 lights
left side , with rocker switch control in cab and modular
console . Ceiling lights to come on when any access door
of modular is opened . Two ( 2 ) Hi-intensity ceiling lights
over squad bench and cot to be switched from rear modular
console or light to be located under attendant counter
work area , switching from modular console . One ( 1 ) recessed
foot light to be installed by curbside door to come on
when door is opened (See drawing) . One ( 1 ) light to be
located above radio storage area .
SCENE LIGHTS
Four (4 ) lights 6" white parabolic lenses , flush-type
located two (2 ) on each side of modular . To be operated
by independent switches on the cab console and respective
entrance door .
REAR STEP BUMPER
A full width rear step-bumper shall be provided . The bumper
shall be designed to provide a flip up center , which will
enable easier patient loading . The bumper shall be bolted to
the chassis frame , not to the modular body . Bumper to be made
of aluminum four (4 ) way plating . An aluminum four (4) way
kick plate extending across the fullwidth of the body , below
the rear access doors and not a part of the bumper .
ATTENDANT SEAT
There shall be a hi-back automotive type bucket seat , fully
adjustable with swivel mount . Color and material to be the
same as the squad bench .
SQUAD BENCH
Squad bench to be 77" long x 22" wide x 20" high , with 3"
cushion , one ( 1 ) piece lift-up lid with storage beneath .
Lid to have stainless steel piano hinge running the entire
length . Wheel and post cups to be provided and installed .
Provide a 2" thick padded back rest 18" wide and 77" long .
Material to be naugahyde , color to be compatible with modular
interior coloring . Attendant bench with back rest on action
wall side to be made of the same material as squad bench
and attendants seat . Bench to be hinged with piano type
stainless steel hinge with storage below . Storage and
necessary hardware shall be provided for one ( 1 ) short back
board , behind attendant bench action wall .
CAB BELLOWS
There shall be a weather tight , dust tight bellows between
body and cab .
Specifications
Page 10
MODULAR HANGING HARDWARE
All hardware to be provided and installed to hang one ( 1 )
patient over squad bench area . Ceiling hardware to be
Ferno-Washington #557 type with permanent wall brackets .
I .V. HANGERS
Provide two (2 ) in ceiling front center of patient ' s
compartment , to be mounted over center of squad bench
and center of stretcher .
INTERCOM
Phillips , or equal , two (2 ) way intercom shall be provided
from driver compartment and patient compartment .
INTERIOR FINISH
Shall meet all existing standards for flame spread . Finish
to be approved by Fire Chief , Oshkosh Fire Department .
Walls , squad bench to be a light wood grain color . Ceiling
to be white . Particle board not acceptable .
INTERIOR COMPARTMENTS
All interior compartments are to meet existing standards
for construction . Construction materials to be approved
by Fire Chief , Oshkosh Fire Department . Particle board
construction not acceptable . All cabinets to have adjust-
able shelves , per attached drawing . Drug compartment to be
key lockable (same key as compartments and access doors ,
recessed hinge ) . Compartments to have 1/4" amber lucite
sliding doors . See attached drawing for approximate sizes .
Sizes to vary to meet building requirements with approval
of Fire Chief , Oshkosh Fire Department .
MODULAR WINDOWS
Windows shall be of tempered safety tinted glass . Curb-
side and rear door windows shall have one sliding panel
each with screens .
OUTSIDE MODULAR COMPARTMENTS
Compartments shall be provided for storage with outside
access . Curbside , two ( 2 ) compartments shall be provided .
One ( 1 ) compartment with inside/outside access located
forward of curbside access door measuring approximately
55" high and 23" wide and 30" deep , with three (3 ) ad-
justable shelves ; one ( 1 ) compartment curbside/rear
measuring approximately 22" high , 34" wide and 21 " deep ,
with adjustable shelf ; one ( 1 ) compartment for long/short
board storage rear of vehicle with divider for long/short
Specifications
Page 11
boards ; one ( 1 ) compartment located driver side/rear
measuring approximately 34" wide 1411" high , 21 " deep ,
with full roll out shelf bottom of compartment to hold
at least 150 lbs . ; one ( 1 ) compartment located driver
side 38" high 40" wide 21 " deep , with one ( 1 ) adjustable
shelf ; one ( 1 ) compartment for oxygen storage measuring
approximately 60" high , 11 " wide 13" deep . All com-
partments to be flush , sweep out type .
All exterior compartments to be illuminated by a light
when door is opened . Back board compartment light to
be located on door . All compartments shall be wired
for an open door warning light at driver ' s console .
A two (2 ) lip sealing door gasket shall be used . All
doors shall be key lockable . All doors shall be of
flush type , double pan construction , with locking mech-
anism enclosed between door and door pan . All doors
to be provided with a hold open device (Cleveland Hard-
ware type ) . All door locks to be of the Hanson "D" Ring
Eberhard #206 Twist Lock . All compartments shall have
stainless steel piano hinges . Drip rails of aluminum
shall be located above all compartment doors . Compartments
to have removal plastic grating on the bottom of each
compartment and shelves . Compartments to be vented .
PATIENT COMPARTMENT ACCESS
There shall be a curbside door of not less than 70" high
and 32" wide . There shall be two (2 ) rear doors providing
an opening of not less than 64" high and 50" wide . All
doors shall be provided with inside and outside locking
doors . Each door shall have a slam type latch of Eberhard
#206 locks with turn handles . The curbside door shall.
hinge at the forward edge . The rear doors shall hinge at
the outward edges . The door hinges shall be of stainless
steel piano type . The doors shall be constructed as to
provide a water tight body . Doors shall be constructed of
the same material as specified for the modular type body
and frame . All doors shall be of flush type , all doors to
be provided with a hold open device . The interior of each
door to be covered with material matching the rest of the
interior color . A warning light on cab console shall be
provided to indicate any door that is not properly latched .
Head bumpers shall be provided over access doors . To be
at least 2" thick poly foam , covered with same material
as squad bench .
Specifications
Page 12
EMERGENCY LIGHTING
Eight Federal ALS-8 Chrome w/J-20 power supply to be
installed on modular : two ( 2 ) rear , two ( 2 ) curb-
side , two ( 2 ) road side , two ( 2 ) front (see drawing ) ,
and two (2 ) Federal 131ST Double flash installed rear
modular . Two (2 ) Federal GL1 -ST Chrome w/J-20 power
supply to be installed on front grill of cab between
head lamps . One ( 1 ) Federal JS1DR (red lenses ) to be
installed on modular unit above cab unit , to include
100 W speaker . All emergency lights to be installed
as per drawing . All emergency lights are to be con-
trolled from an emergency master sequence switch and
independent switching , located on the cab console .
SIREN
To be Federal PA-300 system TS-100 Federal speakers with
PA and noise cancelling mic .
LIGHTING ADDITIONAL
Two (2 ) back-up lights , stop lights , turn signals to be
arrow type (guide or equal ) on side , front and rear clear-
ance lights on both cab and modular to meet ICC speci-
fications .
RADIO ANTENNA
Two (2 ) antennas access parts on modular body shall be
provided with metal conduit wiring duct , to terminate
behind storage space below cab/modular window. Man-
ufacturer to install purchaser furnished wiring harness
to driver compartment console and action wall for two-
way communication radios , Telemetary System.
MODULAR FLOOR AND COVERING
Floor shall be 3/4" marine grade plywood over aluminum
plate . Shall be covered with Armstrong Solarium . A
Ferno Washington Wall cot fastener shall be installed
#175-3 for center mounting cot . A model 30 Ferno-Wash-
ington cot with #360 mattress and 3- #411 F/W restraint
straps shall be provided . A F/W #514 IV Holder to be
included .
PATIENT FLOOR AREA
Shall be at least 50" between wheel wells on the floor .
Specifications
Page 13
AREA
To be approximately 138" from inside rear door to front
of modular floor to ceiling shall be 68" ,overall modular
height shall not be more than 102"
PAINT
Cab to be painted white and modular to be matching white
Dupont Imron paint . White cab and modular shall have a
belt line stripe of Oshkosh orange . Belt line stripe
shall be bordered by black 4" pin stripe .
LETTERING
Lettering according to WAC-157 . Modular unit to have
lettering as below:
FIRE DEPT. 6" Gold leaf , with blue shadow both sides
module
CITY OF OSHKOSH PARAMEDICAL UNIT Blue 4" , both
sides module .
RESCUE AMBULANCE 6" rear of module and 4" mirror
immage hood of cab . 6" both sides module .
GENERAL
Within 30 days AFTER notification of the award of the bid ,
the manufacturer must submit a detailed construction blue-
print to be reviewed by the City of Oshkosh Fire Department .
Vehicle and equipment must pass all state , federal guidelines
and stress tests , and must meet KKK-A-1822 (Federal speci-
fications for ambulance ) .
Successful bidder to provide for three (3 ) separate plant
visitations by City of Oshkosh Personnel .
SIGNS
"No Smoking" signs shall be placed in cab and module
warning of oxygen use .
•
PROPOSAL
We , the undersigned , propose to furnish the City of Oshkosh
Fire Department , F.O.B . 101 Court Street , Oshkosh , Wisconsin
54901 , one ( 1 ) modular ambulance (type 1 ) per specifications
or noted exceptions for the following amount :
MAKE OF CHASSIS & MODEL NUMBER
Delivery in days after receipt of order .
Terms : % days
Warranty (Chassis & module)
Name of Company
SUBMITTED BY: Name & Title of Person Making
Out Bid
1984
Date Address of Company
BE SURE AND SENT DESCRIPTIVE LITERATURE WITH BID
THE AMERICAN INSTITUTE OF ARCHITECTS
iui��y
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
MARION BODY WORKS, INC. , P. 0. BOX 500, MARION, WISCONSIN
as Principal, hereinafter called the Principal, and
UNITED STATES FIDELITY AND GUARANTY COMPANY
a corporation duly organized under the laws of the State of Maryland
as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF OSHKOSH
as Obligee, hereinafter called the Obligee, in the sum of
10% OF BID ATTACHED
Dollars ($ ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
TYPE III AMBULANCE
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and sealed this 1ST day of AUGUST 1984
MARION BODY WORKS, INC.
! es (Princi al) (Seal)
Nik\51:v-LY,
(Witness) C .G�
UNITED STATES FIDELITY AND GUARANTY COMPANY
(Surety) (Seal)
ess)
Attorney—in—fact ( ide)
s
AIA DOCUMENT A310• BID BOND•AIA®• FEBRUARY 1970 ED• THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 93246
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Alvin C. Braun, Jr. , John M. Lundquist , Timothy R. Nickels , Richard. A.
Stack, John D. Van Groll, Mary M. VandenBurgt , Vione L. Eberly and
Dennis W. Gillespie , staceof Wisconsin
of the City of Appleton
its true and lawful attorney s in and for the State of Wisconsin
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds,and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us,its Board of Directors, hereby ratifies and confirms all and whatsoeverXtEllac C
anyone of the said Alvin C. Braun, Jr. and the said John M. Lundquist
and the said Timothy R. Nickels and the said Richard A. Stack and the
said John D. Van Groll and the said Mary M. VandenBurgt and the said
Vione L. Eberly and the said Dennis W. Gillespie
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 2 5t h day of
June ,A. D.19 82
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By Charles B. Watson
Vice-President.
(SEAL)
(Signed) W. B. M. Hingeley
Assistant Secretary.
STATE OF MARYLAND.
ss:
BALTIMORE CITY,
•
On this 25t h day of June ,A. D. 198 2 ,before me personally came
Charles B.- Watson - ,Vice-President-of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and W. B. M. Hingeley ,Assistant Secretary of said Company,with both of
whom I am personally acquainted, who being by me severally duly sworn,said that they,the said Charles B. Watson
and W. B. M. Hingeley were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A. D. 19 82
Margaret M. Hurst
(SEAL) (Signed)
Notary Public.
STATE OF MARYLAND Sct.
BALTIMORE CITY,
I, Charles W. Mackey, Jr. , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record,and has a seal,do hereby certify that Margaret M. Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary,and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City,the same being a Court
of Record,this 25th day of June ,A.D. 198 2
Charles W. Mackey, Jr.
(SEAL) (Signed)
Clerk of the Superior Court of Baltimore City.
FS 3 (12.81) °i"
COPY OF RESOLUTION
That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland,and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do,and it hereby does, authorize and empower its President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company,in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed,and
Also,in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada,or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given,tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond,recognizance, obligation, stipulation,or undertaking,or anything in the nature of either of the same.
I, Theodore G. Parks ,an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to
Alvin C. Braun, Jr. , John M. Lundquist, Timothy R. Nickels, Richard A. Stack,
John D. Van Groll, Mary M. VandenBurgt, Vione L. Eberly and Dennis W. Gillespie
of Appleton, Wisconsin , authorizing and empowering them to sign bonds as therein set
forth,which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November,1981,at which meeting a quorum of the Board of Directors was present,and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on August 1, 1984
(Date)
1/4.X.° ssistant Secretary.
PROPOSAL
We , the undersigned , propose to furnish the City of Oshkosh
Fire Department , F.O.B. 101 Court Street , Oshkosh , Wisconsin
54901 , one ( 1 ) modular ambulance (type 1 ) per specifications
or noted exceptions for the following amount :
FORD F-350 $ 48, 795.00
MAKE OF CHASSIS & MODEL NUMBER
Delivery in sixty (60) days after receipt of order .
Terms : % See Below days
Warranty (Chassis & module ) MODULE - 1 YEAR
CHASSIS - FORD STANDARD WARRANTY
MARION BODY WORKS, INC.
Name of Company
AIM BY: ► � t !1.►c.
lame it e o —= -rson a ing
Out Bid Bob Mattes, Sales Specialist
July 26 1984 P. O. Box 500, Marion WI 54950
Date Address of Company
BE SURE AND SENT DESCRIPTIVE LITERATURE WITH BID
Terms include prepayment of the chassis when it arrives at our plant.
Chassis price is $14, 378. 00 leaving a balance of $34,417. 00 which would
be due on acceptance and pick-up at our plant.
Type I Ambulance OSHKOSH FIRE DEPT.
Oshkosh Fire Department
Type I Ambulance
5/21/84
CONSTRUCTION
All body framing, doors, skin, etc. , shall be of all aluminum
construction to enhance vehicle performance and reduce overall
mainteanance. For maximum strength, the body shall be all welded
construction.
CROSSMEMBERS
3" x 2" x . 250" wall thickness, 6063-T6 aluminum extruded rectangular
tubing on 16" centers.
UPRIGHTS
3" x 2" x . 250" wall thickness, 6063-T6 aluminum extruded rectangular
tubing at door openings and between exterior side compartments.
Intermediate uprights of 2" x 1 " x . 125" wall thickness, 6063-T6
aluminum extruded rectangular tubing on 16" centers.
RAFTERS
2" x 1 " x . 125" wall thickness, 6063-T6 aluminum extruded rectangular
section on 16" centers. Roof rafters to have a 1 " rise for good
drainage.
ROOF COVE AND CORNER POSTS
For body strength, the corner posts and roof cove perimeter shall have a
1-3/4" radius of 6063-T6 extruded . 125" aluminum. All corners shall
have a 1-3/4" ball cap type radius at the top corners of the body.
SKIN
Smooth . 125" aluminum, welded to uprights. Body sides to be one-piece
with no splice seams or rivets.
DRIP MOULDINGS
Polished aluminum drip mouldings shall extend continuously from a point
ahead of the hinge on the front compartment door to a point behind the
rear edge of the rear compartment door. The drip moulding shall also
run around the body at the roof edge.
ROOF
Page 1
} ype 1 Ambulance OSHKOSH FIRE DEPT.
1/8" aluminum treadplate, center seam 100% welded; perimeter to be
welded and caulked.
DOOR HOLDERS
All doors to be equipped with spring loaded Cleveland door opening
mechanisms. Spring tension opening and closing, with tension to hold
doors in 'open' position. Only one hand required for operation
Holders are cadmium plated. operation.
COMPARTMENT VENTS
Ventilating louvers shall be provided in each compartment and so located
that water cannot normally enter the compartment through the louvers.
FENDERS
Fenders to be die formed crown radius of . 125" aluminum, no exceptions
The fender shall be mounted flush with the rubrails, thereby affording
^
superior protection from road splash hitting the sides of the body.
This fender shall also extend full depth to the rear springs. The
^
fenders are to be completely welded to the outside body panels and the
rubrails to provide maximum strength. Bolting, riveting, or caulking of
fenders shall not be permitted.
BUMPER STEP
The rear bumper step shall be 8" wide and full width. The outside
corners will have a 3" radii to avoid injuries. A 1 " space shall be
maintained between the body and the step. Step framing shall be 3"
structural steel channel , securely reinforced and bolted to the chassis
frame rails.
Bumper step to be completely independent from the body. The step
framing shall be overlaid with 1/8" aluminum treadplate. An aluminum
grip strut non-skid step shall be flush mounted in the center of the
rear step for safety. The vertical panels between the step and the rear
compartment doors and the rear of the exterior side compartments shall
be 1/8" aluminum treadplate. The center section of the step shall flip
up for ease of loading.
It
ENTRANCE DOORS
At the rear of the body shall be double doors providing access to the
aisle. Doors shall provide opening approximately 50" wide x 64" high.
Doors shall be framed of 2" x 1 " x . 125" extruded aluminum rectangular
section and exterior shall be covered with . 125" smooth aluminum.
Doors to be flush fitting and close on automative type tubular hollow
core weatherstripping. Hinges to be continuous stainless steel , 16 ga.3/16" stainless steel pins. Hinges shall be slotted for easy
^
adjustment. Each door to be equipped with a chrome socket and plunger
unger
Page 2
Type I Ambulance OSHKOSH FIRE DEPT.
hold backs and chrome interior grab handles.
Two aluminum framed, tempered, tinted windows, 18" high x 18" wide and
9" high and 18" wide shall be mounted in each door. A full width, 2"
foam padded, vinyl covered head bumper cushion shall be located just
above the door jamb to protect technician' s head from injury when
exiting body.
The left hand entrance door to be closed via a two-point deadbolt type
latch with interior handle. The right hand entrance door to be closed
via a Eberhart #206 handle type keyed safety latch. Top and bottom
door latches shall close against full width stainless steel sill plates.
The curbside entrance door shall be the same type construction as rear
doors. Door shall be 32" wide and 70" high. An interior step-well of
all aluminum diamond treadplate shall be provided for this opening.
Window in this door to be sliding type with tinted tempered glass.
RUBRAILS
Rubrails shall extend 1-1/2" from body sides, down 2" and then a return
break of 1 " for added strength. Rubrail material to be 3/16" aluminum
treadplate. Compartment floor and rubrail to be integral construction.
This section shall also be bent up 90 degrees at the rear of the
compartment to form a 12" high minimum, scuff plate.
BODY RUBRAIL CORNERS
Front and rear body corners shall have a smooth radius which is hand
fit, heliarc welded and polished to a smooth snag free finish. Corner
castings that have an added-on appearance are not acceptable.
EXTERIOR COMPARTMENTS
All general framing to be . 125" aluminum. Compartments shall be an
integral part of the body construction and shall also be suspended by
the floor crossmembers. The floor crossmembers shall also be attached
to main body uprights located between the compartment openings. These
uprights shall be 3" x 2" x . 250" wall thickness, 6063-T6 aluminum
extruded rectangular tubing.
COMPARTMENT FLOORS
Compartment floors shall be flush 'sweep out' style with no lip. Floor
material to be 1/8" aluminum treadplate. Lower compartment sidewalls to
also be 1/8" aluminum treadplate. Lower compartment floors shall be
provided with two 3/8" diameter drain holes.
DOORS
All equipment compartment doors shall be full box pan construction. The
doors shall be flush mounted so that the door outer surface is in line
with the side body panels. Lap or bevel doors shall not be acceptable.
Page 3
/ ype Ambulance
OSHKOSH FIRE DEPT-
Doors shall consist of a . 125" aluminum outer panel with the perimete r
formed into a ' ' channel section that is 1-3/4" thick A full size
U
inner door pan of 1/8" aluminum treadplate shall be furnished. Door pan
to be held in place by stainless steel grommet screws ' Door ^latching
hardware to be concealed within the door. ^
Doors shall be hung on full length 16 gauge stainless steel hinges with
3/16" stainless pins. All door hinges shall be bolted with stainless
steel fasteners. Hinges shall be slotted for easy adjustment
Weatherstripping shall be provided around complete door frame perimeter.
i t
To be the automotive type tubular hollow core weatherstrippingperzmerer^
latch handle to be the deadbolt Circle ' D' type with bent up e^syuoucess
'D' handle. Latches to be #206 rotary type. Latches to be locking,
keyed alike. ' � g'
Door handle, latches and striker plates shall be secured with threaded
fasteners' Pop rivet type fasteners shall not be acceptable.
STONE SHIELDS
Stone shields shall be located on the front body corner posts. Shields
are to be of . 125" aluminum treadplate construction and ^
wrap around the
corner posts. Shields shall be completely welded to the� main body to
eliminate any cracks for dirt and moisture to collect ' NOTE: Aluminum
treadplate trim shall be secured by welding, buck rivets or ^threaded
fasteners. Pop rivet type fasteners shall not be accep a t bl e.
TOW EYE
Extra heavy rear tow eye shall be furnished, securely attached under
rear step and reinforced to chassis frame.
CAB CONNECTING BELLOWS
A flexible, weathertight bellows of rubberized nylon construction shall
be provided between the cab body and the modular body. Window in the
cab body shall be of the sliding type.
BODYMOUNTS
TZ"
There shall be at least eight (8) high strength 5/8" bolts to attach the
body brackets to the chassis frame, mounted so as to present any
movement of the body. Full length treated oak sills shall be located
between the chassis frame rails and the body.
EXTERIOR COMPARTMENT SIZES
Left Side , front to rear. (Nominal door opening sizes. )
A. 11" wide x 60" high x 13" deep. Brackets for oxygen tank.
B. 40" wide x 38" high x 21 " deep. One ( 1 ) adjustable shelf.
Page 4
type *mbulance OSHKOSH FIRE DEPT.
C. 34" wide x 14-1/2" high x 21 " deep. One ( 1 ) 150 lb. roll-out tray.
Right Side , front to rear. (Nominal door opening sizes. )
D. 23" wide x 55" high x 30" deep. With inside access, three (3)
adjustable shelves.
E. Side entrance door.
F. 34" wide x 22" high x 21 " deep. One ( 1 ) adjustable shelf.
Rear Compartment
Backboard compartment, 13-3/4" wide x 21 " high x 80" deep.
Divider to separate long and short backboards.
All compartment floors except backboard compartment shall have
Matte-Flex type plastic grating.
INTERIOR LINING
The patient compartment ceiling shall be lined with Kemlite. The walls,
squad bench shall be a light colored woodgrain finish.
The lower cabinet work and squad bench to be trimmed in Premier Sundial
Solarian, properly secured without corner seams.
FLOOR
Material shall be Armstrong Premier Sundial Solarian covering laid on a
3/4" marine plywood sub floor. Floor shall be trimmed with heavy duty
extruded aluminum kick plates at the doorways and edgings where needed.
REAR HEATER
To be HaDees, hot water type, 28, 000 BTU, having a capacity to maintain
75 degrees F. interior temperature at 0 degrees outside temperature
while underway. Heater to have twin fans wi�� on/off switch each fan.
All heater water circulating system shall be - sulated copper tubing,
valved for summer or emergency shut-off. Heater to be located at the
rear of the body, close to the floor.
AIR CONDITIONING
Rear air conditioning evaporator to be located at front of body above
the cab to body window. An additional condensor shall also be located
on the exterior front of the body for maximum output. Cab air
conditioning shall be as supplied with the chassis.
MODULAR ROOF VENTILATOR
Page 5
At
lype *mbulance OSHKOSH FIRE DEPT.
One ( 1 ) 250 CFM power exhaust ventilator to be installed and controlled
from modular electric console.
INSULATION
The body sides above the exterior compartments and the roof shall be
insulated with 2" sheet styrofoam insulation to reduce thermal loss.
TECHNICIAN' S SEAT
There shall be a technicians seat facing rear, at the head of the cot.
The seat shall be a Freedman deluxe highback bucket type, mounted on an
adjustable pedestal and equipped with retracting seat belts.
SQUAD BENCH
Squad bench to be 77" long x 22" wide x 20" high, with 3" cushion, one
( 1 ) piece lift-up lid with storage beneath. Lid to have stainless steel
piano hinge running the entire length. Wheel and post cups to be
provided and installed. Provide a 2" thick padded back rest 18" wide
and 77" long. Material be to naugahyde, color to be compatible with
modular interior coloring. Attendant bench with back rest on action
wall side to be made of the same material as squad bench and attendants
seat. Bench to be hinged with piano type stainless steel hinge with
storage below. Storage and necessary hardware shall be provided for one
( 1 ) short back board, behind attendant bench action wall .
INTERIOR CABINETS
Provided as per drawing. Sliding doors in cabinets have felt lined
tracks to stop rattle and sliding on their own.
Door material to be 3/16" amber abrasion resistant "Lucite" .
Drug compartment shall be key locking.
GRAB RAILS Mir
Full length, ceiling mounted, 1-1/4" stainless steel with four (4)
chrome support stanchions. One on each side.
ELECTRICAL - 12 VOLT
WIRING
All of the emergency electrical equipment shall be served by circuits
separate and distinct from the vehicle chassis circuits. Body wiring
shall be thermo plastic harness type, color coded, grease, oil and
moisture resistant, routed in protected locations, neatly and securely
Page 6
Type I Ambulancp OSHKOSH FIRE DEPT.
fastened, and all apertures properly grommeted for passing wiring.
Solderless insulated connectors shall be provided.
The body electrical wiring shall incorporate overload protective devices
of the automatic reset, circuit breaker type. In additiona, one space
for single pole - 15 ampere circuit breaker shall be furnished for
future use. The breakers shall be readily available for inspection and
service.
A cab to body electrical junction box shall be located in the front
exterior body compartment to facilitate easy body remounting. Wiring
shall have numbered rings at the ends.
A complete wiring diagram shall be supplied with unit. A wiring trough
shall be built into the upper body roof rail . Easily removable panels
shall be furnished to gain access to this wiring trough.
CONSOLE PANEL
A control console shall be installed between the bucket seats. This
console will house illuminated rocker switches for emergency lights,
flood lights, rear emergency master switch, siren/horn, Cole Hersee type
switch, goose neck high intensity light with reostat CL-70 Federal or
equal . Compartments open, indicator, scene lights, with two switches,
left and right, intercom, siren, and radio. A second console in the
modular controlling modular lights, heating and centilator.
RUNNING LIGHTS
Body shall be equipped with all lighting and reflectors as required by
Federal Motor Vehicle Safety Standards. Stop-turn-tail lights shall be
Guide 'arrow' type lamps. Clearance lights around the roof perimeter
shall have chrome guards. Two (2) back-up lights and a license plate
lights shall also be provided.
COMPARTMENT LIGHTS
Each exterior compartment shall have one (1 ) automatic dome light. The
light shall be mounted on the compartment door so as to light the entire
compartment. There shall be a compartment door open indicator light on
the control console for compartment doors and entrance doors. Back
board compartment light shall be on the door also.
CAB SPOTS
There shall be left and right Unity Model 225 cab spotlights.
RADIO ANTENNA
Two (2) antennas access parts on modular body shall be provided with
metal conduit wiring duct, to terminate behind storage space below
cab/modular window. Purchaser furnished wiring harness to driver
compartment console and action wall for t
on wa or wo-way communication radios
Page 7
Lype i Ambulance OSHKOSH FIRE DEPT'
shall be installed.
SCENE LIGHTS
There shall be a total of six (6) scene lights, two (2) left and two (2)
right and two (2) rear. Lights to be 7" sealed beam type. Lights to be
controlled at the cab switch console. The right hand and rear ditch
lights to also be activated by entrance doors.
PATIENT COMPARTMENT LIGHTING
Eight (8) ceiling lights 7" with two reostat controls, each reostat to
control 4 lights right side, 4 lights left side, with rocker switch
control in cab and modular console. Ceiling lights to come on when any
access door of modular is opened. Two (2) hi-intensity ceiling lights
over squad bench and cot to be switched from rear modular console or
light to be located under attendant counter work area, switching from
modular console. One ( 1 ) recessed foot light to be installed by
curbside door to come on when door is opened. One ( 1 ) light to be
located above radio storage area.
INTERCOM SYSTEM
Intercom provided between the drivers position and the patient
compartment. The speaker/microphone unit in the patient compartment
shall stand-by in the ' talk' mode. Any necessary talk/listening
switching shall be done by the driver.
SIREN
Siren to be a Federal PA300 with two (2) TS-100 speakers mounted in
light bar. Siren to be complete with MNC microphone and horn/siren
switch.
WARNING LIGHTS
The side, front and rear front corners shall be provided with flashing
red lights, flush style, showing two (2) on the front - facing front;
two (2) on the rear - facing rearward; two (2) on the right side : one
(1) at the front corner and one (1) at the rear corner; two (2) on the
left side - one ( 1 ) at the front corner and one (1 ) at the rear corner.
These lights shall be Federal Model ALS-8 with a J-20 power supply if
available at the time of construction or a Whelen max beam system.
There shall be a Federal #58 electric air horn mounted on the cab roof.
There shall be two (2) Federal 131ST double flash lights installed at
the rear of the body, one each side with a J-20 power supply.
There shall be two (2) Federal GLI-ST lights with a J-20 power supply
installed on the cassis grille.
Page 8
/ ype 1 embulance OSHKOSH FIRE DEPT.
There shall be two (2) Per-Lux fog lights installed at the front of the
chassis below the bumper.
There shall be a Federal Model JS1DR red light bar installed on the
chassis roof .
ALTERNATOR
Provide 165 ampere Leece-Neville alternator with ammeter gauge. A 12
volt electric blowe fan shall be installed to cool the alternator.
Blower to be wired to ignition and to blow when even the switch is
turned on.
BATTERY
Provide second 70 ampere battery and mount under hood. Batteries to be
controlled by M705 selector switch. A-B-Both-Off . Batteries shall be
protected by a battery isolator.
BATTERY CHARGER
A Koehler Model 5660 battery charger shall be installed and wired to the
shore line.
A. C. ELECTRICAL POWER SYSTEM (110 VOLT)
Wiring shall be installed for future installation of a power inverter.
ELECTRICAL 110 VOLT RECEPTACLES
Three (3) 110V duplex receptacles shall be provided.
One (1 ) on action wall shelf, two (2) in storage shelf area (See drawing
for shoreline receptacle placement) . Outlets to be wired to Shoreline
receptacle via power transfer switch located front console. Wiring and
switching for 12V and 110V for future Dynamote inverter shall be
installed.
OXYGEN SYSTEM
The ambulance shall have a hospital type piped oxygen system.
Oxygen compartment to include three (3) restraining devices for
customers "M" cylinder and chained cylinder wrench.
Oxygen system to include one (1 ) regulator preset at 50 PSI , in-wall
piping of type "K" copper tubing with all joints silver soldered, one
( 1 ) duplex outlet station for the primary patient and one (1 ) oxygen
ygen
outlet for the secondary patient. One ( ' ) ' oxygen on
over the cot area. Outlets to be the quick disconnect-�CG -
'. m type.
Cylinder shut-off and pressure gauge to be visible and accessible by way
Page 9
lype I Ambulance
OSHKOSH FIRE DEPT'
of a see-through hinged door from the technician' s seat and f rom
when the cylinder is changed. Two (2) flow meters shall be fioutside
urn shed.
VACUUM
From the engine manifold, steel reservoir chamber under the vehicle with
-r ^` " cuic inch capacity. Tank to be equipped with check valve to
, - ,e0..t loss of vacuum during acceleration. One ( 1 ) flush
wall outlet to be provided next to ^ us mounted NOG
shall be a Rico RS-4 with a read to:ygen outlet on left side. There
ready-to-use kit.
SIGNS
"NO SMOKING" signs conspicuously placed in cab and patient compartment
warning of oxygen use dangers. '
n
STRETCHER, COTS AND LITTERS �
The ambulance shall be provided with the following:
A. One (1 ) Ferno Washington, Model 30, elecating cot
with three inch mattress, three (3) restraint straps
and Model 514 cot mounted IV holder.
LITTER FASTENERS
A. One ( 1 ) Ferno Washington fasteners for Model #30
cot center mounted, to be Model 175-3.
B. Two (2) wheel cups and two (2) post cups on squad
bench for use with Ferno Washington Model 107-B
stretcher.
C. Ferno Washington #557 ceiling hardware with permanent
wall hardware for hanging a patient over the squad bench.
PAINT
All exposed metal surfaces, not chrome plated or polished shall b
thoroughly cleaned and prepared. ' a be
To prevent corrosion and to insure bonding of primer, body shall b
washed under pressure by a phosphatizing system. All irregularities i
primed surfaces shall be sanded down before ^ es n
e ore
coats. All removable items such application of the finished
latches and brackets shall be as compartment doors, shelves, door
e removed and painted separately.
Chassis wheel exteriors to also be painted.
DuPont polyurethane enamel ' Imron' is to be used on the body exterior.
Body and cab undercarriage to be undercoated, by Ziebart.
Page 10
Type I Ambulance
OSHKOSH FIRE DEPT.
To reduce marring and scuffing, the insides of the exterior compartments be painted with an off-white polyurethane textured coating.
s
The vehicle shall be white with one ( 1 ) Omaha orange (formulated without
black) stripe around beltline' ou
LETTERING
FIRE DEPT. 6" gold leaf , with blue shadow both sides module.
CITY OF OSHKOSH PARAMEDICAL UNIT Blue 4", both sides module.
RESUCE AMBULANCE 6" rear of module and 4" mirror immage hood of cab
6" both sides module.
^
EMBLEMS AND MARKINGS
Front Marking: The word "AMBULANCE" in block, blue
letters, not less than four inches
high, shall be in mirror image, cen-
tered above the grille.
Block type blue, "Star of Life" , con-
forming to Figure 4, shall be not less
than three inches, on a four inch white
field, (Size A) located both to the right
and left of the word "AMBULANCE" .
Side and Rear Markings: The word "AMBULANCE" shall be in block,
blue letters on a white field, of not
less than six inches in height, centered,
along side or udner the "Star of Life"
(b) on each side and rear of the
vehicle body.
A block type blue "Star of Life", con-
forming to Figure 4 (Size B) of not
less than twelve inches on a white
field. The "Star of Life" emblems
may be provided on each window glass
of the rear doors, when white field
field space is limited.
Top Markings: Block type blue "Star of Life" , con-
forming to Figure 4, May be without
the white Staff of Aesculapius) , of
not less than sixteen inches, (Size
C) shall be conspicuously centered
between the warning lights on the
roof top.
SPECIFICATIONS
ONE ( 1 ) TRUCK CHASSIS BUILT IN ACCORDANCE WITH KKK-A-1822
ITEM NO. - EQUIPMENT
Specifications : Current year , 8 cylinder , 11 ,000 lbs . GVW
minimum . Curb weight of cab chassis and
modular shall not be more than 90% of total
GVW.
Bidder ' s Proposal : Model F7O D•F'350 Year 14485
Cyl . 8 GVW 11,000
ITEM NO. 2 ENGINE
Specifications : 450 CID Minimum- gas with engine cooling
package .
Bidder' s Proposal : 440 = v8 .sup Qv C COL tw to -Pgr.
ITEM # 3 - WHEELBASE
Specifications : 161 " minimum (84" c/a)
Bidder ' s Proposal : J (Q1 " $ 4 C/A
ITEM NO. 4 SPRINGS
Specifications : Front 2000 lbs . each , rear 4100 lbs each ,
leaf type w/aux
Bidder ' s Proposal : 1000 1 -4. 84 (04 R. •wc• 55011 iIux•
ITEM NO. 5 - WHEELS AND TIRES
Specifications : (7) 8 . 75 X 16 .5 Michelin - Load Range D,
steel belted radial , dual mud and snow on
rear , spare and front Hiway tread .
Bidder ' s Proposal : ,T 2(S1esQi M -� S Tr�aa
7P rnnt MV1/,/ Rear
ITEM NO. 6 - SHOCKS
Specifications : Heavy duty , double acting
Bidder ' s Proposal : Asavhitw pk It/G. Fro. -+ A. c44biLi%ers
ITEM NO. 7 - EXHAUST SYSTEM
Specifications : Full length to modular side
Bidder ' s Proposal : '4b SP�..eF;ecf
Specifications
Truck Chassis
Page 2
ITEM NO. 8 - AXLE
Specifications : Front 4000 lb . capacity w/stabilizer bar ,
Rear 8200 lbs . capacity 4 . 10 : 1 ratio ,
configured with dual wheels , at least 55"
between inside tires .
Bidder ' s Proposal : FrontApo° Rear$2.00 Ratio 1 'iO ; (
Conf igurat on Wipe TrALK �, /.$Le P
ITEM NO. 9 - BRAKES
Specifications : Heavy duty hydraulic boosted power front
discs . Parking brake , cable actuated rear
brakes .
Bidder ' s Proposal : Type-Power Wyo. -Front Disc
ITEM NO. 10 - TRANSMISSION
Specifications : Heavy duty , 3-speed F, 1 Rev . , non-slip
rear-end differential . Transmission oil
cooler
Bidder ' s Proposal : Type rokp C, • to Rear-end Differential VeLT
Transmission cooler Ao,c Type_
ITEM NO. 11 - STEERING
. ,Specifications : Power . ..
Bidder ' s Proposal : 'power. 64etrcwrq X R - 50
ITEM NO. 12 - BATTERIES J
Specifications : (2 ) 80 amp hour minimum, 12 volt , deep
cycle. hype-,: Cole- Herse 705 or equal switch .
Note :" batteries protected by battery isolator
which will maintain equal charge in both bat-
teries . Maintenance free batteries not accept-
able .
Bidder ' s Proposal : A55e,c'-IFi9D
,T
_`ITEM` NO. 13 = BATTERY CHARGER"1`
Specifications : One ( 1 ) #5660 Koehler to be installed behind
driver ' s seat .
Bidder 's Proposal : -`
Specifications
Truck Chassis
Page 3
ITEM NO. 14 - RADIATOR
Specifications : Heavy Duty
Bidder ' s Proposal : Si p ec Co ciA. t q
ITEM NO. 15 - ALTERNATOR •!
Specifications : 165 amp . Leece Neville w/external transis-
torized voltage �'regulator . External cooler
blower to be provided
Bidder ' s Proposal : 145 5pi C ie_D
ITEM NO. 16 - LIGHTS •
Specifications : Standard: ( 2) headlights , (2) taillights
with brake light , back-up lights , license
plate rear light , 4- way hazard, (2) front
mounted Halogen fog lights , Perlux #26 or
equal .
Bidder ' s Proposal. : 4A 6 tc..i Gives
ITEM NO. 17 . - SIGNAL FLASHER
Specifications : Variable Heavy Duty load turn signal flasher
Bidder ' s Proposal : As sp.,e.1tr;e_rar
ITEM NO. 18 - FILTERS
Specifications : a: Oil - Disposable cartridge type
b: Dry type air cleaner
Bidder ' s Proposal : a.A5 Sptc.,F,e b . 4 Spec C,scl
ITEM NO. 19 - GAUGES
Specifications : a: Oil Pressure
b : Ammeter (shunt type for 165 amp alternator)
c : Voltmeter
d: Water Temperature
$idder Is Proposal : . a.1 y )/eS C . )(OS d. Yes
ITEM NO. 20 HEATER
Specifications : Installed deluxe high output fresh air type
Bidder 's Proposal : byfeLubed tb) Lo NA)171iDweis
Specifications
Truck Chassis
Page 4
ITEM NO. - 21 AIR CONDITIONING
Specifications : Standard manual
Bidder ' s Proposal : FOR.D ,&*A4Aa4PD M4g/ nL.
ITEM NO. 22 - HORNS
Specifications : Dual Electric
Bidder ' s Proposal : Dimi_ RLEc fv, —
ITEM NO. 23 - WIPER/WASHERS
Specifications : Two-speed intermitent
Bidder ' s Proposal : Two-.Spew" isJvwtrle
ITEM NO. 24 - THROTTLE
Specifications : Electric Vernier Throttle
Bidder ' s Proposal : VANNe..ift 'i TO -410 MAO 114.-0111AL
ITEM NO. 25 - GAS TANKS
Specifications : Two (2 ) with capacity of approx. 40 gallons-
gas caps to be snap on action type
Bidder ' s Proposal : AS eSpaG.t Fj a .L7
ITEM NO. 26 - TRIM
Specifications : a: Drip rails , sill plates , deluxe interior/
exterior trim
b : dome light w/map lights
c : cigarette lighter
d: chrome front bumper and grill
e : insulation package
f : center mount console to contain .
all switching ,console to accommodate
radio/siren
g: interior to be black in color
h : all windows tinted
Bidder's Proposal : a.)(L•C4bb. ,_t . c .XwG, d.Ji,. e . MAG.
f . Sua. g . „roc,. h. sNG•
ITEM NO. 27- MIRRORS
Specifications : (2 ) low mount chrome 7" x 10" with convex
mirror" in lower .-corner of each mirror
Bidder ' s Proposal : Scsoi u& 001- Pecrr.c*-1-toty Typc. .
Specifications
•
Truck Chassis
Page 5
ITEM NO. 28 - SEATS
Specifications : a . Full depth buckets
b . Arm rest on each cab door , dual
sunvisors . Arm rests and visors to
be padded .
c . Each door shall have storage pockets
Bidder ' s Proposal a. Fo,,,o s,4 r, . b . ri,L•
c .
ITEM NO. 29 - TOW HOOKS
Specifications : To be installed on front frame
Bidder ' s Proposal : Sw+G•
ITEM NO. 30 RUSTPROOF
Specifications : Chassis to be rust proofed
Bidder ' s Proposal : ,Zi ebA
ITEM NO. 31 WARNING DEVICE
Specifications : Federal Model 58 warning device to be mounted
on cab roof and wired to horn button
Bidder ' s Proposal : Fed •E. .123
ITEM NO. 32 : HOOD VENTS
Specifications : Hood vents to be installed per City and
manufacturer location
Bidder ' s Proposal : tOuv ertd ZI. 4/e