HomeMy WebLinkAbout3-D Fire Apparatus, Inc/Fire Turck/Fire Dept AGREEMENT
THIS AGREEMENT made and entered into this 7th day of
September , 1984 by and between 3-D FIRE APPARATUS, INC. , Box 90,
Bonnduel, WI 54107 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 6th day of September, 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) 1250 GPM Fire Truck
for Fire Department
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 $119,300.00, 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: 3-D F. ° APP' •ATUS , IN' .
2C-/Ci A. AFB BY: -- _ �
,- '�
Signature of th:. so e pro-
prietor , or name or co •oration
or rtnership �'
President or P:Vtn: r
Secretary
r ,-- CITY OF/ OS HK O H ,
ii..- IL I a , (-- kt , By:______O --k g
William D. Frueh, City
7 � • \ Majtager /f
t L k_ _/; t�` , And \,j._, +4/ (y Li ,z y
('; Donna C. Serwas,
City Clerk
Approve as to f. and e e ution: I hereby certify that the
necessary provisions have
L __ _(._QA/- N. ') been made to pay the lia-
Warren P. Kraft, bility that will accrue
Asst . City Attorney under this Contract.
.(-)--: ,;; --e--/-' '-f At(--e/;-t.
EDWARD A NOKES ,
City Comptroller
. ¶O4d.
S , t: •
2
.i��l"iii 4�
��� �4�'i �`Pti'% A
,.i{.� '.'d� 4 4.
e. rd' OAS"i'• •J
..t+ 4
., .g, i.:. 'i4� '.Sc�� „ .�' 4,. ... �.. ..r.Ci ,:)+.k•1.' .viii ,.,. '_,_ .S5 �.w y}, 'y.+�.. —i.e'� .:: ,,,.,-;.,,,;.::1 TD ST�AES IFIDIEILIIl t =1„ IAI�A\1 Y COMPANY
(A Stbck,4 m:.ny)
ec`
`' PERFORMANCE BOND
-;;;' Approved by The American Institute of Architects A
A. I.A. Document No.A-311 (February 1970 Edition)
E-, L:::r
4 BOND NUMBER
KNOW ALL MEN BY THESE PRESENTS: ,,
--`1 3-D Fire Apparatus Inc. Route 2, Box 90, Bonduel, WI 54107
That pP s > ,
as Principal,
hereinafter called Contractor, 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 City of
ci
Oshkosh,, 215 Church Avenue, P. O. Box 1130, Oshkosh, WI 54902 -.
E as Obligee, hereinafter called Owner, in the amount of One hundred nineteen thousand three hundred l
' :r.
and no/140------------------------------------------- Dollars ($119.,/30Q-Q0---).. .
E', for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
i -i severally, firmly by these presents.
_,:, WHEREAS., September 7th Contractor has by written agreement dated p x 19 8,4 entered into a contract with Owner for
F:' E:
supplying one (1) 1250 GPM Pumper as per Purchase Order 30617, ',
Er-_,5 '>
tl
in accordance with drawings and specifications prepared by
€-_=-' (Here insert full name, title and address)
, which contract is by reference made a part ''
=4 hereof, and is hereinafter referred to as the Contract.
I'"`i NOW. THEREFORE. THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithful)
p p y faithfully perform '�'
`=: said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. =-i_
`”" The Surety hereby waives notice of any alteration or extension of time made by the Owner. f'`'
.: -I Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations
thereunder, the Surety may promptly remedy the default, or shall promptly
(1) Complete the Contract in accordance with its terms and conditions, or '�
€ ` (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
i4> hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," 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
F_;, Owner to Contractor.
�,,,'!' Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the ;:.)
,;E 4 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.
€ , Signed and sealed this 13th day of September , 19:34 i.;.
6 ;;' 3—D Fire Apparatus Inc.
E In the presence of:
7 . .' lc � f!YJ 4�4J By ���� 'f rk (Seal)
fitness) Principal
+ UNITED STATES FIDELITY AND GUARANTY COMPANY 1 1, ,.,:::
' IeS, tS. By . ... �`' 7ws�u�1t.i (Seal)
Attorney-in-Fact
Contract 2 1 1 (2-70)
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 89166
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
Jeanie Hlinak
of the City of Green Bay , State of Wisconsin
its true and lawful attorney 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 whatsoever the said
Jeanie Hlinak
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 8th day of
December , A. D. 1978
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) g7,,,. D. H. Meehan
Vice-President.
(SEAL)
(Signed) William J. Phelan
Assistant Secretary.
STATE OF MARYLAND, }
BALTIMORE CITY, as'
On this 8th day of December , A. D. 197 8 , before me personally came
D. H. Meehan , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and William J. Phelan , 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 D. H. Meehan
and William J. Phelan 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 }
Set.
BALTIMORE CITY,
William Allen , 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
acknowledgments, 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 8th day of December , A. D. 19 7 8
(SEAL) (Signed)
William Allen
Clerk of the Superior Court of Baltimore City.
FS 3 (6-77)
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
of the Dominion of Canada and in the Colony of Newfoundland.
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 con-
tracts 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 of the
Dominion of Canada or of the Colony of Newfoundland,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 whatsover, 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
Jeanie Hlinak
of Green Bay, Wisconsin authorizing and empowering her 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 11th day of
July, 1910, 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 September 13th, 1984
(Date)
Assistant Secretary.
LIMITED POWER OF ATTORNEY
3 - D FIRE APPARATUS , INC .
Know All Men By These Presents :
That 3 - D Fire Apparatus , Inc . a Wisconsin Corporation , with
✓ egistered office located at R . 2 , Box 90 , Bonduel , Wisconsin ,
54107 , by Dennis F . Zeman , its corporate President , does hereby
make , constitute and appoint ANN GUEX of R . 2 , Box 90 , Bonduel ,
Wisconsin 54107 , its true and lawful attorney for and in its
n ame , place and stead , for the limited purpose as follows :
Said Attorney - in - Fact shall have the power , for
the corporation , 3 - D Fire Apparatus , Inc . , to
sign all bid bonds and performance bonds on bid
and performance bonds and contracts submitted by
the corporation , 3- D Fire Apparatus , Inc . .
Giving and granting unto said attorney , full power and
authority to do and perform all and every act and thing
w hatever required and necessary to be done in and about
the premises , for the above stated purposes .
This will certify that a true and correct signature of
my attorney hereinabove appointed is as follows :
gi'"<"' all- AdA-CALI--)
ANN M . GUEX , Attorney - in - Fact
IN WITNESS WHEREOF ; the Corporation , by its President and
Secretary , have hereunto set their hands and seals , as the
act and deed of the corporation , this .919 ti, day of {titwt_ , 1983_ .
E '`ti., 3 - D Fire A tus , Inc .
ear
,..�.Z," 4 f 6 A W i s c s i n C o p • i • -----)
j .+r Dennis F . Ze an , President
.I.- (i B Y ' . %...�!.�i' - .�1✓1���L-✓L/
a?!/ l''s" .... Priscilla L . Z��an , Secretary
STATE OF : Wisconsin
COUNTY OF : Shawano
Personnally came before me this ` ,,L ,.day of ��r 19ct›,
the above named Dennis Zeman and Priscilla Zeman , to me known
to be the President and Secretary of 3 - 0 Fire Apparatus , Inc .
a Wisconsin Corporation , who executed and acknowledged the
foregoing instrument as the act and deed of said corporation .
.:c i �
Notary Public
M y C o m m i s s i o n E x p i r e s ��4,4s._ 'ZIS\ ; 9 �� .
o:i
p
C
r
;,, ,TY44;pK
UNITED STATES EIDElL ,rt,>' Po:� - L ARANTY COMPANY
N
!A y: l`MA� i
I ' BID BOND
i« 3
= BOND NUMBER 478
`.1 KNOW ALL MEN BY THESE PRESENTS:
3-D FIRE APPARATUS INC.
==a BONDUEL, WISCONSIN
THAT
`' of
`1 , as Principal , and UNITED STATES FIDELITY AND ,.
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto City of Oshkosh, Wisconsin r.
"`" as Obligee, in the full and just sum of Ten Per Cent of Principal's Maximum Bid j
il' 10% ..,.,.,.,.,, Dollars,
`_,:q k'_
Ea.;.: lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns,jointly and severally, firmly by these presents.
-a
WHEREAS, the said Principal is herewith submitting its proposal for: :
_-; 1 — 1250 GPM Pumper, Including Chassis
Ii=
1 :- BID OPENING: August 1, 1984
Ef;;:
„: THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will,within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of -
L). the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between j
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work ''-;
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. '
t-
Signed, sealed and delivered July 24, 1984 3-D FIRE APPARATUS INC.
I
-., (Date) BONDUEL, WISCONSIN
(SEAL) `'
/ 1 ? -1
_ 4 r
.Z../4,---44...s��:% ' t C---4 (SEAL)
Attorney—in—FAct
D STATE FIDELITY AND GUARANTY COMPANY E
Attorney-in-fact
Contract 1 1 (Revised) (1-74)
CERTIFIED COP '
GENERAL POWER OF ATTORNEY .
No. 89698
Know al!Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation .nos: the la,ts of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, cioee hreby constitute and appoint
Timothy J . McKenna
of the City of Green Bay , State of Wisconsin
its true and lawful attorney 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 whatsoever .he said
Timothy J. McKenna
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 22nd day of
June , A. D. 1979
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By. _• James D. Rector
Vice-President.
(SEAL)
(Signed) Theodore G. Parks
Assistant Secretary.
STATE OF MARYLAND, )
1} se:
BALTIMORE CITY,
On this 22nd day of June , A. D. 19 79 before me personally came
James D. Rector , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Theodore G. Parks , 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 James D. Rector
and Theodore G. Parks 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. 82
My commission expires the first day in July, A. D. 19
(SEAL) (Signed) Margaret M. Hurst
Notary Public.
STATE OF MARYLAND 1
/} Set.
BALTIMORE CITY,
I,
William A l l e n , 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
acknowledgments, 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 Beal of the Superior Court of Baltimore City, the same being a Court
of Record,this 22nd day of June , A. D. 1979
(SEAL) (Signed) William Allen
Clerk of the Superior Court of Baltimore City.
FS 3 (6-77) 'u4
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
of the Dominion of Canada and in the Colony of Newfoundland.
There/ore, 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 con-
tracts 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 of the
Dominion of Canada or of the Colony of Newfoundland, 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 whatsover, 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.
James T. Be r e s he im , 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 Timothy J . McKenna
of Green Bay, Wisconsin , authorizing and empowering him 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 11th day of
July, 1910, 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 July 24, 1984
(Date)
SWAC$
Assistant Secretary.
LIMITED POWER OF ATTORNEY
3-D FIRE APPARATUS , INC .
Know All Men By These jresents :
That 3-D Fire Apparatus , Inc . a Wisconsin Corporation , with
registered office located at R . 2 , Box 90 , Bonduel , Wisconsin ,
54107 , by Dennis F . Zeman , its corporate President , does hereby
make , constitute and appoint ANN GUEX of R . 2 , Box 90 , Bonduel ,
Wisconsin 54107 , its true and lawful attorney for and in its
name , place and stead , for the limited purpose as follows :
Said Attorney - in --Fact shall have the power , for
the corporation , 3-D Fire Apparatus , Inc . , to
sign all bid bonds and performance bonds on bid
and performance bonds and contracts submitted by
the corporation , 3-D Fire Apparatus , Inc . .
Giving and granting unto said attorney , full power and
authority to do and perform all and every act and thing
whatever required and necessary to be done in and about
the premises , for the above stated purposes .
This will certify that a true and correct signature of
my attorney hereinabove appointed is as follows :
Se---"-ibl- /5-4-1-e--41....
ANN M . GUEX , Attorney - in -Fact
IN WITNESS WHEREOF ; the Corporation , by its President and
Secretary , have hereunto set their hands and seals , as the
act and deed of the corporation , this A 9 Ss day of r__ _ , 1983_.
i 3-D Fire A • • . - • tus , Inc .
/ ,/ A Wisc . sin Co p . is �7
r:` �� :,.
r
s "s, f Dennis F . Z - ' resident 0 r s B Y 0
: ' ��' l'',t �' Priscilla L . Z an , Secretary
STATE OF : Wisconsin
COUNTY OF : Shawano
Personnally came before me this `��y ,day of ,,,,.. 19c�
the above named Dennis Zeman and Priscilla Zeman , to me known
to be the President and Secretary of 3 - D Fire Apparatus , Inc .
a Wisconsin Corporation , who executed and acknowledged the
foregoing instrument as the act and deed of said corporation .
Notary Public
My Commission Expires �� ¢._f■S\ 9 ZI"\ •
U)
ra
cd 0 a) o 0 0 >•
.g g O 'd 0 a) c a) I. 4) I.■
V) a• • cd •v 3 v, 0 Q) a) a) .
cn cd a) s- S. qD cd 0 >,C) g (J) g > E
U a) vO +-) co) I. b cd O •f•I U) v cd 0 •r1 RI
P4 E CD a) b O ..g >- .0 '-4 Cl)
LT-1 -I-)� cd 0 -,..g -
-+-) cd b U a)
H a) v) U r• +-) M) 0 Lr) O u1 •r-1 b b I. a) b
Z t ) •H N)\ NM %O 3 cd g Z
g r- 3 bs a
r-bs bs
U)
>+ v) V)
C)4 >> 4-) >.
W cd a) G I•. cd a)
> b E 0 cd '0 0 E
I--f cd E a) a cd
- O v) >' O d v)
W .D t� '--
(a M N
H
z
W H o CD CD
0 CD O O
H oz •
C4 x I-I o O L)
d H I ix) M N
R. I--I W I a) �O vD
Q d I Lr) r
0 (24 rr) M M
W I-I H ...
I24 as
G14--1
.,:d.
C/) C ¢ 0 0 0 CD CD 0 �
o
as Ia a CD CD 0 O CD O
= I . H O O CD M CD O
Cn co PO NI CD M vD In M
O . x
I H H E dt M a) rn o)
En W H re) M r) N N
U O Z 3 r• .- l-.• r- .- .--•
= C.,
a
H < O O CD
* O O O
W Q Z •
a W 1-1 • • 1..r)
I.._, Z I in O N
GI. W W I VD O
a cn ra
m O Cn d I NI N N
a ELI C4
C.7 V) .a H I•.
ca a)
CD I . a
Ir) w E
N O CD O g
O O O a
r, I--I I 0 CD Lc) a)
r- CO t) M N U
I a) 'O CO
.. .. ., cd
W u) S.
Z M rn M LI.
0 .--• <-- cd
a
U g
g cd
H U
a) •.-I
U) .--I L.
• a) rI U a)
+-) N •H g E
al a) > I--I d
cd u) O >+ al N to t- M)
a) a •H I. 0 cD g CD cn
C) • N a I--I 4-) cd (24 O +-) •— a)
g 4 O d •3 al M cd d-
cd Cn cT •• 4-) S. I - S. to ••
I-. •d• 'U a) Cn ' 0 (1) cd b
MI :~ '- •H S.-1 a) a a I-+ •rI
cd •H MI •H •g r-I $-. .0 0 a S=U .....
a cd >. w +.+,--1 0 E '•-1 d
Z a) N •r-1 U g ^ a) g
g +- a) .— > ,—I CD a) r+ +.) I--I
cd • ^ cd > g >~ 0 I. a) cd I
U C!) cd A cd • O a) U ^ •HO g g a)
•H I. I•. I.■ W 4.) .4 t~ L). Q) Iii I.. b
S. r- •H a) 00 g 0.CD •r1 g a) cd
a) u) E -) cd Cr) .H +-) CD r+ a) X f~ 4) I.
E 0 ∎—( .I a) or+ gO E I 0 0 r1 H
dr- W < Cnr O cnt- < re) WCr4d c
PROPOSAL
ONE ( 1 ) FIRE PUMPER CHASSIS , BODY AND PUMP
FOR CITY OF OSHKOSH FIRE DEPARTMENT
We , the undersigned , propose to furnish the Fire Department
of the City of Oshkosh , Wisconsin , F.O.B . Central Fire Station ,
101 Court Street , Oshkosh , Wisconsin , one ( 1 ) 1250 GPM pumper ,
body and chassis , all in accordance with the specifications or
noted exceptions , for the following amount :
3—D COMPETITOR. V $ 131,625.00
MAKE AND MODEL BID
Less Trade-in : One ( 1 ) 1953 American
La France 1000 GPM Pumper $ 2,125.00
NET BID WITH TRADE $ 129,500.00
Net Bid Without Trade $ 131,625.00
Location of factory where apparatus
is to be built BONDUEL, WISCONSIN
Delivery will be in 2 %0 days after receipt of order .
Terms : NET days
Payment due 1st pay thursday after delivery
WARRANTY Enclosed
AUTHORIZED REP:
Rennert ' s Fire Equipment Service 3—D Fire Apparatus , Ins:.
Oshkosh, Wisconsin 54901 NAME OF COMPANY
800-242-8234 / '
• • ' • l •EMITTING
BID Dennis F. Zrp,an
SUBMITTED BY: President
Bonduel, Wisconsin 54107
ADDRESS OF COMPANY
July 24, 1984 1984 715-758-2157
DATE TELEPHONE
TANKERS n HEAVY DUTY RESCUE
PUMPERS 4€111;) MINI-MAXI ATTACK
MTU
: r
BOX 90 • R #2 • BONDUEL, WISCONSIN 54107 • PHONE: 715-758-2157
"CITY OF OSHKOSH"
"CLARIFICATIONS"
1. We are proposing a Duplex Model 350 chassis with a stainless
steel cab. This cab is stainless steel from ROOF line down.
2. If the City of Oshkosh elects to change the cab, body and booster
tank to cold rolled steel (Cab and body would be galvaneal) you
may deduct $10,200.00 from our bid.
3. The staninless steel booster tank will have a 5 year warranty
against rust through.
4. If you use a steel tank with anodes we will give you a 10 year
warranty, (Copy of warranty attached)
5. If the City of Oshkosh will pay for the chassis upon receipt by
3-D Fire Apparatus they may deduct $4, 000. 00 from our bid price.
6. We have included 2001 of 1" booster hose and booster hose nozzle
on the reel. If no hose or nozzle is needed a credit will be issued.
7. We have included a copy of our standard construction specifications
for reference.
8. The pump we propose will be a Hale model QSMF and will have Hale
standard features ,
9. We use all graded stainless steel nuts, bolts and washers in our
construction. We use no "POP" rivets in our construction.
10. We will furnish the same body and equipment on a Hendrickson alu-
minum cab Model 18710A for $129,625.00
A
TANKERS fIRE HEAVY DUTY RESCUE
PUMPERS 4. 3D ■ MINI-MAXI ATTACK
unuAius
•411r •
BOX 90 • R #2 • BONDUEL, WISCONSIN 54107 • PHONE: 715-758-2157
I
WARRANTY
All Apparatus manufactured by 3—D Fire Apparatus , Inc .
is warranted against defects in workmanship or materials
under normal use for one year after the date of delivery .
This warranty does not cover damage to the apparatus
cause by misuse , accidents or alterations to the apparatus .
Any part which is determined to be defective in material
or workmanship and returned to 3—D Fire Apparatus , Inc .
or an authorized service location , as 3—D Fire Apparatus
designates , will be repaired or replaced , at the option
of 3—D Fire Apparatus , Inc .
All components and equipment which 3—D Fire Apparatus , Inc .
purchased from common vendors will be processed through
3—D Fire Apparatus , Inc . , excluding the truck chassis
and fire water pump . These warranty claims will be handled
through the original manufacturer . •
3—D Fire Apparatus , Inc . will make a good faith effort
for prompt correction or other adjustment with respect
to any apparatus which proves to be defective within
the warranty period .
All agreements are contingent upon delays resulting
from strikes , accidents , fires , commandeering of plant
or other demand; of the United - States Government , delays
in transportation and all other causes beyond the
control of 3—D Fire Apparatus , Inc . .
. Z*.r.,2 , %%7(17
/ Dennis Zeman /)
President (��
3—D Fire Apparatus , Inc .
(,\.... • .
. '
SPECIFICATIONS
ONE ( 1 ) FIRE PUMPER CHASSIS , BODY , 1250 GPM PUMP
COMPARTMENTS AND EQUIPMENT
The following are minimum specifications . The vendor shall
complete every space in the "Bidder ' s Proposal " space with
"as specified" notation or a description to indicate any
deviation of the item being bid from the specifications . Any
additions , deletions or variations from the specifications
must be noted .
-2 . Wherever brand , manufacturer , or product names are used , they
are included only for the purpose of establishing a descrip-
tion of minimum quality of the item . This inclusion is not to
be construed as advocating or prescribing the use of any parti-
cular brand or item or product . Whenever such names appears ,
approved equals or better will be accepted by the Oshkosh Fire
Department .
3 . DELIVERY
Specifications : Upon completion , the apparatus herein described
will be delivered under it ' s own power , F. O.B . Oshkosh , Wisconsin .
A factory- trained delivery technician will be provided to the
purchaser for a period not to exceed three (3 ) days , during which
time the technician will train the purchaser in •the operation and
maintenance of the apparatus . The purchaser will also be provided
with two (2 ) complete sets of "Operation Maintenance and Parts "
manuals pertaining to the apparatus .
BIDDER ' S PROPOSAL : WE WILL COMPLY
4 . WARRANTY: One ( 1 ) year warranty on parts and labor .
BIDDER' S PROPOSAL WE WILL COMPLY
5 . INSPECTION:
Specifications : One ( 1 ) plant visitation by City of Oshkosh Fire
Department Personnel . Two (2 ) personnel .
BIDDER'S PROPOSAL: WE WILL COMPLY
6. CAB:
Specifications : Custom closed cab , 2-door , fabricated of 304
stainless steel from the belt moulding down .
Seating forward- Driver , with bucket seat adjustable .
Rider , center jump seat
Officer , with bucket
Rearward-Two (2 ) jump seats , (canopy section )
One ( 1 ) each side of engine hood .
Specifications
Fire Pumper Chassis
Page 2
Windshield- Tinted safety plate glass , curved two-piece .
Flooring- Aluminum thread plate
Canopy roof with engine removal latch .
Sliding glass partition between cab and canopy .
BIDDER' S PROPOSAL CAB WILL BE STAINLESS STEEL FROM TOP DOWN.
DRIVERS SEAT WILL BE BOSTROM VIKING T—BAR AND PASSENGERS SEATS WILL
BE TWO (2) BOSTROM COMPANION SEATS.
7 . SEAT BELTS :
Specifications : Five (5 ) black vinyl safety non-retracting .
BIDDER ' S PROPOSAL: WE WILL COMPLY
8 . MIRRORS :
Specifications : Dual stainless low profile style mirrors .
BIDDER ' S PROPOSAL: BIDDER WILL COMPLY
9 . WINDSHIELD WIPERS AND WASHER:
Specifications : Four (4 ) blade , electric operated.
Variable speed controls
Windshield washer electric type .
BIDDER' S PROPOSAL: WE WILL FURNISH 2 BLADE WIPERS & COMPLY WITH BALL
10 . CAB HEADLINER (DRIVER ' S SECTION)
Specifications : i" thick black , embossed Ensolite .
. BIDDER' S PROPOSAL PERFORATED ACOUSTICAL VINYL IN TWO REMOVABLE SECTIC
11 . CAB DASH INSTRUMENTS- to be properly labeled .
Removable dash panel
Ignition control with light above same .
Voltmeter .
Headlight .
Compartment door open indicator light .
Tachometer with hourmeter .
OK to pump light .
Water temperature gauge , warning light and buzzer .
Specifications
Fire Pumper Chassis
Page 3
Heater switch .
Speedometer with road miles odometer .
Parking brake "ON" indicator light
Air parking brake control .
Fuel gauge .
Air brake gauge .
Low air warning light .
Parking brake "ON" indicator light .
Air cleaner condition indicator .
Air cleaner condition indicator .
BIDDER ' S PROPOSAL : DASH LAID OUT PER DUPLEX BULLETIN # SB-4
12 . DOME LIGHT
Specifications : Dome light with switch from cab or canopy .
BIDDER' S PROPOSAL : WE WILL FURNISH 2 in cab & 2 in canopy
13 . BACK UP ALARM
Specifications : One ( 1 ) Federal #250 back up alarm mounted and
engerized by the back up light circuit .
BIDDER' S PROPOSAL WE WILL COMPLY
14 . FRONT BUMPER , BUMPER EXTENSION
Specifications : Stainless steel clad , aluminum , polished
Aluminum tread plate boxed ends .
Extended 91/2" to form deck
Aluminum tread plate gravel shield front
of cab , above bumper deck .
BIDDER' S PROPOSAL: WE ILL FURNISH 10" ALL STAINLESS & EXTEND 12"
15 . FRAME
Specifications : Straight channel type heat treated alloy steel
10" deep with 3" flanges
110 ,000 PSI yield strength
16 .08 Section Modulus
1 , 700 ,000 Resistive Bending Moment ( RBM)
Steel Crossmembers
Unit to have minimum 160" wheel base
BIDDER' S PROPOSAL : 10 1/8 X 32" frame, 110,000 psi yield strengh,
17.42 sec. modulus wiht R. B. M. 1,916,200. Unit will have a min.
of 160" wheel base.
Specifications
Fire Pumper Chassis
Page 4
16 . FRONT AND REAR TOWEYES
Two ( 2 ) front removable , chrome plated , toweyes .
One ( 1 ) rear removable , painted toweyes .
212" inside eye diameter
90 ,000 lb tensile strength .
Cast steel material .
BIDDER' S PROPOSAL: WE WILL COMPLY
17 . FRONT AXLE
Specifications : Rockwell FF-942
Drop forged steel I-beam
13 , 500 lb capacity
BIDDER ' S PROPOSAL: WE WILL COMPLY
18. FRONT SPRINGS .
Specifications : Designed to meet the load.
BIDDER' S PROPOSAL : 12 leaf, 41* x 3", 14,000 capacity
19. FRONT SHOCK ABSORBERS
Specifications : Direct double acting aircraft type .
BIDDER ' S PROPOSAL: WE WILL COMPLY
20 . WEDGE BRAKES
. Specifications : Rockwell wedge brakes on front axle
Full air operated rear brakes as well
BIDDER ' S PROPOSAL: "S" CAM 16i" x 5 "
21 , STEERING
Specifications : Ross HF-64
Integral hydraulic power
20" diameter steering wheel
Vickers power steering pump
12 ,000 lb . to 14 ,600 lb axle capacity
BIDDER' S PROPOSAL : SHEPPARD 492
Specifications
Fire Pumper Chassis
Page 5
22 . REAR AXLE
Specifications :
Rockwell R-170
Hypoid gear , single reduction
24 ,000 lb . capacity
Magnetic oil drain plug .
BIDDER' S PROPOSAL: WE WILL COMPLY
23 , PARKING AND EMERGENCY BRAKE
Specifications :
Spring set on rear wheel - Control valve located on cab dash
BIDDER' S PROPOSAL : WE WILL COMPLY _
24 . DRIVE SHAFTS :
Specifications : Dana (Spicer ) Series 1710 with needle bearings
BIDDER ' S PROPOSAL : WE WILL COMPLY
25 . AUTOMATIC TRANSMISSION
Specifications :
Allison HT 740D 4 speed automatic
Four (4 ) speeds forward and one ( 1 ) speed reverse
Transmission to have lock-up in 4th gear for pump operation
BIDDER' S PROPOSAL : WE WILL COMPLY
26 . FRONT TIRES :
Specifications : Two (2 ) Goodyear 10 .000R20-14 PR, tube type
Unisteel II
20 x 7 . 5 rim size
BIDDER' S PROPOSAL : WE WILL COMPLY
27 . REAR TIRES
Specifications : Four (4 ) Goodyear 10 .00R20-14PR tube type
Unisteel II TD
20 x 7 . 5 rim size .
BIDDER' S PROPOSAL: WE WILL COMPLY
28 . DISC WHEELS
Specifications : 10- hole disc wheels , Budd type , in size to meet GVWR
BIDDER ' S PROPOSAL : WE WILL COMPLY —(20 x 7.5 rim size)
Specifications
Fire Pumper Chassis
Page 6
29 . ENGINE
Specifications :
Detroit Diesel 8V-71N engine
8 cylinders Vee
316 gross horsepower
818 ft ./lb . gross torque at 1400 RPM
12 volt starter
Six (6 ) bladed fan.
Dry type air cleaner
Shutter less cooling system
Manual fuel shutdown
Aluminized muffler
BIDDER' S PROPOSAL: WE WILL COMPLY
30. ENGINE COOLING SYSTEM
Specifications :
Tube and fin , air-to-water , pressure type .
Radiator size attached to engine BTU heat rejection requirements .
BIDDER ' S PROPOSAL : WE WILL COMPLY
31 . FUEL TANK
Specifications :
50 gallon , 12 gage hot-rolled steel material .
Mounted at rear of frame .
Fuel filler at left side rear of body .
BIDDER ' S PROPOSAL: WE WILL COMPLY
32. ALTERNATOR
Specifications :
Delco 145- amp alternator
BIDDER' S PROPOSAL: WE WILL COMPLY (Delco 1117148-4OSI)
33. BATTERY SYSTEM , •
Specifications :
Dual 12 volt , 225 ampere hour rating
Group 8D
Cole Herse M-705 selector switch mounted to left rear of
driver when in seat .
Batteries mounted one ( 1 ) each side at canopy entrance
Compartment constructed from 3/16 bright aluminum diamondette .
Bi-fold , hinged front sheet and lid .
BIDDER' S PROPOSAL: M-705 switch will be mounted to right rear of
roFka w•i car. 1n1F 1,JTT.T, (!(11mT.V
Specifications
Fire Pumper Chassis
Page 7
34 . BATTERY CHARGING PLUGS
Specifications :
Provide two ( 2 ) matching female charging plugs for the stan-
dard battery , charging receptacles .
BIDDER ' S PROPOSAL: WE WILL COMPLY
35. AIR COMPRESSOR
Specifications :
Bendix "Tu-Flow" 12 .0 CFM
Lubricated by engine oil
Low Air pressure warning buzzer
BIDDER' S PROPOSAL : Midland Ross Model EL 1600— 16.1 CFM
36. AUTOMATIC MOISTURE EJECTOR
Specifications :
Automatic heated moisture ejector .
BIDDER' S PROPOSAL: WE WILL COMPLY
37. PARTS LIST
Specifications :
Two ( 2 ) run sheets of complete unit as constructed
BIDDER' S PROPOSAL: WE WILL COMPLY
38. WATER PUMP AND PRIMER- 1250 G.P.M.
Specifications :
Fire pump 1250 G.P .M.
Single stage pump operation
Nickle alloy cast iron pump body
Adjustable packing assembly
Stainless steel pump shaft
Ball bearing at front and ball bearing at rear .
Midship mounted
Controlled from left hand side
BIDDER' S PROPOSAL: Out board bearing is HALE "AUTO*LUBE" not ball. V
OTHERWISE WE WILL COMPLY
PUMP WILL BE A HALE MODEL QSMF SINGLE STAGE PUMP
•
Specifications
Fire Pumper Chassis
Page 8
39 . PUMP TRANSMISSION
Specification :
One-piece nickle alloy cast iron material
Three (3) 2" wide spur gears
Stainless steel shafts
Shafts supported by ball bearings
Apparatus drive shafts attached to pump transmission
Oil cooler in bottom of transmission
BIDDER ' S PROPOSAL : CASE WILL BE TWO PIECE FOR EASY REMOVAL AND NO
OIL COOLER IS NEEDED ON HALE PUMP TRANSMISSION. _
40 , PRIMER
Specification :
12 volt rotary vane type automatically lubricated quart oil
reservoir .
Single control valve mounted on left hand pump panel .
BIDDER' S PROPOSAL: WE WILL COMPLY
41 . PUMP INLET - AUXILIARY
Specifications :
Two (2 ) on left side pump panel and (2 ) on right side pump panel .
21" galvanized schedule 40 pipe
Rubber escutcheon
Remote controlled push/pull locking handle
3/4" stainless steel remote control rod
21/2" valve
21/2" NST female swivel valve end with 21" NST male cap .
3/4" bleeder valve
Male cap chained to pump panel .
BIDDER' S PROPOSAL : WE WILL PROVIDE STAINLESS STEEL ESCUTCHEONS NOT
RUBBF : — REMOTE CONTROL RODS WILL BE 1/2" AND VALVES WILL BE SELF
- -�• . ..• - _. •. -= -- ...- -. _. • . - . 3/
42 . PUMP INLETS - MAIN
Specifications :
6 " NST, one ( 1 ) each side of vehicle with 6" NST caps .
BIDDER' S PROPOSAL: WE WILL COMPLY
43 . INLET RELIEF VALVE
Specifications :
Kunkle relief valve on pump suction .
BIDDER' S PROPOSAL WE WILL FURNISH A ROSS RFILT1F VALVE
Specifications
Fire Pumper Chassis
Page 9
44 . PUMP OUTLETS
Specifications :
Five (5 ) 21/2" outlets
Two (2 ) outlets on left hand pump panel
Three (3 ) outlets on right hand pump panel
21" galvanized schedule 40 pipe
Rubber escutcheon
Remote controlled push/pull locking handles
3/4 " stainless steel remote control rods
21/2" valves
21/2" male NST valve ends with 21/2" NST female caps
3/4" drain valves
Caps chained to pump panel
BIDDER' S PROPOSAL : WE WILL PROVIDE STAINLESS STEEL ESCUTCHEONS NOT
RUBBER. REMOTE CONTROL RODS ARE 1/2" where they come through panel
guidon and remainder arc 3/4".
45 . SIDE OUTLETS CONTROLS
Specifications :
The "Offside Outlets" (opposite pump panel ) are to be both
direct and remote controlled .
BIDDER' S PROPOSAL : WE WILL COMPLY
46 . CROSSLAY
Specifications :
Dual 11/2" cros.slay preconnects with swivel in partitioned
transverse hose bed .
47 . OUTLET , 21/2" IN HOSE BODY
Specifications :
One ( 1 ) 2=" outlet in front of the hose body for a preconnect ,
complete with line pressure gauge and remote control on the
pump panel .
BIDDER' S PROPOSAL: WE WILL COMPLY
48. BALL VALVES , MAIN PUMP
Specifications :
All inlet and outlet 4 turn ball valves are to be Akron ball
valves
BIDDER' S PROPOSAL: WE WILL COMPLY
Specifications
Fire Pumper Chassis
Page 10
49. TANK FILL LINE
Specifications :
111" piping , 11/2" valve
Control on pump panel
BIDDER' S PROPOSAL: WE WILL COMPLY
50. RELIEF VALVE
Specifications :
Relief valve including indicator lights , in line strainer to
be accessible from pump panel .
Relief valve to have positive manual shutoff on pump .
Panel "to be same as pump mounts"
BIDDER' S PROPOSAL : WE WILL COMPLY
51 . SUPPLEMENTAL ENGINE COOLER
Specifications :
Closed circuit type . Located in engine enclosure . Stainless
steel outer shell with copper cooling coil .
Control valve on operators panel .
BIDDER' S PROPOSAL : WE WILL COMPLY
52 . PUMP SHIFT
Specifications :
Air-powered road/pump shift
BIDDER' S PROPOSAL: WE WILL COMPLY
•
53 . GAGE AND CONTROL PANEL
Specifications :
Left hand side , above pump connections
With engine tachometer ,
engine oil and temperature gages
hose reel rewind switch , and lighted pump panel .
BIDDER' S PROPOSAL : WE WILL COMPLY
Specifications
Fire Pumper Chassis
Page 11
54 . MC WATER LEVEL GAGE
Specifications :
M-C 4 - light water level indicator on upper left
hand panel .
BIDDER' PROPOSAL: WE WILL COMPLY
55 . MASTER GAGES
Specifications :
42" diameter , compound , glycerin-filled .
One ( 1 ) for pump output pressure
One ( 1 ) for pump inlet pressure
56 . GAGES
Specifications :
31/2" diameter , glycerin filled , for 1 " or larger outlets .
Black face with white markings .
Mounted on pump panel
BIDDER' S PROPOSAL: WE WILL COMPLY
57 . PUMP OPERATION
Specifications : •
Left hand (driver ' s side )
BIDDER' S PROPOSAL: WE WILL COMPLY
58 . HEAT TRAY
Specifications ;
Heat pan under pump enclosure w/removal center
BIDDER' S PROPOSAL: WE WILL COMPLY
59 . 500 GALLON WATER TANK
Specifications :
500 gallon water tank , with fill tower and right hand sump ,
material : 10 gauge stainless steel .
BIDDER' S PROPOSAL: WE WILL COMPLY
60 . HOSE REEL (BOOSTER SYSTEM)
Specifications :
One ( 1 ) Hannay or equal EF-32-28-29 electric rewind hose reel .
(Capacity for 250 ' of 1 " hose )
Piping- 1 " control on operator ' s panel .
BIDDER' S PROPOSAL: WE WILL COMPLY
Specifications
Fire Pumper Chassis
Page 12
61 . HARD SUCTION HOSE
Specifications :
Two 10 ' lengths of 6" fire department suction hose , first
quality non collapsible , smooth bore rubber , Cordflex or.
equal . Hard suction hose is to be equipped with polished
extruded aluminum chrome plated coupling , long handled
female and pin lug male . One suction hose strainer , Akron
style 340 and 25 ' 1" nylon rope to be included .
One 16 ft length of 411" suction hose , double jacket 100%
polyester , 400 lb test polyurethane lined with 1 -5" 1 -6 "
NST long handled polished extruded aluminum chrome plated
couplings
BIDDER' S PROPOSAL: WE WILL COMPLY
62 . BODY COMPARTMENTS
Specifications :
1 . As many and as large compartments (as close as possible
to enclosed drawing ) are to be furnished as space per-
mits . Bidder shall state the size of compartments ,
layout drawing , number location of all compartments
with his bid .
2 . Compartments shall have removable plastic grating
3 . Automatic lights shall be furnished in all compartments .
BIDDER' S PROPOSAL : SAME BODY AS THE LAST UNIT FURNISHED BY 3''-D FIRE
APPARATUS
63 . STAINLESS STEEL BODY AND PUMP PANELS
Specifications :
Body with compartments to be constructed of stain-
less steel (including pump panels )-
BIDDER' S PROPOSAL: BIDDER WILL COMPLY
64 . HOSE BED PARTITION
Specifications :
One ( 1 ) steel , located 14" from left hand body side panel .
Beds to hold not less than 1500 ' of 22" double jacket
firehose . Pre-connect 21/2" to hold not less than 200 ' of
21" double jacket fire hose .
Hose beds to have removable hardwood slat style self vent-
ialated bottoms .(See drawing)
BIDDER' S PROPOSAL : BIDDER WILL COMPLY
Specifications
Fire Pumper Chassis
Page 13
65. PUMP ENCLOSURE
Specifications :
Pump access doors , one ( 1 ) each side on front of pump en-
closure .
Removable pump panel each side .
Black vinyl drain panel each side .
Black vinyl control panel , operator ' s side .
BIDDER ' S PROPOSAL : WE WILL COMPLY
66. LEFT HAND PUMP PANEL
Specifications :
Three (3 ) left hand pump panels to be brushed stainless steel .
BIDDER' S PROPOSAL: WILL COMPLY
67. RIGHT HAND PUMP PANEL
Specifications :
Two ( 2 ) right hand pump panels to be brushed stainless steel .
BIDDER' S PROPOSAL : WE WILL COMPLY
68. PUMP OPERATION
Specifications :
Left hand (driver ' s side )
BIDDER' S PROPOSAL: WE WILL COMPLY
69. HOSE BED COVER
Specifications :
Flexible Herculite or equal hose bed cover with unweighted
rear flap with velcro tape or snap hold down system .
BIDDER' S PROPOSAL : WE WILL COMPLY
70. CROSSLAY COVER
Specifications :
Flexible Herculite or equal crosslay cover with end flaps
with velcro tape or snap hold down system .
BIDDER' S PROPOSAL: WE WILL COMPLY
Specifications
Fire Pumper Chassis
Page 14
71 . COMPARTMENT DOOR HINGES
Specifications :
Full length , stainless steel ; piano style . 3/16" dia-
meter stainless steel center pin .
BIDDER' S PROPOSAL: WE WILL COMPLY
. COMPARTMENT DOOR LATCHES
Specifications :
All standard paddle latches.
BIDDER' S PROPOSAL : WE WILL COMPLY
73 . RUNNING BOARDS
Specifications :
Each side , at pump enclosure
3/16" aluminum tread plate
An angle of departure of at least 8 ° must be maintained
at rear of truck when fully loaded .
BIDDER' S PROPOSAL: WE WILL COMPLY
74 . REAR STEP
Specifications :
20" deep , 3/16 " aluminum tread plate .
BIDDER' S PROPOSAL : WE WILL COMPLY
75 . REAR BODY HAND RAILS
Specifications :
Two (2 ) long vertical at rear
One ( 1 ) long horizontal at rear
BIDDER' S PROPOSAL : WE WILL COMPLY
76 . BODY FRONT SCUFF PANELS
Specifications :
Aluminum tread plate front face of side compartments
BIDDER' S PROPOSAL : WE WILL COMPLY
77 . PAINT AND FINISH .
Specifications :
Chassis and Pump , Cab and Canopy Interior- Dupont Enamel
93-660H
Corrosion Resistant Treatment
Exterior- DuPont Enamel 93-66OH
Specifications
Fire Pumper Chassis
Page 15
BIDDER' S PROPOSAL : WE WILL COMPLY
78. LETTERING
Specifications :
4" gold leaf letter , light blue shadow "Oshkosh"
, Cab doors , 4" gold leaf Blue shadow No . both cab doors ,
under "Oshkosh"
BIDDER' S PROPOSAL : BIDDER WILL COMPLY
79. STRIPING
Specifications :
Swirled gold leaf striping
BIDDER' S PROPOSAL : WE WILL COMPLY
80. SIREN
Specifications :
Federal PA300 electronic siren .
BIDDER' S PROPOSAL : WE WILL COMPLY
81 . WARNING LIGHT
Specifications :
Federal jet sonic warning light with strobe option and a
100 watt speaker Cab roof .
BIDDER' S PROPOSAL : WE WILL COMPLY
82. LIGHTS
Specifications :
Four (4 ) Able II "Show Me" 327-12 lights with 15 ft coiled cord .
BIDDERS PROPOSAL: WE WILL COMPLY
83. HOSE PICK UP LIGHTS
Specifications :
Two ( 2 ) 6" rear hose pick up lights with control switch in
cab switch console .
BIDDER' S PROPOSAL: WE WILL COMPLY -
84. HORN
Specifications :
One ( 1 ) Federal #58 Traffic blaster horn installed
BIDDER' S PROPOSAL : WE WILL COMPLY
Specifications
Fire Pumper Chassis
Page 16
85 _ LIGHTS REAR WARNING
Specifications :
Two (2 ) Federal 131ST single flash Starfire strobe lights ,
12 volt red . Mounted at the rear body stanchions .
BIDDER' S PROPOSAL: WE WILL COMPLY
86 . LIGHT WARNING
Specifications :
Federal Crossfire light . Recessed cab front clear lens .
BIDDER' S PROPOSAL : WE WILL COMPLY
87 . SWITCH CONSOLE
Specifications :
On cab dash
Rocker-switches for control of warning devices .
BIDDER' S PROPOSAL : WE WILL COMPLY
88 . PORTABLE FIRE EXTINGUISHERS- WITH CLAMP TYPE MOUNTING BRACKETS
Specifications :
One ( 1 ) 17 lb Halon
One ( 1 ) CO 2 20 lb General
One ( 1 ) 212 gallon pressurized water
One ( 1 ) 20 lb ABC cartridge type
BIDDER' S PROPOSAL : WE WILL COMPLY
89 . LADDERS
Specifications :
One ( 1 ) 24 ft Duo-Safety aluminum extension ladder series 900-A
2 section
One ( 1 ) Duo-Safety aluminum step ladder no . 5ALC
One ( 1 ) 12 ft roof ladder Duo-Safety #775A
BIDDER ' S PROPOSAL: WE WILL COMPLY
90 . HAND RAILS
Specifications :
Four (4 ) 15" two (2 ) each side at entrances to cab .
BIDDER' S PROPOSAL: WE WILL COMPLY
91 . HAND RAILS
Specifications :
Two (2) 15" long stainless steel handrails .
one ( 1 ) each side on the front corners of the pump enclosure .
BIDDER' S PROPOSAL: WE WTLT. nn LY
Specifications
Fire Pumper Chassis
Page 17 •
92 . EQUIPMENT
Specifications :
One ( 1 ) 3 inlet type Akron #501 with stream shaper to fit
#501 #504 top mount with 1750 Akron nozzle . Cab mounted with
hose compartment of aluminum 4 way plating .(see par . 93 )
Six (6 ) 22 E-Z Lok Holders , Akron style #373
Two (2 ) spanner wrenches , Akron style #448
Two (2 ) Bar-Way coupling wrenches , style #25
Four (4 ) Model 970/7550 Halogen spotlight/AC charger
Four (4 ) fire axes- 2 flathead , 2 pickhead
One ( 1 ) Duo-Safety 6 ' wood pike pole with brackets
One ( 1 ) 12 ' Duo-Safety wood pike pole with brackets
One ( 1 ) Koehler battery conditioner #5660 installed outlet to
be Fire Department located
Six (6 ) Akron style #375 folding step
Four (4 ) grab rails- cab
Two (2 ) handrails at jump seat area
Three (3 ) Zia matic BA holders #U45YNH
One ( 1 ) 6" pin lug wrench
Two (2 ) Hydrant wrenches
Two (2 ) D handled closet hooks fiber glass
One ( 1 ) air compressor 110 volt piped to brake system to keep
minimum air for brake operation . Pressure contolled .
Special wrenches or tools shall be furnished with apparatus
One ( 1 ) qt . of touch-up paint
BIDDER' S PROPOSAL : WE WILL COMPLY
93 . HOSE BOX , CAB MOUNTED
Specifications :
A hose compartment of aluminum threadplate located on top of
the canopy roof hatch . Size to be approximately 8 " high x 34 "
wide x 32" deep .
BIDDER' S PROPOSAL: WE WILL COMPLY