Loading...
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