Loading...
HomeMy WebLinkAboutMarion Body Works, Inc/Ambulance/Fire Dept A G R E E M E N T THIS AGREEMENT made and entered into this „L day of April , 197 9 , by and between MARION BODY WORKS, INC. of Box 26, Marion, WI 54950 , party of the first part, and the CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin, hereinafter referred to as the "City", and party of the second part. WITNESSETH: WHEREAS, the Common Council of the City of Oshkosh by resolution duly adopted on the 19th day of April , 197 9 , accepted the bid of the first party and authorized and directed the proper City officials to enter into an agree- ment with the party of the first part for: MODULAR AMBULANCE FOR OSHKOSH FIRE DEPARTMENT Marion Aid Master $29,966.00 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 without 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 $ 29,966.00 , upon presentation of a proper voucher, and delivery and acceptance by the City in conformity on said specifications and bid. 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 cor- poration of partnership, the signing of this agreement shall constitute a warranty by the person(s) so signing the proper authority so to do. In the presence of: MARION BODY WORKS, INC. Signature of sole proprietor, or name 0 or corporation or partnership- 4-ZJA-)E1-7U- Z9:-.7 74 „6,4......-- 441 Presi nt •i 'artner % qA v1 ' '� �1�'1 �-� Sec etary CITY OF 0 KOSH �t -I-*.g By: ,�4i,2 ? 4'%1-WILLIAM D. RUEH, City Manager CIA 4.1._ ) a ' B zit, f C NVERSE C. MARKS y Clerk I hereby certify that the necessary provisions have been made to pay the A• �roved as to form liability that will accrue under this contract : 4�' W. EN E, City Attorney EDWARD A. NODS, City Comptroller . . '=J CT. H e is e �(D 0 0 H H f �' NC!] F• (-1- a) to N � H. • O c En cF (T 11 m 0 0 O 0 0 H P Hc+ fv rCD V1 131 Olfv N 10 O - cd+ U3 OP. 0 0 LA • fv 10 CD Cfl N t-' u CD "i Cr) N CD � 0• 0 trJ 0 ti 0 e r Pi td tivJ Ft N• `,�N I-I Lb n N 0 0 '10 Cl)HCD N 1-3 03 10 t7d ~ H 0 1-'� -- ` C)a HO• O HO 0 ei d 0 cn r cf CD 11i H r O N Cl) • 0 D Cr) — Li I- M O O cF 0 cf O c-1- H tt O OA) OOA) WP 1 H LL Li cn Q � 0 O trJ Li CD H 0) P. 1- N p H CD m Fi z `� H O O-s O N fv fv N fv DO li 'i Ci 'i Ei Fi O 0 0 0 0 C) 0 0) O ) O) � Cn co NW HI-A H-1 H. CD U] CD U) CD U1 CITY OF OSHKOSH WISCONSIN CITY OF OSHKOSH INVITATION FOR BIDS SPECIFICATIONS AND PROPOSAL FORM FOR ONE (1 ) MODULAR AMBULANCE PURCHASING DIVISION Department of Administration Purchasing Division P.O. Box 1130 Oshkosh, WI 54902 NOTICE TO VENDORS: 1 . We are submitting herewith for your consideration an invitation to bid on: ONE (1 ) MODULE AMBULANCE FOR OSHKOSH FIRE DEPARTMENT 2. Bids must be addressed to Oshkosh Purchasing Division, Department of Admin- istration, City Hall , Oshkosh, Wisconsin. Envelope shall show name of bidder, and must be plainly marked in the lower left hand corner "Bid for Ambulance" 3. Bids must be on file in the office of the Purchasing Agent no later than 10 :30 a.m. , C .S.T. Monday, April 2, 1979 Any bids received after that hour and date will not be opened and will be returned to the bidder unread. 4. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 5. All formal bids submitted shall be binding for thirty-five calendar days following bid opening date, unless the bidder(s) , upon request of the Purchasing Agent, agrees to an extension. 6. Bids will be publicly opened and read at the hour an date above stated. Award, if any, will be made as soon thereafter as practical . 7. A certified check, cashier's check, or bid bond, payable to the City of Oshkosh, Wisconsin, in an amount of five (5%) percent must accompany the bid as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract within ten (10) days after award by the Common Council and receipt of contract form for signature. Return of certified check, cashier' s check, or bid bond will be executed when the contract is signed. 8. The City reserves the right to reject any and all bids and to waive any informalities in bidding. 9. For specifications and further information concerning this invitation to bid, contact Donald LaFontaine, Purchasing Agent, Room 312, City Hall or telephone (414)424-0265. William D. Frueh City Manager PUBLISH: March 22nd, 1979 • GENERAL PROVISIONS 1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh and proposals not submitted on those forms will be considered irregular and will not be read. 2. Unless stated otherwise in the specifications, all equipment or commodities shall be new and the manufacturer's current model , complete with all standard equipment and accessories. 3. Full identification of equipment or commodities quoted upon, including brand, make, model , catalog identification number (if any) , and descriptive literature where possible, must be furnished with the bid as an aid in checking the bid against specifications. If the item bid varies in any way from these specifications, special mention must be made of such points or it will be understood that the bidder proposes to meet .all details of the specifications. 4. Unless stated otherwise in the specifications, all prices shall be F.O.B. Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin Sales taxes deducted. The City of Oshkosh is exempt from these taxes and will furnish proper exemption certificate, if requested by the successful bidder. 5. If a warranty applies, the bidder shall state the conditions of warranty. 6. When requested in the specifications, the bidder must state the nearest location were parts and repair service will be available. 7. Delivery date must be stated in realistic terms to enable the bidder to adhere to them. 8. Indicate your terms of payment. The City of Oshkosh pays invoices on the first and third Thursday of the month. 9. If there are several items in the bid, the City of Oshkosh reserves the right to accept separate items or to award the total bid to one supplier, whichever is in the best interest of the City. If you bid is qualified in this respect, clearly state whether your bid is for "all or none" or to what extent it is qualified. 10. If there is a trade-in, the City of Oshkosh may elect to accept the bid with trade-in or without trade-in, whichever is in the best interest of the City. 11 . Equipment or items must conform to all applicable Federal Occupational Safety and Health Act provisions. 12. If two or more bidders submit identical bids and are equally qualified, the decision of the City to make award to one or more of such bidders shall be final . Selection shall be made by drawing lots. Cash discounts, when 10 days or longer are allowed will be considered. SPECIFICATIONS The following specifications are in accordance with KKK - A - 1822. TRUCK CHASSIS G.V.W. Shall be not less than 10,000 lbs. Curb weight of cab, chassis and modular shall not be more than 80% of total G.V.W. WHEELBASE Shall not be less than 161" (84" c/a) . AXLES Front axle to be 3900 lbs. capacity with stabilizer bar. Rear axle to be 7400 lbs. capacity, 4. 10:1 ratio. Rear axle to be configured with dual wheels, having at least 55" between the inside tires. SPRINGS Front springs to be 1900 lbs. each independent suspension. Rear springs to be 3750 lbs. each leaf type. SHOCK ABSORBERS Shall be heavy-duty type (double acting) . STEERING Shall be power. TIRES & WHEELS Shall be 8.75 x 16.5. Load range D. Steel belted radial . Seven (7) wheels to be furnished. Front wheels and spare-Hiway tread. Four (4) rear wheels, mud and snow type. BRAKES Shall be heavy-duty hydraulic boosted power. Front disc. Parking brake, cable actuated rear brakes. ENGINE Shall be V-8 type with not less than 460 cu. inch displacement. WINDOWS To be no glare, tinted type, rear window to be of the sliding type for access to modular body. • • SPECIFICATIONS (page 2) AIR CLEANER Shall be dry type. OIL FILTER Shall be full flow, disposable type. GAUGES Shall have oil pressure, ammeter, voltmeter and water temperature. ALTERNATOR Shall be 130 amp. Leece Neville. BATTERIES Shall be two (2) 90 amp. hour, 12 volt, heavy-duty selected by sudsbury, or equal , switch. Batteries and alternator will be protected from power surge overload by a battery isolator which will serve to maintain also an equal charge in both batteries. TRANSMISSION AND DIFFERENTIAL Shall be heavy-duty automatic, three (3) speeds forward and one (1) reverse, park position and with extra heavy-duty radiator. Non slip rear end differential . HEATER Shall have factory installed deluxe high output fresh air type. AIR CONDITIONING Factory installed. LIGHTS Shall be manufacturer's standard: two (2) headlights, two (2) tail lights with brake light and back-up lights, turn signals front and rear, license plate rear and emergency flashing light, ICC standard. Two (2) front mounted Halogen fog lights, two (2) 6" spots to be mounted in windshield post driver and passenger side. SIGNAL FLASHER Shall be variable load turn signal flasher. HORNS Shall be dual electric. SPECIFICATIONS (page 3) WIPERS Shall be two-speed intermitent electric with washers. THROTTLE Shall have hand vernier throttle cable. GASOLINE TANKS Shall have two (2) tanks having a total capacity of approximately forty (40) gallons. TRIM Shall have drip rails and sill plates, deluxe interior/exterior trim, dome light w/map lights, cigarette lighter, chrome front bumper, insulation package, center mount console to contain all switching, console to accomadate radio and siren, interior to be tan or brown in color. MIRRORS Shall have right and left outside non-telescopic mirrors. Minimum size to be 7" x 10" with bright metal finish, with convex mirror in lower corner. Mirrors to be of the low mount type. SEATS Shall be full-depth bucket type. , ARM RESTS Each front door to have arm rest. Arm rests, sun-visors are to be padded. Shall have door storage pockets. TOW HOOKS Tow hooks are to be installed on front frame. UNDERCOATING Ziebart. BODY CONSTRUCTION The ambulance body shall be a replaceable lift on lift off type, to be con structed of all aluminum, corrosion resistant alloy. The structual frame shall be of square tubing. Corners to be rounded to eliminate the boxy look. Electrical connectors between the cab and chassis shall be such as to permit quick and easy transfer of the body from one chassis to another. Modular shall be designed to permit easy access to electrical circuit, air conditioning, heater, radio wiring and radio aerial connectors. The body is to be mounted on the chassis using at least 5/8" high strength bolts. The body shall not be welded to the frame at • SPECIFICATIONS (Page 4) any point. Module, cab, chassis to be undercoated. Module shall have rub rail running the entire length of the bottom of each side. Patient compart- ment floor shall not be more than 30" floor to ground level (unloaded vehicle) . ELECTRICAL SYSTEM All wiring shall be installed in a quality workmanship manner. All wiring shall be properly sized depending on the load. No wire shall be smaller than #14 automative-type wire. Where wiring passes through metal a grommet shall used. All wiring shall be numbered, an electrical wiring diagram shall be provided when vehicle is delivered. All circuits shall have circuit breakers suitable to the demand. All switched circuits are to have pilot lighted rocker switches in control consoles. A control console shall be installed within easy reach of the driver, this console will house illuminated rocker switches for emergency lights, flood lights, rear emergency master switch, siren/horn, rear heater, ventilator, air conditioning. Sudsbury-type switch, goose neck high intensity light w/reo- state CL-70 Federal or equal . Compartments open, indicator, scene lights, intercom, siren, and radio. A second console in the modular controlling modu- lar lights, air conditioners, heating and ventilator. All switches to be properly labled. Three (3) 110V shoreline duplex receptacles shall be provided. One (1) on action wall shelf, two (2) in storage shelf area (See drawing for shoreline receptacle placement) . Two (2) duplex 110V outlets for 1000 watt inverter. One (1) by action wall work shelf, one (1) in storage shelf area. Wiring for inverter shall be installed (See attached drawing for location of outlets) . All receptacles to be marked for easy identification (inverter) or (shoreline) . MODULAR STONE GUARDS Aluminum corrosion resistant, aluminum 4 WPLT shall be located on lower outside corners to protect body from stones thrown by tires. MODULAR INSULATION Minimum to be 1" fire retardant polystyrene type. Insulation shall not be of the blown expansion type. MODULAR ROOF VENTILATOR One (1) 250 CFM power exhaust ventilator to be mounted on the roof and con- trolled from modular electric console. SPECIFICATIONS (Page 5) AIR CONDITIONER Modular air conditioner to be mounted on forward interior wall . Unit to be large enough to easily cool module. Unit to be independent of cab air con- ditioner, three (3) speed fan, minimum 25,000 BTU. Controlled from modular electric console. HEATER Modular heater to be installed on forward interior wall . Unit to be large enough to easily warm module. Unit to be independent of cab heater. Three (3) speed fan minimum 25,000 BTU. Controlled from modular electric console. ASSIST BAR Two (2) 60" chrome plated bars are to be mounted on ceiling of modular in stretcher area (See drawing) . ASPIRATOR To be engine vacuum (Rico Aspirator or equal) with one-half gallon bottle, with auxiliary vacuum storage tank, 300 cu. in. minimum. Aspirator, install- ed in action well area (See drawing) . OXYGEN To be installed with piping from main supply compartment to three (3) N.C.G. outlets. Outlets to be located as follows: one (1) at action wall area, one (1) forward end squad bench, one (1) over center mount cot area. Outlets in- stalled as drawn in attached drawings. Purchaser to supply 02 bottle. LOAD LIGHTS Two (2) 6" chrome adjustable flood lights shall be located above rear doors. Lights shall be operated by rear or side door opening or from electrical con- sole cab and module. INTERIOR LIGHTS Seven (7) ceiling lights, with rocker switch control in cab and modular console. Ceiling lights to come on when any access door of modular is opened. Two (2) Hi-intensity ceiling lights over squad bench and cot to be switched with rheo- state from rear modular console. Two (2) lights to be located under attendant counter work area, switching from modular console. One (1) recessed foot light • to be installed by curbside door to come on when door is opened (See drawing) . One (1) light to be located above radio storage area. SCENE LIGHTS Four (4) lights 6" white parabolic lenses, flush-type located two (2) on each side of modular. To be operated by independent switches on the cab console. SPECIFICATIONS (Page 6) REAR STEP BUMPER A full width rear step-bumper shall be provided. The bumper shall be design- ed to provide a flip up center, which will enable easier patient loading. The bumper shall be bolted to the chassis frame, not to the modular body. Bumper to be made of aluminum four (4) way plating. There shall be of aluminum, four (4) way kick plate extending across the full width of the body, below the rear access doors and not part of the bumper. ATTENDANT SEAT There shall be a hi-back automotive type bucket seat, fully adjustable with swivel mount. Color and material to be the same as the squad bench. SQUAD BENCH Squad bench to be 77" long x 22" wide x 20" high, with 3" cushion, one (1) piece lift-up lid with storage beneath. Lid to have stainless steel piano hinge running the entire length. Wheel and post cups to be provided and in- stalled. Provide a 2" thick padded back rest 18" wide and 77" long. Material to be naugahyde, color to be compatible with modular interior coloring. Atten- dant bench with back rest on action wall side to be made of the same material as squad bench and attendants seat. Bench to be hinged with piano type stain- less steel hinge with storage below. Storage and necessary hardware shall be provided for one (1) short back board, behind attendant bench action wall . RAIN GUTTERS There shall be rain gutters around top of entire body and also over each access door and compartment. CAB BELLOWS There shall be a weather tight, dust tight bellows between body and cab. MODULAR HANGING HARDWARE All hardware to be provided and installed to hang one (1) patient over squad bench area. Ceiling hardware to be of the nylon belt retractable type with permanent wall brackets. I .V. HANGERS Provide two (2) in ceiling front center of patient's compartment, to be mounted over center of squad bench and center of stretcher. INTERCOM Phillips, or equal , two (2) way intercom shall be provided from driver com- partment and patient compartment. SPECIFICATIONS (Page 7) • INTERIOR FINISH Shall be at least 3/8" marine plywood covered with formica or equivalent. Walls, doors , squad bench and cabinets to be a light wood grain color. Ceil- ing to be white. Color to be compatible with interior of vehicle cab. INTERIOR COMPARTMENTS All interior compartments are to be a minimum of 1/2" marine grade plywood covered with formica inside and out. All cabinets to have adjustable shelves, per attached drawing. Drug compartment to be key lockable (same key as com- partments and access doors , recessed hinge) . Compartments to have amber plas- tic sliding doors. See attached drawing for approximate sizes. Sizes to vary to meet building requirements with approval of Fire Chief, Oshkosh Fire Depart- ment. MODULAR WINDOWS Windows shall be of tempered safety tinted glass. Curbside and rear door win- dows shall have one sliding panel each with screens. OUTSIDE MODULAR CMOPARTMENTS Compartments shall be provided for storage with outside access. Curbside two (2) compartments shall be provided. One (1) compartment with inside/outside access located forward of curbside access door measuring approximately 53" high and 32" wide and 30" deep, with three (3) adjustable shelves; one (1) compart- ment curbside/rear measuring approximately 20" high, 34" wide and 22" deep, with adjustable shelf; one (1) compartment for long board/short board storage rear of vehicle; one (1) compartment located driver side/rear measuring approx- imately 34" high 14 1/2" wide, 22" deep with full roll out shelf bottom of com- partment; one (1) compartment located driver side 36" high 44" wide 22" deep, with one (1) adjustable shelf; one (1) compartment for oxygen storage measuring approximately 58" high, 9" wide, 22" deep. All exterior compartments to be illuminated by a light when door is opened. All compartments shall be wired for an open door warning light at driver's console. A two (2) lip sealing door gasket shall be used. All doors shall be key lock- able. All doors shall be of flush type, double pan construction, with locking mechanism enclosed between door and door pan. All doors to be provided with a hold open device. All door locks to be of the Hanson "D" Ring and Eberhard #206 Twist Lock. All compartmens shall have stainless steel piano hinges. Drip rails of aluminum shall be located above all compartment doors. Compartments to have removable rubber lining on the bottom of each compartment and shelves. • See Fire Chief - Oshkosh Fire Department for sample of rubber mat. PATIENT COMPARTMENT ACCESS There shall be a crubside door of not less than 70" high and 32" wide. There shall be two (2) rear doors providing an opening of not less than 64" high and 50" wide. All doors shall be provided with inside and outside locking • SPECIFICATIONS (Page 8) doors. Each door shall have a slam type latch of Eberhard #206 locks with turn handles. The curbside door shall hinge at the forward edge. The rear doors shall hinge at the outward edges. The door hinges shall be of stainless steel piano type. The doors shall be constructed as to provide a water tight body. Doors shall be constructed of the same material as specified for the modular type body and frame. All doors shall be of flush type, all doors to be provided with a hold open device. The interior of each door to be covered with formica matching the rest of the interior color. A warning light on cab console shall be provided to indicate any door that is not properly latched. Head bumpers shall be provided over access doors. To be at least 2" thick poly foam, covered with same material as squad bench. EMERGENCY LIGHTING Six (6) six-inch alternate red flashing lights to be installed on modular: two (2) rear, two (2) curbside, two (2) road side (See drawing) , and two (2) rear F-14. Federal or equal beacon lights to be visible when rear doors are open. Two (2) 6" recessed red lights to be installed in front grill of cab between head lamps and be alternate flashing. One (1) #12 Federal to be in- stalled on modular unit above cab unit to have one (1) TS-200 Federal speaker system. #12 Federal to have red lenses. All emergency lights to be installed as per drawing. All emergency lights are to be controlled from an emergency light master switch and independent switching, located on the cab console. SIREN To be Federal PA-200 system TS-200 Federal speaker. LIGHTING ADDITIONAL Two (2) back-up lights , stop lights, turn signals and side, front and rear clearance lights on both cab and modular to meet ICC specifications. RADIO ANTENNA Two (2) antennas access parts on modular body shall be provided with wiring duct, one (1) to terminate behind driver's seat, one (1) to terminate behind storage space below cab/modular window. Manufacturer to install wiring har- ness to driver compartment console and action wall for two-way communication radios (Radio is to be purchaser installed) . MODULAR FLOOR AND COVERING Floor shall be 3/4 marine grade plywood over aluminum plate. Shall be covered with Armstrong vinyl Quiet Zone or equal . A Ferno Washington Wall mount cot fastener shall be installed. A model 30 Ferno-Washington cot with matress and 411 restraint straps shall be provided. Wheels cups and locking holder shall be provided for center mounting of cot. PATIENT FLOOR AREA Shall be at least 50" between wheel wells on the floor. SPECIFICATIONS (page 9) AREA To be approximately 138" from inside rear door to front of modular floor to ceiling shall be 68" overall modular height shall not be more than 102". PAINT Cab to be painted white and modular to be matching white Dupont Imron paint. White Cab and modular shall have a belt line stripe of Omaha orange. Belt line stripe shall be bordered by black 1/4" pin stripe. LETTERING Lettering according to KKK-A-1822. Modular unit to have lettering as below: OSHKOSH FIRE DEPT. RESCUE AMBUALNCE Curb and roadside 4" lettering. Gold leaf - blue shadow. Within 30 days AFTER notification of the award of the bid , the manufacturer must submit a detailed construction blueprint to be reviewed by the City of Oshkosh Fire Department. Vehicle and equipment must pass all state, federal guidelines and stress tests, and must meet KKK-A-1822 (Federal specifications for ambulance) . PROPOSAL We, the undersigned, propose to furnish the City of Oshkosh Fire Department, F.O.B. 101 Court Street, Oshkosh, WI 54901 , one (1) modular ambulance per speci- fications or noted exceptions for the following amount: Marion AIDMASTER $ 29,966.00 Make & Model Number Delivery in 120 - 150 days after receipt of order. Terms: Net 30 % days. Warranty (chassis & module) : See enclosed warranty Marion Body Works, Inc. Na of Company SUBMITTED BY: rry ilb6.uer, Sa es 'dministrator ame & Title of Person Making Out Bid March 30, 1979 , 1979 Box 26, Marion, WI 54950 Date Address of Company Be sure and send descriptive literature with bid. OPTION LIST 1 . 5660 battery Koehler conditioner $ 300.00 2. 1000 watt dynamote%or Creative Electronic invertor $ 600.00 Not to be included in total bid price on ambulance, but list separately. c t�Nr a*H■cosw April 3 , 1979 1 rian Body ?'JCo ko , Too P . 0. Box 26 Marion , Wi 544950 Gentlemen : In reading your cover letter concerning Marion Body Works bid for building a modular ambulance for the City of Oshkosh , you list no exceptions to the specifications . In viewing your submitted specifications the following items are not in accordance with subject specifications . Body Construction City of Oshkosh Specs : Call for a Hanson "D" ring and Eberhard #206 Twist locks . Marion Body Works Bid : "Door locks shall be two point contact with stainless steel paddle type lock handles" Entrance Doors City of Oshkosh Specs : Call for a slam type latch of Eberhard #206 locks with turn handles Marion Body Works Bid : "Each door to be equipped with an automatic type lock" Interior Lining City of Oshkosh Specs : Call for 3/8" marine plywood covered with formica or equivalent . Marion Body Works Bid : The patient compartment shall be lined with "Kemply" . Lower cabinet work and squad bench to be trimmed in woodgrain "Marlite paneling" . Rear Heater City of Oshkosh Specs : Call for heater to be installed on forward interior wall . Marion Body Works Bid : "Heater to be located at the rear of the body" . Page 2 Ventilator City of Oshkosh Specs : Call for a 250 CFM Marion Body Works Bid : "Power adjustable fan of centifugal type , mechanically closeable with air capacity of 230 CFM. Interior Cabinets City of Oshkosh Specs : Call for interior compartments are to be a minimum of . " Marine grade plywood cover with formica or equivalent inside and out . Marion Body Works Bid : "Cabinets to be of aluminum construction" Wiring City of Oshkosh Specs : Call for wiring to be numbered for identification . Marion Body Works Bid : Color coded wiring harness . - Scene Lights City of Oshkosh Specs : Call for two 6" chrome adjustable flood lights to be located above rear door. Marion Body Works Bid : "There shall be a total of six scene lights , two left , and two right and two rear . Lights to be 7" sealed beam type" . Intercom System City of Oshkosh Specs : Call for Phillipps or equal intercom . Marion Body Works Bid : No indication is made as to make of intercom . Compartment Lights City of Oshkosh Specs : Call for all compartment to have a light . Marion Body Works Bid : "There shall be automatic lights in all exterior compartments except the back board compartment" . Page 3- Warning Lights City of Oshkosh Specs : Call for 2 6" r 2.essed red :lights to be installed in front grill of cab _;eturec_ 1 17_m Marion Body Works Bid : "The red 6" , flashing warning; lights shall be located in front of vehicle radiator grill" . Attendant Seat City of Oshkosh Specs : Call for a hi-back automative type bucket seat , fully adjustable with swivel mount . Colr and material to be the same as the squad bench . Marion Body Works Bid : "The rear shall be a Freedman deluxe high back bucket type , mounted on an adjustable pedestal and equipped with retracting seat belts" . Please advise in writing if Marion Body Works can guarantee the modular will be build in accordance with the specifications that were originally submitted to you for bids , including but not limited to the specific items mentioned in this letter. Please reply by April 9 , 1979 , or we will consider that Marion Body Works will not be able to build to subject specifications . Sincerely , mot, c, // .' ` Calvin Phillipps Fire Chief Oshkosh , Wisconsin CP :rk A.I.A. Document No. A-310 (February 1970 Ed.) FIREMAN-5 FUND INSURANCE COMPANY �(7, THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION rutug 11S ASSOCIATED INDEMNITY CORPORATION Donut=comPANIEs AMERICAN AUTOMOBILE INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, MARION BODY WORKS P.O. BOX 26, MARION, WISCONSIN 54950 as Principal, hereinafter called the Principal, and THE AMERICAN INSURANCE COMPANY a corporation duly organized under the laws of the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly bound unto DEPARTMENT OF ADMINISTRATION PURCHASING DIVISION OSHKOSH, WISCONSIN as Obligee, hereinafter called the Obligee, in the sum of (5%) FIVE PERCENT OF MAXIMUM BID PROPOSAL AMOUNT-- Dollars ($- for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for MODULAR AMBULANCE NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2nd day of APRIL A.D. 19 79 MARION BODY WORKS S (Principal) (Seal) (Witlhess) l j (Tie) THE AMERICAN INSURANCE COMPANY (Surety) (Seal) G 6,- L )"'N.),) ( itness) SUSAN VEIT, Attorney in tact 360541-4-75 GENERAL ATTORNEY Y THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of New Jersey, and having its principal office in the City and County of San Francisco. California, has made, constituted and appointed, and does by these presents make, constitute and appoint LINUS SEPSEY and SUSAN VEIT jointly or severally MILWAUKEE, WI its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article Viii. Appointment and Authority■J Resident Assistant Secretaries.and Attornevan-Fin i and Agents to ureept Legal Prneees and Make Appeurunres. Section St Appointment.The Chairman of the Board of Directors.the President.any Vice-President or any other person authorized by the Board of Directors.the Chairman of the Board of Directors,the President or any Vice-President,may.from time to time.appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31 Authority The Authority of such Resident Assistant Secretaries,Attorneys-in-Fact,and Agents shall he cs prescribed in the instrument evidencing their appointment,and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September, 1966, and said Resolution has not been amended or repealed: "RESOLVED,that the signature of any Vice-President, Assistant Secretary,and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile,and any power of attorney,any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereunto affixed thisiltilday of August . 19 78 p,MEt/ THE AMERICAN INSURANCE COMPANY .;: W By �Ncn�oP Vice-President STATE OF CALIFORNIA, Ss. CITY AND COUNTY OF SAN FRANCISCO On thi29th day of August . 19 78 ,before me personally came William W. Lauber to me known, who, being by me duly sworn, did depose and say: that he is Vice-President of THE AMERICAN INSURANCE COMPANY. the Corporation described in and which executed the above instrument:that he knows the seal of said Corporation:that the seal affixed to the said instrument is such corporate seal:that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF.I have hereunto set my hand and affixed my official seal,the day and year herein first above written. ■U IIUIIaIIIIUUiIIU11///N11O111111111OI/IIIIIIUIMI= OFFICIAL SEAL SUSIE K. GILBERT �� ' ,-., P NOTARY PUBLIC-CALIFORNIA E - Notary Public CITY i COUNTY OF SAN FRANCISCO N My Commission Expires Nov. 17, 1980 CERTIFICATE ■11/inUIUIIII000NNIIINNN/NN ossesu NNU STATE OF CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO I. the undersigned. Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that Article VIII. Sections 30 and 31 of the By-laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City and County of San Francisco.Dated thc�_ day of i MARION Irv_ BODY WORKS, INC. P. 0. BOX 26, MARION, WISCONSIN 54950/115.154.5261 THE TRUCK BODY PEOPLE April 5, 1979 Oshkosh Fire Department 101 Court Street Oshkosh, WI 54901 Attention: Chief Phillipps Dear Chief: Per our meeting of April 4, 1979, we would like to confirm that the following items will be built in accordance with your specifications. 1. Exterior door latches to be Hanson 'D' ring with Eberhard #206 slam single-point latch. Doors to be frame construction, approx. 1-5/8" thick, with inspection covers over the latch mechanisms. Weatherstripping to be same type (hollow core) as is used on the entrance doors. 2. Entrance doors shall use a Eberhard Model 206 lock. 3. Interior lining to be white Kemply, lower cabinet and squad bench to be trimmed in woodgrain "Marlite paneling". 4. Rear heater to be located per Oshkosh Fire Department instructions. 5. Exhaust fan to be the centrifugal type. 6. Interior cabinets to be of aluminum construction. 7. Wiring to be numbered for identification. 8. Rear scene lights to be adjustable type, Unity "AG". 9. Intercom to be Phillips. 10. Backboard compartment to have an automatic dome light. 11. Grill flashers to be Cats Eye #55 or equal. A SUBSIDIARY OF WAUSAU HOMES INC. 'Csm Q 000d Nagke'I aikt Illem Oshkosh Fire Department Page 2 April 5, 1979 12. Technicians seat to be a hi-back automotive type bucket seat, fully adjustable with swivel mount. Same color and material as squad bench. 13. If cab bucket seats are only available in black, the entire cab interior is to be ordered in black. 14. Furnish special wiring trough. 15. If possible, all locks to be keyed alike (except ignition) . 16. If possible, tires to be Michelin, 2nd choice is Goodyear. 17. Floor material to be Armstrong Solarium. Sincerely, MARION BODY WORKS, INC. 77TH Jerry Milbauer Sales Administrator Special Equipment JM/dme cc: T. Braun MARION; ,..._ _._ IVI !0cpx ', P. 0. BOX 26, MARION, WISCONSIN 54950/115.154.5261 lorlikii -*, " : . — - — THE TRUCK BODY PEOPLE To Whom It May Concern: MARION BODY WORKS, INC. , of Marion, Wisconsin, hereby certifies that the ambulance offered in these specifications meet or exceed the criteria for manufacturing of this unit and fixed equipment as defined in the following: G.S.A. - KKK-A-1822 and Amendments Wisconsin State Statute, Chapter H-20 Ambulance Design Criteria of the National Highway Traffic Safety Administration, U.S. Department of Transportation Complies to Wisconsin Department of Transportation per Chapter MVD 27. MARION BODY WORKS, INC. , is licensed by the Wisconsin Division of Motor Vehicles to do business in Wisconsin, Manufacturers License No. 6, and all Sales Representatives are licensed for your protection. Sincerely, MARION BODY WO* % , INC. h /1?-7 �,,,, 'lam A SUBSIDIARY OF WAUSAU HOMES INC. (M) Q Good Neigebot QvvteAe WI MARION -----_-_,-,... _ BODY 1'! _\ WORKS, INC. ,:7--- 1 , ,� P. 0. BOX'26, MARION, WISCONSIN 54950/115.154.5261 "" THE TRUCK BODY PEOPLE TEN YEAR MODULAR BODY STRUCTURAL WARRANTY Subject to the provisions, limitations and conditions set forth in this warranty, The Marion Body Works hereby warrants to each original purchaser only that each new modular ambulance body (exclusive of paint finish, hardware, mouldings, windows, internal cabinets and other appointments and accessories) is structurally sound and free of all structural defects of both material and work- manship and further warrants that it will maintain such structural integrity and remain free of damage due to rusting or electrolysis for a period of ten (10) years from date of manufacture, as designated on the manufacturer's certification plate attached thereto. This warranty terminates upon transfer of possession or ownership by original purchaser. This warranty is conditioned upon normal use and reasonable main- tenance of such modular body; prompt written notice of all defects to The Marion Body Works; no repair or additions thereto except by The Marion Body Works or authorized by it; said defect not resulting from misuse, negligence, accident, overloading beyond applicable weight rating by customer or third parties. If any of such conditions are not complied with this warranty shall become void and unenforceable. Should repairs become necessary under the terms of this warranty the extent of that repair shall be determined solely by The Marion Body Works , and shall be performed solely at Marion Body Works or a repair facility ' designated by Marion Body Works. The expense of any transportation to or from such repair facility shall be that of the purchaser and is not an item covered by this warranty. Marion Body Works reserves the unrestricted right at any time and from time to time to make changes in the design of and/or improvements on its products without thereby imposing any obligation on itself to make corresponding changes or improvements in or on its products theretofore manufactures. EXCLUSIONS AND LIMITATIONS: This Manufacturer's. Warranty is provided in place of any and all other representations or express or implied warranties. No person is authorized to make any representation or warranty on behalf of The Marion Body Works or any Distributor other than set forth in this Manufacturer's Warranty. Your right to service and replacement of parts on the terms expressly set forth herein are your exclusive remedies and neither the manufacturer nor any of its distributors shall be liable for damages. Whether ordinary, incidental or consequential. A SUBSIDIARY OF WAUSAU HOMES INC. '(`e�!_"''l a G6od NP,igklo6'l ClikeBlw MARION - BODY 1 r III r WORKS, INC., i ,__Ir 1 .,_r _r__ ,_ P. 0. BOX'26, WISCONSIN 54950/715.754.5261 - •: s !,. MARION, THE TRUCK BODY PEOPLE WARRANTY Marion Body Works, Inc. , warranty each new Ambulance manufactured by us to be free from defects in material and workmanship under normal use and service. Our obligation under this warranty is limited to making good at our factory any part, or parts thereof, which shall be returned to us with transportation charges prepaid and which on examination shall disclose to our satisfaction to have been thus defective, provided that such part, or parts shall be returned to us not later than one year after delivery of such vehicle to the original purchaser. This warranty is expressly in lieu of all other obligations or liabilities on our part and we neither assume nor authorize any other person to assume for us any other liability in connection with the sale of our apparatus. This warranty shall not apply to any vehicle which shall have been repaired or altered outside of our factory in any way so as, in our judgement, to affect its stability nor which has been subject to misuse, negligence, or accident, nor to any vehicle made by us which shall have been operated at a speed exceeding the factory rated speed, or loaded beyond the factory rated load capacity. We make no warranty whatsoever in respect to tires, rims, electrical, ignition, apparatus horns, of other signaling devices, starting devices, or generators in as much as they are usually warranted separately by their respective manufacturers. Chassis manufacturers warranty applies to chassis. A SUBSIDIARY OF WAUSAU HOMES INC. ® Q COOd ■Jetgkbal QvutpitAe MAR 10N BODY WORKS, INC. �:- P. 0. BOX 26, MARION, WISCONSIN 54950/115-754.5261 THE TRUCK BODY PEOPLE March 29, 1979 Oshkosh Purchasing Division Department of Administration City Hall P. 0. Box 1130 Oshkosh, WI 54902 Gentlemen: The enclosed bid takes no exceptions to your specifications for a Module Ambulance. However, our construction methods, materials, and the application of the materials used in most cases surpass your requirements, but are never less than your requirements as set forth in your spec- ifications. Marion Body Works, Inc. would like to thank you for the opportunity of bidding this ambulance. We are looking forward to being of service to you. Sincerely, 7774 /.;,t ( erry Milbauer �'" Sales Administrator Special Equipment Encs. cc: T. Braun A SUBSIDIARY OF WAUSAU HOMES INC. Ca._ Q Good NacAlool GVvBteAP Oshkosh Fire Department SPECIFICATIONS The folloAng specifications are in accordance with KKK - A - 1822. TRUCK CHASSIS G.V.W. 1979 Ford F350 Shall be not less than 10,000 lbs. Curb weight of cab, chassis and modular shall not be more than 80% of total G.V.W. G ,�EFLBASE Shall not be less than 161" (84" c/a) . AXLES Front axle to be 3900 lbs. capacity with stabilizer bar. Rear axle to be 7400 lbs. capacity, 4. 10: 1 ratio. Rear axle to be configured with dual wheels , having at least 55" between the inside tires. SPRINGS Front springs to be 1900 lbs. each independent suspension. Rear springs to be 3750 lbs. each leaf type. SHOCK ABSORBERS Shall be heavy-duty type (double acting) . STEERING Shall be power. TIRES & WHEELS Shall be 8.75 x 16.5. Load range D. Steel belted radial . Seven (7) wheels tc be furnished. Front wheels and spare-Hiway tread. Four (4) rear wheels, mud and snow type. BRAKES Shall be heavy-duty hydraulic boosted power. Front disc. Parking brake, cable actuated rear brakes. ENGINE Shall he V-S type with not less than L60 cu. inch displacement. To be no c1are tinted type rear 1:iro" to ha of the sliding type for acts tc nodule:- h =y. Oshkosh Fire Department SPECIFICATIONS (pane 2) AIR CLEANER Shall be dry type. OIL FILTER Shall be full flow, disposable type. GAUGES Shall have oil pressure, a'vTeter, vol t::meter and water temperature. ALTERNATOR Shall be 130 amp. Leece Neville. BATTER_I_ES 12 volt, heavy-duty selected by sudsbury, or Shall be two (2) 90 amp. hour, equal , switch. Batteries and alternator will be p rotected from power surge overload by a battery isolator which will serve to maintain also an equal charce in both batteries. TRANSMISSION AND DIFFERENTIAL Shall be heavy-duty automatic, three (3) speeds forward ano one (1) reverse` : a park position and with extra heavy-duty radiator. Non slip rear end HEATER Shall have factory installed deluxe high output fresh air type. AIR CONDITIONING Factory installed. LIGHTS license lights th Shall be manufacturer' s standard: (2) rear(2) tail lights w, t brake light and back-up lights, turn signals emergency(2) 6" pg light, ICC standard. Two (2) front mounted Halogen fog lights, two (2) 6" spots to be mounted in windshield post driver and passencer side. SIGNAL FLASHER Shall be variable load turn signal HORNS Shall be dual electric. Oshkosh Fire Department SPECIFICATIONS (page 3) WIPERS Shall be two-speed intermitent electric with washers. THROTTLE Shall have hand vernier throttle cable. GASOLINE TANKS Shall have two (2) tanks having a total capacity of approximately forty (40) gallons. TRIM Shall have drip rails and sill plates, deluxe interior/exterior trim, dome light w/map lights, cigarette lighter, chrome front bumper, insulation package, center mount console to contain all switching, console to accomadate radio and siren, interior to be tan or brown in color. MIRRORS _ Shall have right and left outside non-telescopic mirrors. Minimum size to be 7" x 10" with bright metal finish, with convex mirror in lo.,/er corner. Mirrors to be of the low mount type. SEATS Shall be full-depth bucket type. Slaek. ARM RESTS Each front door to have arm rest. Arm rests, sun-visors are to be padded. Shall have door storage pockets. TOW HOOKS Tow hooks are to be installed on front frame. UNDERCOATING Ziebart. Oshkosh Fire Department BODY CONSTRUCTION CONSTRUCTION: All body framing, doors, skin, etc. shall be of aluminum all welded construction to enhance vehicle performance and reduce overall maintenance. CROSSMEMBERS - FLOOR: 3" x 2" x .250 wall thickness, 6063-T6 aluminum extruded rectan- gular tubing on 18" centers. Subfloor pan to be .090 aluminum. UPRIGHTS: 3" x 2" x .250 wall thickness, 6063-T6 aluminum extruded rectangular tubing at door openings and between exterior side compartments. Intermediate uprights of 2" x 1" x .125 wall thickness, 6063-T6 aluminum extruded rectangular tubing on 18" centers. RAFTERS: 1" x 1-1/2" x 1" x .125 wall thickness, 6063-T6 aluminum extruded 'T' section on 18" centers. Roof rafters to have a 1" rise for good drainage. ROOF COVE AND CORNER POSTS: 1-3/4" radius extruded aluminum section, 6063-T6. This section to have flanges for mounting of uprights and rafters. SKIN: .125 aluminum welded to uprights. RAIN GUTTERS: Above entrance doors and all exterior compartments, and around roof perimeter. ROOF: .125 aluminum properly sealed and welded. FLOOR: 3/4" marine plywood sub-floor. INSULATION: The entire body shall be insulated with 1" fire retardant polystyrene. Oshkosh Fire Department EXTERIOR C0:_PAR'i_SENTS: All general framing to be of . 125 aluminum. be an integral part of the body construction pended by the floor crossmembers. The floor crossmembers shall also be attached to main body uprights located between the compart- ent openings. These uprights shall be 3" x 2" x .25 wall thickness, _.063-T6 aluminum extruded rectangular tubing. RUBRA__I L: Extending out from the bottom of cc:partr_ ents 1-1/2" shall be a 3/16" aluminum treadplate rubrail which shall have a 2" downward break and a 1" return break. FLOORS: Compartment floors shall flush "sweep r style Floor material to be 1/8".. Floors to per O.F.D. sample. DOORS: All doors shall be flush mounted and shall consist of a . 125 aluminum outer panel with a .090 aluminum full box pan welded into the outer panel, forming a solid frame type door. Doors shall be hung of full length 16 gauge stainless steel hinges with 5/32 stainless pins. All door hinges shall be bolted on for easy removal if necessary. Door loY' lccl'han.dlcs .• The top contact with stainless steel paddle the and bottom lock shall be mounted directly to the inner box pen on the door for maximum rigidity. Doors to key lock. All doors to be equipped with spring loaded door opening devices . (Spring tension opening and closing, with tension to hold doors in "open" position) . A full length polished and extruded aluminum drip moulding shall be furnished, extending the entire length of the side compartments. All compartments to have a 2" vent to inner frame area. FENDERS: Fenders to be die formed crown radius of . 125 aluminum, no exceptions. The fender shall be mounted flush with the rubrails, thereby affording superior protection from road splash hitting the sides of the body. This fender shall also extend full depth to the rear springs. This will eliminate any pockets for the accumulation of dirt and road salt and provide ease of cleaning. The fenders are to be completely welded to the outside and inside body panels and the rubrail to provide m.axi; ..oa strength. Bolting, riveting, or caulking of fenders shall not be permitted. Oshkosh Fire Department REAR STEP: The rear bumper step shall be 8" wide and full width. The step will be the open mesh type, aluminum "Grip Strut", securely mounted to the chassis frame. The step will be contoured and shielded to avoid contact injuries. Outside corners will have a 2" radii. Middle section to have flip-up feature. ENTRANCE DOORS: At the rear of the body shall be double doors providing access to the aisle. Doors shall provide opening approximately 50" wide and 64" high. Doors shall be framed of 2" x 1" x .125 extruded aluminum rectangular section and exterior shall be covered with .125 aluminum. Doors to be flush fitting and close on automatic type open cell weatherstripping. Hinges to be heavy duty, polished, continuous stainless steel. Each door to be equipped with an automotiv . type lock; chrome socket and plunger hold backs and chrome interior grab handles. One aluminum framed, tempered, tinted window 18" high x 18" wide shall be mounted in each door. A full width, 2" foam padded, vinyl covered head bumper cushion shall be located just above door jamb to protect technician's head from injury when exiting body. Windows to be sliding type with screens. The vertical panel between the step and rear entrance doors shall be 1/8" aluminum diamond treadplate. The curbside entrance door shall be the same type construction as rear doors. Door shall be 32" wide x 70" high. An interior stepwell of all aluminum diamond plate shall be provided for this opening. Window in this door to be sliding type and to include screen. STONE SHIELDS: Stone shields shall be located on the front body cornerposts. Shields are to be of .125 aluminum treadplate construction and wrap around the corner posts. CAB CONNECTING BELLOWS: A flexible, weathertight bellows of rubberized nylon construction shall be provided between the cab body and the modular body. Window in the cab body shall be of the sliding type. BODY MOUNTS: There shall be at least six (6) high strength 5/8" bolts to attach the body brackets to the frame chassis on each side, mounted so as to prevent any movement of the body. Oshkosh Fire Department EXTERIOR COMPARTMENT SIZES: Left side, front to rear A. 9" wide x 58" high x 22" deep. Oxygen storage. B. 44" wide x 36" high x 22" deep. Double doors, one adjustable shelf. C. 34" wide x 141/2" high x 22" deep. Bottom mount roll-out shelf. Right side, front to rear D. 221/2" wide x 53" high x 30" deep above floor line. This compart- ment to also have inside access, and (3) adjustable shelves. E. Side entrance door. ' F. 34" wide x 20" high x 22" deep. ONe adjustable shelf. Rear Compartment: G. Backboard compartment, 14" wide x 21" high x 50" deep, and 80" deep with partial divider wall. FLOOR: Material shall be Armstrong Quiet Zone covering layed on a 3/4" marine plywood sub-floor. Floor shall be trimmed with heavy ex- truded aluminum kick plates. Edges to be coved up the side walls. INTERIOR LINING: The patient compartment shall be lined with 'Kemp ,v' . All seams and corners to be finished off with extruded aluminum mouldings. Lower cabinet work and squad bench to be trimmed in woodgrain 1Marlite' paneling. REAR HEATER: To be HaDees hot water type 28,000 BTU having a capacity to maintain 75 degrees F. interior temperature at 0 degrees outside temperature while underway. Heater to have twin fans with on/off switch for each fan. Heater water circulating system shall be insulated copper tubing, valved for summer or emergency shut-off. Heater to be located cated at the rear of the body. AID CONDITIONING: Rear air conditioning evaporator to be located at front of body above the cab to body window. An additional condensor shall also be located on the exterior front of the body. Cab air conditioning shall be as supplied with the chassis. VENTILATOR: Power adjustable fan of centrifugal cage type, mechanically closeable, with air capacity of 230 CFM. Oshkosh Fire Department TECHNICIAN'S SEAT: There shall be a technician's rear facing seat at the head of the cot. fThe seat shall be a Freedman deluxe high back bucket type, mounted on an adjustable pedestel and equipped with re- tracting seat belts. ) 4C cot.,At SQUAD BENCH: Squad bench to be 77" long x 22" wide x 20" high, with 3" cushion, one (1) piece lift-up lid with storage beneath. Lid to have stainless steel piano hinge running the entire length. Wheel and post cups to be provided and installed. Provide a 2" thick padded back rest 18" wide and 77" long. Material to be naugahyde, color to be compatible with modular interior coloring. Attendant bench with back rest on action wall side to be made of the same material as squad bench and attendants , seat. Bench to be hinged with piano type stainless steel hinge with storage below. Storage and necessary hardware shall be provided for one (1) short back board, behind attendant bench action wall. GRAB RAIL: Two (2) ceiling mounted 1-1/4" stainless steel with chrome support stanchions, located per drawing. INTERIOR CABINETS: Trovided as per drawing. Sliding doors in cabinets shall have felt lined tracks to stop rattle and sliding on their own. Provide key flocking drug box. Cabinets to be of aluminum construction. Door material to be 1/4" Amber abrasion resistant 'Lucite' . WIRING: All of the ambulance body electrical equipment shall be served by circuits separate and distinct from the vehicle chassis circuits. Body wiring shall be thermoplastic harness type, color coded grease, oil, and moisture resistant, routed in protected locations, neatly and securely fastened, and all aperatures properly grommeted for passing wiring. Solderless insulated connectors shall be provided. The body electrical wiring shall incorporate overload protective devices of the automatic reset circuit breaker type. In addition, One (1) space for single pole, 15 ampere circuit breaker shall be furnished for future use. The circuit breakers shall be readily available for inspection and service. A complete wiring diagram shall be supplied with the ambulance. A cab to body electrical junction box shall be located in the front exterior body compartment to facilitate easy body remounting. Oshkosh Fire Department CONTROL PANEL DRIVER'S COMPARTMENT: To be centered between the bucket seats. All switches to be rocker type with indicator light, and backlighted for night operation. Switches will control: ' Master - controls all emergency lights Rev. 6Light Bar (Twinsonic) i Fishers OJ ' L. Ditch () 411f06' �411 pi G R. Ditch s I R. Load Env. Master Horn - Siren , Reostat control - CL70 gooseneck light Top of control panel to be hinged for easy access. Located to be easily accessible to the technician and control the following: Interior Lights Rheostat Controls Heating Ventilation Air Conditioning SIREN: Siren to be a Federal PA 200 with One (1) TS200 speaker mounted in Twinsonic. Siren to be complete with MNC microphone and horn/ siren switch. WARNING LIGHTS: There shall be a Federal #12 Twinsonic mounted on the body above the cab roof. Twinsonic to have red domes and clear bulbs. There shall be two (2) Federal beacons #14, one mounted on each rear body corner Oshkosh Fire Department WARNING LIGHTS: (Continued) The side, front and rear roof corners shall be provided with alternate flashing red lights, flush style, showing two (2) on the front, faving front, two (2) on the rear, facing rearward, two (2) on the right side, one (1) at the front corner and one (1) at the rear corner, two (2) on the left side, one (1) at the front corner, one (1) at the rear corner and two (2) on the cab facing front, one (1) on the left front corner and one (1) on the right front corner. The red six inch, flashing, warning lights, shall be located in front of vehicle radiator grill. fL 4-s iC These lights driven by a heavy duty electronic flasher. SPOTLIGHTS: There shall be left and right cab spotlights, Unity #225. SCENE LIGHTS: There shall be a total of six (6) scene lights, two left and " � Apse two right and two rear. Lights to be 7" sealed beam type. (,'it p�`i 5 Lights to be controlled at the cab switch console. The right �1fR' hand and rear ditch lights to also be activated by entrance doors. PATIENT COMPARTMENT LIGHTING: • Seven (7) ceiling lights, with rocker switch control in modular console. Ceiling lights to come on when any access door of modular is opened. Two (2) hi-intensity ceiling lights over squad bench and cot to be switched with rheostat from rear modular console. Two (2) lights to be located under attendant counter work area, switching from modular console. One (1) recessed foot light to be installed by curbside door to come on when door is opened (See drawing) . One (1) light to be located above radio storage area. OPEN DOOR WARNING LIGHT: Flashing light on driver control panel to indicate open entrance doors or open compartment doors. INTERCOM SYSTEM: Intercom provided between the drivers position and the patient compartment. The speaker/microphone unit in the patient compart- ment shall stand-by in the 'talk' mode. Any necessary talk/listen- ing switching shall be done by the driver. hr's Xtrhe Oshkosh Fire Department A.C. ELECTRIC POWER SYSTEM (110 VOLT) : (Inverter is not included.) SEE OPTIONS Three (3) 110V shoreline duplex receptacles shall be provided. One (1) on action wall shelf, two (2) in storage shelf area (See drawing for shoreline receptacle placement) . Two (2) duples 110V outlets for 1000 watt inverter. (One (1) by action wall work shelf, one (1) in storage shelf area. Wiring for inverter shall be installed (See attached drawing for location of outlets) . All receptacles to be marked for easy identification (inverter) or (shoreline) . RADIO ANTENNA: Two (2) antennas access ports on modular body shall be provided with wiring duct, one (1) to terminate behind driver's seat, one (1) to terminate behind storage space below cab/modular window. Manufacturer to install wiring harness to driver compartment console and action wall for two-way connumication radios (Radio to be purchaser installed) . ALTERNATOR: Provide 130 ampere Leece-Neville alternator with ammeter gauge. BATTERY: Provide second 90 ampere battery and mounts under hood. Batteries to be controlled by M-705 selector switch. A-B-Both-Off. COMPARTMENT LIGHTS: There shall be automatic lights in all exterior compartments except the backboard compartment. LIGHTS: All clearance, marker, tail, stop and directional lights as required, by Federal Motor Vehicle Safety Standards shall be provided. Tail, stop and directional lights shall be the Guide "arrow" type. OXYGEN SYSTEM: The ambulance shall have a hospital type piped oxygen system. Oxygen compartment to include three (3) restraining devices for customers 'M' cylinder, and chained cylinder wrench. Oxygen system to include one regulator pre-set at 50 PSI, in-wall piping of type 'K' copper tubing with all joints silver soldered, one outlet station for the primary patient and one oxygen outlet for the secondary patient. Outlets to be the quick disconnect NCG type. A third outlet shall be ceiling mounted over the cot. Oshkosh Fire Department OXYGEN SYSTEM (Continued) Cylinder shut-off and pressure gauge shall be visible and accessible by way of a see-through hinged door from the technician's seat and from outside when the cylinder is changed. VACUUM: From engine manifold, steel reservoir chamber under the vehicle with a 1000 cubic inch capacity. Tank to be equipped with check valve to prevent loss of vacuum during acceleration. One flush mounted NCG wall outlet to be provided next to oxygen outlet on left side. System to include a Rico RS-4 complete with Ready-To-Use kit. SIGNS: , "No Smoking" signs conspicuously placed in cab and patient compart- ments, warning of oxygen use dangers. PAINTING: All exposed metal surfaces that are not chrome plated, stainless, or polished, shall be thoroughly cleaned and prepared. To prevent corrosion and to insure bonding of primer, body shall be washed under pressure by a phosphatizing system. All irregularities in primed surfaces shall be sanded down before application of the finished coats. All removable items such as compartment doors, shelves, door latches and brackets shall be removed and painted separately. ' DuPont polyurethane enamel "Imron", or equal is to be used. VEHICLE COLOR-EXTERIOR: The vehicle shall be white with one (1) Omaha orange (formulated without black) stripe around beltline. Stripe to be bordered by black 1/4" pine stripe. RUSTPROOFING: Entire vehicle shall be treated with Zi e bit Rustproofing System. EMBLEMS AND MARKING: Front Marking: The word "AMBULANCE" in block, blue letters, not less than four inches high, shall be mirror image centered above the grill. Block type blue, "Star of Lift" conforming to Figure 4, shall be not less than three inches, on a four inch white field, (size A) located both to the right and left of the word "AMBULANCE". Side and Rear Markings: The word "AMBULANCE" shall be in block, blue letters on the white field, of not less than six inches in height, centered, along side, or under the "Star of Life" (b) on each side and rear of the vehicle body. Oshkosh Fire Department 1 EMBLEMS AND MARKING: (Continued) A block type blue "Star of Life", conforming to Figure 4 (size B) of not less than twelve inches on a white field. The "Star of Life" emblems may be providing on each window glass of the rear doors, when white field space is limited. Top Markings: Block type blue "Star of Life", conforming to Figure 4, (May be without the white Staff of Aesculapius) , of not less than sixteen inches, (size C) shall be conspicuously centered between the warning lights on the roof top. LETTERING: ' Curb and roadside 4" lettering. Gold leaf - blue shadow. OSHKOSH FIRE DEPT. RESCUE AMBULANCE STRETCHER, COTS AND LITTERS: The ambulance shall be provided with the following: A. One (1) Ferro Washington Model 30 elevating cot with three inch mattress, three (3) restraint straps. LITTER FASTENERS: A. One (1) Ferno Washington fastener for Model 30 cot mounted primary patient side. B. Two (2) wheel cups and two (2) post cups on squad bench for use with Ferno Washington Model 11 stretcher. Stretcher not included. C. Wheel cups and locking holder shall be provided for center mounting of cot. PATIENT FLOOR AREA: Shall be at least 50" between wheel wells on the floor. To be approximately 138" from inside rear door to front of modular floor to ceiling shall be 68" overall modular height shall not be more than 102". DRAWING: Within 30 days AFTER notification of the award of the bid, Marion Body Works will submit a detailed construction blueprint to be reviewed by the City of Oshkosh Fire Department. Oshkosh Fire Department MODULAR HANGING HARDWARE: All hardware to be provided and installed to hang one (1) patient over squad bench area. Ceiling hardware to be of the nylon belt re- tractable type with permanent wall brackets. I.V. HANGERS: Provide two (2) in ceiling front center of patient's compartment, to be mounted over center of squad bench and center of stretcher.