HomeMy WebLinkAboutModern Pole Builders AGREEMENT
THIS AGREEMENT made and entered into this 20th day of June,
1986, by and between MODERN POLE BUILDERS , 654 E. Oshkosh St.,
Ripon, WI 54971 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 reso-
luton duly adopted on the 19th day of June, 1986, , 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) wood salt storage building materials
for Street 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 be-
tween 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 $23,549.00 , 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 agree-
ment 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 part-
nership, 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: /.ODE : • :
_ - A a -_ an --__--- -to-__ __
Signature of the sole pro-
-, i k-- , , it " _a_ -,4- prietor , or name or cor•oration
o •ar--ershi•
President or Partner J
Se ;etary ,4`r -,., % CITY OF 0 KOSH
- _ -,.:Wee,,.."'
A- c,\!. (-)L_ , So A 4,, By: e;„4(-47--
William D. Frueh, City
• Ma �.�er r
tree, t '7_ t e/r And Mager J G. , ;ii1°L --1
/ Donna C. Serwas,
/ ;' City Clerk
Approv -d as t• \• f anf e - -trtion: I hereby certify that the
i ' necessary provisions have
1 �_ tii 1.1 been made to pay the lia-
Warren P. Kr!t bility that will accrue
Asst. City Attorney under this Contract.
EDWARD A NOKES,
City Comptroller
2
•
to
a)
• H
a) bO
0
El r-1• to
Z
O O
cd cti
a) a)
O O
--.1' N
O 0
� aai (1)
,--1
a) +�
� a H
C _ a) � �) E
W U1 U U
El
O + O
H � c Pi
Z
FA G
� Z O O O 0
HW r 0"“- Ol x-
H
Pq Q CO
W a
(5 W 0
0
ca W w co
14 co a H alai 3
<4 0 a Cl) 3
U a W VD
O
A GB A Q -
O W
O 0
V- O O
• •
Ch ---) N
N-
Z IIIw
M
N N
•
0 qO
0 N
+3 H -
a) L(\
a) - in
C4 s a)
W a)U) +-) Z
Q H ,s; r- Ti
H •-1 V2 N- •rl w
P4 O O\ H O .s'
W ,qL�fl uu)) - as
0 a) to 0kr)W
O
O
Ca H 0 ED
P4
1 U) Si O
i+ 0 •• a) O
Z iW 0 H a
a) 0 a) •
Ti-t P. a)O •
oa `��wcn
t
co
el) 'GO
tr >23
QJHN PURCHASING DIVISION
ON THE WATER
NOTICE TO VENDORS: '
1 . We are submitting herewith for your consideration an
invitation to bid on:
64 x 40 x 18 WOOD SALT STORAGE BUILDING MATERIALS
2 . Bids must be addressed to Oshkosh Purchasing Division,
P.O. Box 1130 , City Hall , Oshkosh, WI 54902 . Envelope
shall show name of bidder , and must be plainly marked
in the lower left hand corner "Bid for. Salt Building
Materials"
3 . Bids must be on file in the office of the Purchasing
Agent no later than 10 :30 a.m. , C.D.S .T. , Wednesday,
May 28 , 1986 .
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 (35) calendar days following bid opening date , un-
less the bidder(s) , upon request of the Purchasing Agent ,
agrees to an extension.
6 . Bids will be publicly opened and read at the hour and
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. The certified check
or bid bond will be retained until 30 days after the City
completes the erection of the building. All missing/
defective parts shall be corrected before bid bond, etc.
will be released.
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 La Fontaine , Purchas-
ing Agent, Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: May 13 & 18th, 1986
CITY HALL - 215 CHURCH AVENUE - P.O. BOX 1130 - OSHKOSH , WISCONSIN 54902
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
FOR
64 X 40 X 18 WOOD SALT STORAGE BUILDING MATERIALS
DESCRIPTION OF WORK
Furnish and deliver to City of Oshkosh Street Department all
components for one (1) 64 X 40 X 18 pre-engineered salt
storage building in accordance with these specifications.
The supplier shall furnish all materials, working drawings,
shop drawings, and erection drawings necessary to erect the
building. The City of Oshkosh will be responsible for the
field erection of the building, however the supplier must
furnish a person for direction and erection advice.
DELIVERY AND SHIPMENT
All materials shall be delivered to the City of Oshkosh
Street Department after award of contract. Supplier shall
contact said Department seven (7) days prior to delivery so
that arrangements can be made to receive the materials. The
Trucking Company shall give at least 24 hours notice of the
exact delivery date and time.
The City of Oshkosh will unload the delivery trucks during
normal week-day working hours (7:00 a.m. to 3:00 p.m. ) ,
Monday - Friday. All components are to be bundled by the
supplier for ease of unloading and the largest bundle shall
not exceed 6,000 pounds. Each bundle shall be adequately
labeled for easy identification during erection.
FIELD ASSEMBLY AND SUPPLIER 'S REPRESENTATIVE
The City of Oshkosh will be responsible for field erection
of the building in accordance with the working drawings
and/or erection diagrams prepared by the supplier. .
Materials furnished shall be pre-cut to fit properly, and
suitably marked to require the least amount of field work.
The working drawings, shop drawings, and erection drawings
shall be prepared as required to clearly show the field
assemble procedure. However, should the need arise for
clarification of shop drawings or erection drawings, or for
correction of misfits, the supplier shall provide an
experienced field representative to assist in erection of
the building. The casts far the representative shall be
included in the supplier 's bid price.
WORKING DRAWINGS AND LIST OF MATERIALS
A. All bidders shall submit with their bid, two (2) copies
of working drawings and two (2) copies of the list of
building materials to be supplied.
B. The material list shall include description, type of
material , size and quantity far all items to be
furnished. These items shall include, but are not
limited to, treated timber posts, planks, ridge and
eave boards, structural braces and miscellaneous
structural members; and untreated timber roof trusses,
purlins, plywood, and louvers; and asphalt felt, roof
shingles, creosote oil , nails, bolts, washers, spikes,
cable, cable ties, and any other items needed for the
building. Any items omitted from the list of materials
and required during construction to complete the
building, shall be furnished by the vendor at no cost
to the City. It should be distinctly understood that
failure to mention any items which would normally be
required to complete the building shall not relieve the
supplier of his responsibility to furnish such items.
C. The supplier shall prepare working drawings, shop
drawings, and erection drawings as required to show the
proper construction of the building. All working
drawings shall be signed and sealed by a registered
architect or professional engineer. A total of eight
(8) copies of the working drawings will be required;
two (2) sets shall be submitted with the suplier 's bid
and six (6) additional sets will be required later for
the building permit application. Copies of all design
calculations shall be furnished to the City, if so
required. The supplier will be responsible to obtain
any State of Wisconsin approvals and pay all approved
fees.
PAYMENTS
Payments under this contract shall be in accordance with the
following terms:
a. Initial Payment - 90% of the total bid price to be paid
after delivery and receipt of the invoice.
b. Remaining 107. to be paid upon completion of erection,
but not longer than 90 days after receipt of initial
invoice.
c. Successful bidder 's bid bond or certified check of 5%
will be retained until thirty (30) days after the City
of Oshkosh completes the erection of the buildings. It
should be noted that all missing and defective parts
shall ne replaced and all misfits and erection problems
caused by faulty shop work shall be corrected to the
City's satisfaction before bid bond or certified check
is released.
CREOSOTE TIMBER SALT STORAGE BUILDING
1. SHAPE: Rectangular building with gable roof.
2. NOMINAL DIMENSIONS; Width - 40 '
Length - 44'
Vertical Clearance - 18 '
3. DESIGN REQUIREMENTS:
A. The building shall be designed to meet the requirements
of the purpose intended and applicable to the City of
Oshkosh and/or State Codes.
B. Minimum roof vertical live load - 30 p.s.f. on
horizontal projection.
C. Minimum wind load - 20 p.s.f.
D. Walls of the building must be designed to withstand a
lateral pressure from salt stored 14' high. (Weight of
salt - 72 lbs. /c.f. )
E. Building roof shall be watertight.
4. ENTRANCES
A. One (16' X 17' 6" H. ) vehicular entrance with sliding
wooden door on metal guides at one end. Door shall be
of treated lumber as specified.
5. STRUCTURAL FRAME
A. Shall consist of vertical rectangular wood posts set 4'
apart c/c and set a minimum of 4'-4" below paving.
Posts shall be long enough to provide a minimum 17'-6"
internal clearance height. Post may be rough lumber.
B. 3/4" galvanized tension cables shall be provided at the
top and bottom of posts to offset lateral loads.
C. Knee braces, horizontal braces, and diagonal braces
shall be provided for structural stability as required
by the supplier 's design engineer. The number o-=
braces which extend below the roof trusses shall be
limited to as few as possible.
6. SIDING:
A. Sides and Ends - Horizontal wood planks (minimum 12"
width) nailed inside posts. Plank thickness shall be
adequately sized to withstand lateral salt pressure and
be a minimum of 3" of thickness in single application
8' high, with 2" thickness the remaining height.
B. Planks shall be rough lumber, however, the sides shall
be S/E to 11 3/4" to fit tight against adjacent planks.
7. ROOF:
A. Sable roof trusses components (simple span with 4"
to
12" roar' slope) to be shop assembled.
3
B. Plywood sheeting (1/2" thick-minimum) .
C. Asphalt felt (30 lb. wt. - minimum) .
D. Fiberglass base self-sealing shingles (235 lb. wt. ) .
Color shall be earth tone, similar to- Johns-Manville
"Timber" or approved equal .
E. Provide wooden louver vents (minimum 8 s.f. each) at
each building end.
F. Roof shall overhang a minimum of 12" beyond outside
T 7, walls.
8. MATERIALS:
A. General
I. All materials shall be new, un-used and free of
defects.
II. A certificate of lumber grade and treatment must
be furnished to the City at the time of delivery.
III. All items shall be inspected visually, at the
erection site, for conformance with these
specifications. If deemed necessary by the City
and submitted to a testing laboratory selected by
the City and tested to verify compliance with the
specifications.
B. TIMBER
I. All timber shall be Douglas Fir (Coast Region) and
graded in accordance with the "Standard Grading
and Dressing Rules for West Coast Lumber" , Number
16, published by the West Coast Lumber Inspection
Bureau.
II. Posts shall be "Structural " Grade (beams and
stringers classification) with:
F = 1 ,600 psi (singular member use)
b
F = 1,050 psi
t
F = 85 psi
• v
F = 385 psi
cl
F = 1 , 100 p s i
r
E = 1 ,6000,00:0 (modulus a+ elasticity)
III. Rough planks shall be "No 1" grade with:
F = 1 ,500 psi (single member uses)
b
F = 1 ,000 psi
t
F = 95 psi
V
F = 385 psi
cl
F = 1,250 psi
c
E = 1 ,800,000 (modulus of elasticity)
IV. Finished (S4S) timber shall be "No 2" grade with:
F = 1 ,250 psi (single member uses)
b
F = 650 psi
t
F = 95 psi
V
F = 385 psi
cl
F = 1 ,050 psi
c
E = 1 ,700,000 (modulus of elasticity)
V. Plywood:
Each panel of construction plywood shall be
identified with the grade - trademark of the
American Plywood Association , and shall meet the
requirements of Product Standard "PS-1 " for
Construction and Industrial plywood. All plywood
shall be C-D interior with exterior glue.
C. Creosote Pressure Treatment
I. All timber below the roof trusses shall be
creosote pressure treated with a minimum retention
of 10 lbs. of creosote per c=f. of wood. Creosote
shall be in accordance with the "American !good
Preserves Association" Standards "Pl" and "P17" ,
and Pressure Treatment shall be in accordance with
their Standards "Cl" and "C2".
D. I. All hardware and cables shall be hot dip
galvanized.
II. Metal gusset plates on roof trusses shall be field
painted with asphalt paint. The supplier shall
furnish the paint.
9. ITEMS NOT PART OF THIS CONTRACT:
A. Temporary erection braces.
B. Lighting.
C. Roof drains and downspouts.
D. Bituminous concrete paving.
E. Site preparation.
F. Labor or equipment to erect sheds.
PROPOSAL
ONE ( 1 ) 64 x 40 x 18 WOOD SALT STORAGE BUILDING MATERIALS
FOR CITY OF OSHKOSH, WISCONSIN
We , the undersigned, propose to furnish the City of Oshkosh,
Wisconsin, F.O.B. 639 Witzel Avenue, Oshkosh, Wisconsin, all
components for one (1 ) 64 x 40 x 18 pre-engineered salt storage
building materials per specifications for the following amount :
$ 29,675.00
Bid
Delivery of Materials 4 - 6 weeks
Terms : 90% after delivery
10% upon completion not longer than 90 days after receipt
of initial invoice .
Warranty :
WHEELER CONSOLIDATED, INC .
Na of •mpa,
//40
L ian J . Castor
Name of Person making out the bid.
3340 Republic Avenue
P.O. Box 26100
SUBMITTED BY:
Address of Company
St. Louis Park, MN 55426
City State Zip
May 23, 1986 ( 612) 929-7854
Date elephone
•
Delivery schedule if
quotation accepted Four weeks after receipt of order
delivery F.O.B.,
Merrill, Wisconsin
315 E. First Street
Quotation Submitted By WHEELER DIVISION - ST. REGIS CORPORATION
Company
Box 26499
Address
St. Louis Park, MN 55426
By: V411171
u ian J. Castor
Dated: June 24, 1983
C. Creosote Pressure Treatment
1. All timber below the roof rafters shall be creosote pressure
treated with a minimum retention of 10 lbs. of creosote per
c.f. of wood. Creosote shall be in accordance with the
"American Wood Preserves Association" Standards "P1" and
"P13", and Pressure Treatment shall be in accordance with
their Standards "Cl" and "C2".
2. Additional creosote shall be supplied to owner for areas
that might be cut for minor adjustment in erection of
building.
D. Hardware
1. All hardware and cables shall be hot dip galvanized.
2. Metal gusset plates on roof rafters shall be field painted
with asphalt paint. The supplier shall furnish the paint.
IX. ITEMS NOT PART OF THIS CONTRACT
A. Temporary erection braces.
B. Lighting.
C. Roof drains and downspouts.
D. Bituminous concrete paving.
E. Site preparation.
F. Labor or equipment to erect sheds.
•
GUARANTEE
The supplier shall guarantee that all materials. supplied shall be good for
one year from completion of building as to defects not caused by owner
during construction. Therefore, supplier shall make inspection at com-
pletion of building to verify erection of building in accordance with
specifications and shop drawings.
BASE BID
ti
Material for pressure treated timber salt shed storage building, 28 feet
long, 24 feet wide, 16 feet high, with door at one end.
BASE BID
Tei
PROPOSAL
ONE (1 ) 64 x 40 x 18 WOOD SALT STORAGE BUILDING MATERIALS
FOR CITY OF OSHKOSH , WISCONSIN
We, the undersigned, propose to furnish the City of Oshkosh,
Wisconsin, F.O.B. 639 Witzel Avenue , Oshkosh, Wisconsin, all
components for one (1 ) 64 x 40 x 18 pre-engineered salt storage
building materials per specifications for the following amount :
$ Z3S91.OD
Bid
Delivery of Materials b (,c)� S F3tQAA F(t7-1 TrACT
Terms : 90% after delivery
10% upon completion not longer than 90 days after receipt
of initial invoice .
Warranty: ±E,P» )KTD i 1r�, I) PM .S+-H s
M-or:,,mrI) s.
Name of Company
Name of Person making out the bid.
SUBMITTED BY: 65)-I ( tUS ST,
Address of Company
pity State Zip
Y Z'� 1986 AH ) �'� •bQ
Date Telephone
Ys-
/4L-TEMPO-F_ PROPOSAL
ONE (1 ) 64 x 40 x 18 WOOD SALT STORAGE BUILDING MATERIALS
FOR CITY OF OSHKOSH, WISCONSIN
We , the undersigned, propose to furnish the City of Oshkosh,
Wisconsin, F.O.B. 639 Witzel Avenue , Oshkosh, Wisconsin, all
components for one ( 1 ) 64 x 40 x 18 pre-engineered salt storage
building materials per specifications for the following amount :
$ t1j11,00
Bid
Delivery of Materials l=? (i0E114S FfitiOM DJ 6)/47)7=A4=1-
Terms : 90% after delivery
10% upon completion not longer than 90 days after receipt
of initial invoice .
Warranty : i() i/c-S.
tAl2 .1=0 -"BVAII>EXS
Name of Company
//0,546/1/44-
Name of Person making out the 'bid.
SUBMITTED BY: 1sY-1 125)4Yos
Address of Company
t)=00-.1 0Z, S'Ailk//
City State Zip
MI 2 S?) 1986 (j)))4) Pji
Date Telephone
PozrEtNIA--1-W- CIA-155TrTVITtl_ J 'AN.E.Etg fivqj 14-0,Al2Y
Cnt--)a 4 >L-).a.) 1-14ANK S-Dixni-E4b14 *Japi.0 E
4*
pF j /E) --Thitgrk4C‘
QLP Fi1iW45) /
07-14-173-1-g- FEIA1VsKES• _5 iV•ifL.E • _ _ __