Loading...
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 • _ _ __