Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Marion Body Works
AGREEMENT THIS AGREEMENT made and entered into this 21st day of -June, 1985, by and between MARION BODY WORKS, INC. , P. 0. Box 500, 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: WEEREAS, the Common Council of the City of Oshkosh by reso- luton duly adopted on the 20th day of June, 1985, 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: Refurbish one (1) module ambulance (removal & remount module on chassis w/trade of chassis For Fire Department according to the specifications and bid for same on file in the office of the City Clerk. NOW, THEREFORE, pursuant to said resolution of the Common Council of the City of Oshkosh, the parties hereto agree as follows: 1. That the party of the first part will furnish same to the City, all in accordance with the specifications and bid on file in the office of the City Clerk. 2. That no assignment of this agreement or of any rights thereunder by said party of the first part, shall be valid with-out the written consent of the City; and that this document including the specifications and bid, constitutes the entire agreement 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 $22,617.00 , 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 Presences of: MARION BODY WORKS, INC. _ 1�== — BY: I 411b Signature of the sole pro- _ _ prietor, or name or corporation o //partners ip 4477"irs,s V1(4404 Afilk//''14',;.--°'''' ,F9 G p� ''q ,{ � ,- .4“.T4,�4- President ,0 � --ft .tea P1-\(,- i_. �p Asst. Secretart � y� V yk _ CITY OF 0 KOSH / __ BY: 4%G G/,�.•-r / / Will 'am D. Frueh, City M er , A �..c�� _ And: ✓ 7ti���z. ��;'—�-�Lrte"? Donna C. Serwas, City Clerk Approved as,-.to form and execution: I hereby certify that the necessary provisions have ._- .. • A. i It been made to pay the lia- Warren P. Kra t, bility that will accrue Asst. City Attorney under this Contract. EDWARD A NOKES, City Comptroller 2 * Z 'o A) • A) C) "3 O '3 H• • H. H- A.) 0 0 0 CD bd CD CA •- O H• x a CA E 0 W h-IVla ■l O CJ• H• - : (D C) t0 0 (D Vl "5 (D 0 X• X o. 0) N (D Cn 0 (D H ct a CD 0 a 0 • Co B 0 a • N C7 C") 7d to 7d N xxt=JH t17 '-a o CT CI) Cn O Cd O C!) CnC "17 H 7d 7d �O 11 H H z 0 C7 bd Cb C") • CAC/) H7d C/) O rn O Cn C!) A) O 3 7d O x x O (n Cn * y t7 CTJ O O W H 7d C O z Cn (n (n r7t� a t7 H• C11 O H O z R° C H• '11 z C17 Cn C7 O tri C7 CD 1 b C CD N H C1 = IX) VD 3 a '3 W 7d x Cl7 H Co CrJ C7 L z Cd W C7 (n O H C CYN C11 VD X '11 Ca 7 I HZ H Cn H 77 H• O z o Q9 0 3 70 tll cr H C7 3 x C O H• OrC CCI7a O '3 r '1 0 (D z sz� w (n CD H. Cd 0 c� 0) N C7 H W 0 H Cr) W "3 Ca t'7 r • CD Ca a 7d H () 0 H• A) 3 C CD CD O) H• Cn 7tl o b •0 I-< CD W o ct (D B C7 Ld Cr' H✓ � cr : C H (0 0 0 PROPOSAL We, the undersigned, propose to furnish the City of Oshkosh Fire Department, f .o .b. 101 Court Street , Oshkosh, Wisconsin, 54901 , the following per specifications or noted exceptions , for the following amount: One (1 ) current year chassis: 1986 FORD F-350 flake of chassis & model number - $ 14,030 ** Less trade-in one 1979 Ford F-350 chassis (only) $ 750 Net bid w/trade $ 13,280 .Bid without trade $ 14,030 Bid for removal & remounting module on chassis $ 9,337 Total for entire bid package (with bidder to keep trade-in) $ - 22,617 _ Total for entire bid package with- out old chassis $ 23,367 Delivery of chassis Est. 90 days Delivery on completed unit after receipt of chassis 30 days Terms Chassis payment due on receipt at our plant, balance on completion. Warranty (Chassis) 1 ear on complete unit, 2 ears on y p y power train. Warranty (Module) 1^year on work performed. MARION BODY WORKS, INC. Name of Company SUBMITTED BY: Bob Mattes; Sales Specialist, Emerg. Vehicles Name & title of person making out bid Date „June 12 1985 P. O. Box 500, Marion, WI 54950 Address of company ** Chassis price is based on 1985 pricing. If there is an increase in 1986, this cost would be passed on to Oshkosh Fire Department. • SPECIFICATIONS ONE (1 ) TRUCK CHASSIS BUILT IN ACCORDANCE WITH KKK-A-1822 ITEM NO. - EQUIPMENT Specifications : Current year , 8 cylinder , 11 ,000 lbs . GVW minimum. Curb weight of cab chassis and modular shall not be more than 90% of total GVW. Bidder 's Proposal : Model FORD F350 Year IqE349 Cy l . 8 GVW //, COO ITEM NO. 2 ENGINE Specifications : 450 CID Minimum- V-8 gas with engine cooling package . Bidder'sProposal: 4(p0 4V V-8 Q..rSolsty ITEM # 3 - WHEELBASE Specifications : 161 " minimum (84" c/a) Bidder 's Proposal : mop' 1,1/3 el (: A ITEM NO. 4 SPRINGS Specifications : Front 2000 lbs . each, rear 4100 lbs each, leaf type w/aux Bidder 's Proposal : t.94/10,0#.f,,/Lo 4'/DO 04. d..44-1/ ITEM NO. 5 - WHEELS AND TIRES Specifications : (7) 215/85R 16 D Michelin - Load Range D, steel belted radial , dual mud and snow on rear , spare and front Hiway tread. Bidder 's Proposal : Si ,P2/5/g5R No crnnt ihwAy RFar klub 4$,10 .0 ITEM NO. 6 - SHOCKS Specifications : Heavy duty, double acting Bidder ' s Proposal : fy,.Z), ITEM NO. 7 - EXHAUST SYSTEM Specifications : Full length to modular side Bidder 's Proposal : ajri4/9L-y Specifications Truck Chassis Page 2 ITEM NO. 8 - AXLE Specifications : Front 4000 lb. capacity w/stabilizer bar , Rear 8200 lbs . capacity 4 .10 : 1 ratio , configured with dual wheels , at least 55" between inside tires . Bidder 's Proposal : Front //DUO Rear '4,jt) Ratio 4: 10 To I Confi&uration L1fr14���(S4ip ITEM NO. 9 - BRAKES Specifications : Heavy duty hydraulic boosted power front discs. Parking brake , cable actuated rear brakes . Bidder 's Proposal : Type J.I yprhuLl . Front I SG ITEM NO. 10 - TRANSMISSION Specifications : Heavy duty, 3-speed F, 1 Rev. , non-slip rear-end differential . Transmission oil cooler Proposal : Type SQLec-i Bidder 's ,4uTOnifi.%, Rear-end Differentialb m ./4 56p Transmission cooler >/es ITEM' NO. 11 - STEERING Specifications : Power Bidder 's Proposal : ITEM NO. 12 - BATTERIES Specifications : (2) 80 amp hour minimum, 12 volt , deep cycle type , Cole- Herse 705 or equal switch. Note: batteries protected by battery isolator which will maintain equal charge in both bat- teries . Maintenance free batteries not accept- able. Bidder ' s Proposal : [ 01.1y4,121 ITEM NO. 13 - BATTERY CHARGER J Specifications : One (1 ) #5660 Koehler to be installed behind driver 's seat . Bidder ' s Proposal : Specifications Truck Chassis Page 3 ITEM NO. 14 - RADIATOR Specifications : Heavy Duty Bidder 's Proposal : i•r ew6bi ,, Aka , • ITEM NO. 15 - ALTERNATOR Specifications : 200 amp. Leece Neville #5523AA/1111CA rectifier remote .mounted outside. .engine_..comp.-_._ .____ External cooler blower bo be provided. Bidder 's Proposal : 1`2PcAlFlt°Y' WILL Bets \iosr-l-u # MVID3O-41 00 ITEM NO. 16 - LIGHTS Specifications : Standard: (2 ) headlights, (2) taillights with brake light, back-up lights , license plate rear light, 4- way hazard, (2) front mounted Halogen fog lights , Perlux #26 or equal . Bidder' s Proposal: : .0.-►-7/0Zi/ ITEM NO. 17 . - SIGNAL FLASHER Specifications : Variable Heavy Duty load turn signal flasher Bidder 's Proposal : ^CpmjpL./ ITEM NO. 18 - FILTERS Specifications : a: Oil - Disposable cartridge type b: Dry type air cleaner Bidder's Proposal : a. e2, nLy b.6p ,2/i9 / ITEM NO. 19 - GAUGES / Specifications : a: Oil Pressure b: Ammeter (shunt type for 200 amp alternator) c : Voltmeter d: Water Temperature Bidder 's Proposal : a4 iypL)/ 13-4 44)04/., c .e20,, 4( d.,Com,OL'/. ITEM NO. 20 HEATER // Specifications : Installed deluxe high output fresh air type Bidder 's Proposal : 60i1qP Specifications Truck Chassis Page 4 ITEM NO. - 21 AIR CONDITIONING Specifications : Standard manual Bidder 's Proposal : oR O -,vctit►-,d /b!,,- iv L✓ ITEM NO. 22 - HORNS Specifications : Dual Electric Bidder ' s Proposal : I v a. 40.,1,..6 ITEM NO. 23 - WIPER/WASHERS Specifications : Two-speed intermitent Bidder 's Proposal : Coy1/4/7L),/ ITEM NO. 24 - THROTTLE Specifications : Electric Vernier Throttle Bidder 's Proposal : 4/A V1Ver Au4-p, 't1�ro}�Le ITEM NO. 25 - GAS TANKS Specifications : Two (2) with capacity of approx. 40 gallons- gas caps to be/ snap on acti on type Bidder's Proposal: ap. Fu rni/s cd (By ©s/7/&c# ITEM NO. 26 - TRIM Specifications : a: Drip rails , sill plates , deluxe interior/ exterior trim b: dome light w/map lights c : cigarette lighter d: chrome front bumper and grill e : insulation package f : center mount console to contain all switching ,console to accommodate radio/siren g: interior to be black in color h: all windows tinted Bidder 's Proposal : a. D4! b. oE1 c . d7k d. o!e e . off. f . \ g . ok- h. 0k ITEM NO. 27- MIRRORS '‘A---" Trig-n.4 r- P-0-0 ni .2x16 tiA g .-Id c. Specifications : (2) low mount chrome 7" x 10" with convex mirror in lower corner of each mirror Bidder 's Proposal : �a�� Specifications Truck Chassis Page 5 ITEM NO. 28 - SEATS Specifications : a. Full depth buckets b. Arm rest on each cab door , dual sunvisors . Arm rests and visors to be padded. c. Each door shall have storage pockets Bidder ' s Proposal a. 7,1,)m19Ly b. _�,e Ly c. 6. PL / ITEM NO. 29 - TOW HOOKS Specifications : To be installed on front frame Bidder ' s Proposal : 69 07pL,/ ITEM NO. 30 RUSTPROOF / Specifications : Chassis to be rust proofed Bidder 's Proposal : Z,P 6, - ITEM NO. 31 WARNING DEVICE Specifications :- Federal Model 58 warning device to be mounted on cab roof and wired to 2 foot buttons. Bidder 's Proposal : Co me2 Ly/ ITEM NO. 32 : HOOD VENTS Specifications : Hood vents to be installed per City and manufacturer location Bidder 's Proposal : �� /7Gi/ Note : Bidder to provide literature on unit being bid SPECIFICATIONS REMOUNT TYPE 1 AMBULANCE CITY OF OSHKOSH FIRE DEPARTMENT . 1 . The remounting of one ( 1 ) Marion Type 1 ambulance shall consist of removing from existing Ford F-350 chassis and remount on a new 1985 or 1986 chassis . 2 . Install two new bucket seats in cab per example in present units . 3 . Install a Vanner automatic electric throttle . 4 . Install a Leece-Neville 200 amp alternator. 5 . Transfer all electrical equipment , lights , siren, console etc. from old chassis to new one . 6 . Ziebart cab and chassis frame . 7 . Repaint rear left cabinet door . 8 . Replace vinyl flooring in module . 9 . Repaint left side from orange stripe down and replace lettering in this area. 10 . City will furnish blueprints of existing unit upon request . GENERAL Within 30 days AFTER notification of the award of the bid, the manufacturer must submit a detailed construction blue- print to be reviewed by the City of Oshkosh Fire Department . Vehicle and equipment must pass all state , federal guide- lines and stress tests , and must meet KKK-A-1822 (Federal specifications for ambulance) . Successful bidder to provide for two (2) separate plant visitations by City of Oshkosh Personnel . SIGNS "No Smoking" signs shall be placed in cab, warning of oxygen use . CITY OF ' -, , 0 Gs WISCONSIN gam !:; lig!''fl PURCHASING DIVISION NOTICE TO VENDORS: 1 . We are submitting herewith for your consideration an invita- tion to bid on : REMOVAL AND REMOUNTING ONE ( 1 ) TYPE 1 MODULAR AMBULANCE FOR THE CITY OF OSHKOSH FIRE DEPARTMENT 2 . Bids must be addressed to Oshkosh Purchasing Division , P.O. Box 1130 , City Hall , Oshkosh , Wisconsin 54902 . 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.D.S .T. , Monday , June 17 , 1985 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 (35) 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 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 in the amount of 10% must accompany the proposal , if the bid is accepted, the bid- der must execute and file the proper contract within ten ( 10) days after award by the Common Council and receipt of the contract form for signature . 8 . Contract Surety : The successful bidder shall furnish a surety bond in an amount of at least equal to 100 percent ( 100%) of the contract price as surety for the faithful performance of this contract and for the payment of all persons performing labor and furnishing materials in conneciton with this contract . 9 . The City reserves the right to reject any and all bids and to waive any informalities in bidding . 10 . For specifications and further information concerning this invitation to bid, contact Donald La Fontaine , Purchasing Agent , Room 312 , City Hall or telephone (414) 236-5100 . William D. Frueh City Manager PUBLISH: June 7 1985 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 ONE ( 1 ) TRUCK CHASSIS BUILT IN ACCORDANCE WITH KKK-A-1822 ITEM NO. - EQUIPMENT Specifications : Current year , 8 cylinder , 11 ,000 lbs . GVW minimum. Curb weight of cab chassis and modular shall not be more than 90% of total GVW. Bidder ' s Proposal : Model Year Cyl . GVW ITEM NO. 2 ENGINE Specifications : 450 CID Minimum- V-8 gas with engine cooling package . Bidder' s Proposal : ITEM # 3 - WHEELBASE Specifications : 161 " minimum (84" c/a) Bidder 's Proposal : ITEM NO. 4 SPRINGS Specifications : Front 2000 lbs . each, rear 4100 lbs each , leaf type w/aux Bidder 's Proposal : ITEM NO. 5 - WHEELS AND TIRES Specifications : (7) 215/85R 16 D Michelin - Load Range D, steel belted radial , dual mud and snow on rear , spare and front Hiway tread. Bidder 's Proposal : si „ Prnnt Rpar ITEM NO. 6 - SHOCKS Specifications : Heavy duty, double acting Bidder 's Proposal : ITEM NO. 7 - EXHAUST SYSTEM Specifications : Full length to modular side Bidder 's Proposal : Specifications Truck Chassis Page 2 ITEM NO. 8 - AXLE Specifications : Front 4000 lb . capacity w/stabilizer bar , Rear 8200 lbs . capacity 4 . 10 : 1 ratio , configured with dual wheels , at least 55" between inside tires . Bidder ' s Proposal : Front Rear Ratio Configuration ITEM NO. 9 - BRAKES Specifications : Heavy duty hydraulic boosted power front discs . Parking brake , cable actuated rear brakes . Bidder ' s Proposal : Type Front ITEM NO. 10 - TRANSMISSION Specifications : Heavy duty, 3-speed F, 1 Rev. , non-slip rear-end differential . Transmission oil cooler Bidder 's Proposal : Type Rear-end Differential Transmission cooler ITEM NO. 11 - STEERING Specifications : Power Bidder ' s Proposal : ITEM NO. 12 - BATTERIES Specifications : (2) 80 amp hour minimum, 12 volt , deep cycle type , Cole- Herse 705 or equal switch. Note : batteries protected by battery isolator which will maintain equal charge in both bat- teries . Maintenance free batteries not accept- able . Bidder ' s Proposal : ITEM NO. 13 - BATTERY CHARGER Specifications : One ( 1 ) #5660 Koehler to be installed behind driver ' s seat . Bidder 's Proposal : Specifications Truck Chassis Page 3 ITEM NO. 14 - RADIATOR Specifications : Heavy Duty Bidder ' s Proposal : ITEM NO. 15 - ALTERNATOR Specifications : 200 amp. Leece Neville #5523AA/1111CA rectifier remote mounted outside engine comp . External cooler blower bo be provided . Bidder 's Proposal : ITEM NO. 16 - LIGHTS Specifications : Standard : (2 ) headlights , (2) taillights with brake light , back-up lights , license plate rear light , 4- way hazard , (2) front mounted Halogen fog lights , Perlux #26 or equal . Bidder ' s Pro op sal:_: ITEM NO. 17 . - SIGNAL FLASHER Specifications : Variable Heavy Duty load turn signal flasher Bidder ' s Proposal : ITEM NO. 18 - FILTERS Specifications : a: Oil - Disposable cartridge type b: Dry type air cleaner Bidder ' s Proposal : a. b . ITEM NO. 19 - GAUGES Specifications : a: Oil Pressure b : Ammeter (shunt type for 200 amp alternator) c : Voltmeter d : Water Temperature Bidder ' s Proposal : a. b • c . d• ITEM NO. 20 HEATER Specifications : Installed deluxe high output fresh air type Bidder ' s Proposal : Specifications Truck Chassis Page 4 ITEM NO. - 21 AIR CONDITIONING Specifications : Standard manual Bidder ' s Proposal : ITEM NO. 22 - HORNS Specifications : Dual Electric Bidder ' s Proposal : ITEM NO. 23 - WIPER/WASHERS Specifications : Two-speed intermitent Bidder 's Proposal : ITEM NO. 24 - THROTTLE Specifications : Electric Vernier Throttle Bidder ' s Proposal : ITEM NO. 25 - GAS TANKS Specifications : Two (2) with capacity of approx. 40 gallons- gas caps to be snap on action type Bidder 's Proposal : ITEM NO. 26 - TRIM Specifications : a: Drip rails , sill plates , deluxe interior,/ exterior trim b: dome light w/map lights c : cigarette lighter d: chrome front bumper and grill e : insulation package f : center mount console to contain all switching ,console to accommodate radio/siren g : interior to be black in color h : all windows tinted Bidder 's Proposal : a. b. c . d. e . f . g . h. ITEM NO. 27- MIRRORS Specifications : (2 ) low mount chrome 7" x 10" with convex mirror in lower corner of each mirror Bidder 's Proposal : Specifications Truck Chassis Page 5 ITEM NO. 28 - SEATS Specifications : a. Full depth buckets b . Arm rest on each cab door , dual sunvisors . Arm rests and visors to be padded. c . Each door shall have storage pockets Bidder ' s Proposal a. b . c . ITEM NO. 29 - TOW HOOKS Specifications : To be installed on front frame Bidder ' s Proposal : ITEM NO. 30 RUSTPROOF Specifications : Chassis to be rust proofed Bidder 's Proposal : ITEM NO. 31 WARNING DEVICE Specifications : Federal Model 58 warning device to be mounted on cab roof and wired to 2 foot buttons . Bidder 's Proposal : ITEM NO. 32 : HOOD VENTS Specifications : Hood vents to be installed per City and manufacturer location Bidder ' s Proposal : Note : Bidder to provide literature on unit beint bid SPECIFICATIONS REMOUNT TYPE 1 AMBULANCE CITY OF OSHKOSH FIRE DEPARTMENT 1 . The remounting of one ( 1 ) Marion Type 1 ambulance shall consist of removing from existing Ford F-350 chassis and remount on a new 1985 or 1986 chassis . 2 . Install two new bucket seats in cab per example in present units . 3 . Install a Vanner automatic electric throttle . 4 . Install a Leece-Neville 200 amp alternator . 5 . Transfer all electrical equipment , lights , siren, console etc. from old chassis to new one . 6 . Ziebart cab and chassis frame . 7 . Repaint rear left cabinet door . 8 . Replace vinyl flooring in module . 9 . Repaint left side from orange stripe down and replace lettering in this area. 10 . City will furnish blueprints of existing unit upon request . GENERAL Within 30 days AFTER notification of the award of the bid, the manufacturer must submit a detailed construction blue- print to be reviewed by the City of Oshkosh Fire Department . Vehicle and equipment must pass all state , federal guide- lines and stress tests , and must meet KKK-A-1822 (Federal specifications for ambulance) . Successful bidder to provide for two (2) separate plant visitations by City of Oshkosh Personnel . SIGNS "No Smoking" signs shall be placed in cab, warning of �'�' oxygen use . PROPOSAL We , the undersigned, propose to furnish the City of Oshkosh Fire Department , f .o .b . 101 Court Street , Oshkosh, Wisconsin, 54901 , the following per specifications or noted exceptions , for the following amount : One ( 1 ) current year chassis : 198 $ Make of chassis & model" number Less trade-in one 1979 Ford F-350 chassis (only) $ Net bid w/trade $ Bid without trade $ Bid for removal & remounting module on chassis $ Total for entire bid package (with bidder to keep trade-in) $ Total for entire bid package with- out old chassis $ Delivery of chassis Delivery on completed unit after receipt of chassis - Terms Warranty (Chassis) Warranty (Module) Name of Company SUBMITTED BY: Name & title of person making out bid 1985 Date Address of company MARION July 9, 1985 iU City of Oshkosh C 11 y„ Purchasing Division c� 85 P. O. Box 1130 os4I sygR� City Hall whit Oshkosh, WI 54902 Gentlemen : In accordance with the terms of our contract for the removal and remounting of one (1) Type I Modular Ambulance, enclosed please find a 100% Performance Bond for this work. Thank you for your order and this opportunity to serve your community. Sincerely, •11, /7 err lbauer Sales Manager Emergency Vehicles JM/dme Enclosure - Performance Bond Marion Body Works, Inc. 211 W. Ramsdell P.O. Box 500 Marion, Wisconsin 54950-0500 715/754-5261 3 ' ::N y .-.:A . % :; � S - , -" . rel ' - _ .•_r- �UNITIED STATES IFIIDIEILII o4i IA RAN T Y CO MPANY C ;`f!:,∎! (A Sto k tom any) G4; L'j PERFORMANCE BOND Approved by The American Institute of Architects .?i ,i A. I.A. Document No.A-311(February 1970 Edition) t BOND NUMBER 1'.,:: IF-"JI """' KNOW ALL MEN BY THESE PRESENTS: Ei;;,t'i .iz� That MARION BODY WORKS, INC. CC ( `1 it ;t::::',, , P. 0. BOX 500, MARION, WISCONSIN 54950 as Principal, II hereinafter called Contractor, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, Baltimore, Maryland, as Surety, hereinafter called Surety, are held and firmly bound unto _•>`i 1 CITY OF OSHKOSH, 215 CHURCH AVE. , OSHKOSH, WI 54902 '' r.', 't TWENTY, in the amount hereinafter called Owner —TWO THOUSAND SIX HUNDRED SEVENTEEN re . as Obligee , i of ' AND NO/100 1 Dollars ($ 22 t 617.00 ) ., ;,. i for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and :il. ;i severally, firmly by these presents. :! j! WHEREAS, Contractor has by written agreement dated JUNE 21, 19 85 entered into a contract with Owner for IU REFURBISH ONE (1) AMBULANCE il Pc'i . e Y': r ' in accordance with drawings and specifications prepared by ) '' (Here i^sert full name, title and address) =1 ' , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully Ik •'. - P P Y Y Perform ,., =T-� said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. k=Y The Surety hereby waives notice of any alteration or extension of time made by the Owner. %- a Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations _'_ thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the Contract in accordance with its terms and conditions, or r (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the low- €:ji E'-'4 est responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, %' arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a -'' succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall '' ;; i mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by ,,~I F;r Owner to Contractor. "'1 Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the ! -.-j Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or "'') the heirs, executors,administrators or successors of the Owner. ji _ ^f _ Signed and sealed this 5th day of JULY 19.85 _"! In the presence of: MARION BODY WORKS, I ; , fitness 1 (Seal) .., -j ) Pnncipnl • �t T,TE�I1 ' AND GU TY COMPANY � . .21,44512w- ,i , ,r-,-1-46.-2-.4-1.-- i " •E'•i, (witness) By / ,/ �' �(�' y ..... . (Seat) ! l At orneK:in ct i contract 2 1 1 (2-70) .moo • CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 97073 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint Alvin C . Braun , Jr . , John M . Lundquist , Timothy R . Nickels , John D . Van Groll , Mary M . VandenBurgt , Dennis W. Gillespie , Richard J. DeVries and Vione L . Shane of the City of Appleton , Stereo( Wisconsin its true and lawful attorneys in and for the State of Wisconsin for the following purposes, to wit: To sign its name as surety to.and to execute, seal and acknowledge any and all bonds,and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY. through us, its Board of Directors, hereby ratifies and confirms all and whatsoevetxt! JiX anyone of the said Alvin C . Braun , Jr . and the said John M . Lundquist and the said Timothy R . Nickels and the said John D . Van Groll and the said Mary M . VandenBurgt and the said Dennis W. Gillespie and the said Richard J. DeVries and the said Vione L . Shane may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 19th day of April , A. D. 1985 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By Charles D . Zimmerman , III Vice-President. (SEAL) (Signed) ..BAbe.r.t..Q.....Bruce Assistant Secretary. STATE OF MARYLAND, ) i ss: BALTIMORE CITY, On this 19th day of April , A. D. 19 85 before me personally came Charles D . Zimmerman , III , Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Robert G . Bruce ,Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they,the said Charles D . Zimmerman ,I I I and Robert G . Bruce were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President and Assistant Secretary,respectively, of the Company. My commission expires the first day in July, A. D. 19 86 Margaret M., Hurst (SEAL) (Signed) Notary Public. STATE OF MARYLAND Sct. BALTIMORE CITY, I, Saundra E . Banks ,Clerk of the Circuit Court for Baltimore City,which Court is a Court of Record, and has a seal, do hereby certify that Margaret M . Hurst .Esquire,before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said Notary,and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Circuit Court for Baltimore City, the same being a Court of Record, this 19th day of April ,A.D. 1985 (SEAL) (Signed) Saundra E . Banks Clerk of the Circuit Court for Baltimore City. FS 3(1-83) .•'"'�e COPY OF RESOLUTION That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland,and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its 'Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or othery;se, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protc. )n of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking,or anything in the nature of either of the same. I, Theodore G . Parks , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Alvin C . Braun , Jr . , John M . Lundquist , Timothy R . Nickels , John D . Van Groll , Mary M . VandenBurgt , Dennis W. Gillespie , Richard J . DeVries and Vione L . Shane of Appleton , Wisconsin , authorizing and empowering them to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Beard of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November,1981, at which meeting a quorum of the Board of Directors was present,and that the foregoing is a true and correct copy of said resolution,and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on July 5, 1985 (Date) k.:X°.°46A'C'*AboikiV Assistant Secretary..