HomeMy WebLinkAboutPommerening Doge/Parks Dept i
A G R E E M E N T
THIS AGREEMENT made and entered into this 20th day of February, 1984 ,
by and between POMMERENING DODGE, INC. of 237 N. Washburn
St. , Oshkosh, WI 54901 , 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 16th day of February , 198 4 , 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:
One (1) 1/2 ton pick up truck for Parks 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 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 $ 7 ,675 .00 (w/trade) , 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 or partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
I n the presence of: POMMERENING DODGE, INC.
Signature of sole proprietor, or name
or corporation or partnership
" „
/
/ President or Partner
Secretary
CITY OF CSHKQ H
- Ill , , „ A
lit: A k ! •'■ \ _/.�._ BY: L `._,e`-f- 2/�-
WIL AM D. FRUEH, City Manager
Y er 9
I idiAte X )7y,011,trAl-Z1
'f' ./\1 4 , i /i / , , t
DONNA C. SERWAS;City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approv-d as to .rm and liability that will accrue under this
(1x- 41/Ion: cont ct:
Js PENCE, ity Attorney EDWARD A. NOKES, City Comptroller
s
U) in cn
•., r-i of $.4 "-4 al S-. "-a al
F O E b b 0 E1-Li 0 E b
Z CI) $■ OI O ai F. 01 in S. O'cn a cdCM b Ie cdo mO •-
a a) 01 aof a) oI
(24 LII >,
d F NI a) 4-, CIO >,N1 a) TNI N
.•� .- .--- Z cn CD U ,-- �- z Z
U)
a U) U) •CO U)
W >. >. >,
> (d cd O ai
j "0 b 0) "0
F
0
W a a
oo oa oa
CD
CUQ � ¢ 0) < god o <
F
a
d F 0 O O 0
a- a o 0 0 0
CU o W
a x1=1 o N5 in O
q F d in in in
Cl) co 1-1 H a — co M
aG 0 MI 3 F o0 co t\ co
C4 .—
a.
-
a W
o >• =
AL, a
= QH 00 o O o
U a w
0 o O
= CO x O 'CS O 0 U
Oa W FF O .. In O �
F L.I. W r-. o) 0 ,-- •g:1- C.) O •—
z 3 - Li I CO t cc
a. a r N'
= W
z
W
U Cl. I
CD W
a. ra
z ca a O O 0
O F O 0 0
Lf) * 0 O O
\N CJ) in O O
W 2 N N N
n ir4 H
W
z •
0 0 0
Q o 0
1-1 CD 1..0 c1.01-r) o) >
S- AGa 0) 0 U
$�
F
•
U F
0
F--I .AN
U a) • 0
4 U U • 1 =
∎--i •H g U H
• > H
•• a) • 1-I N
w�
V) Q
Cn N a) Cr) — 0)
o 0 0 bA 0 (2) V) `
..- •`0) 021 0) "0 S-". C7) O0 N i
- .- � 0 S-1 •f• cd o) I I
U) U N to ►r) Q 0 Li') $•. •0-
0 o a) M A cd >,cn
b '--1 1-1 M I-4 OD..0 H C7 al
t•. 3 cd s- 3 0 U) 3 3 H
'0 4 Cn •r•I al a) b 3 1 ••
S-• X - s~ 3 •• "0 ad 4
0 .s~ $-, 0 .4 a) .4 •-I 0 r--I
CI • V) a) XI V) I. U) C/] $. g I
0 .-I o a) Z o as •r+ I a)
-I x N •.. E ..- 4-) 1-1 'b
.1~ 0 .1; 4 0 ,.:~ EN- . U) o I•• al
ai 1/4— in a) • N O M U) a) n a) L.,
a) 0 a. 0 O. N o 3 N L>7 E-.
CITY OF
P.O.SOX 1130
OSHKOSH.WISCONSIN sou
CITY NAIL I. 215 CHUICH AVE.
Purchasing Division
NOTICE TO VENDORS:
1 . We are submitting wherewith for your consideration an in-
vitation to bid on:
ONE ( 1 ) DIESEL TRUCK CHASSIS- SANITATION DIVISION
ONE ( 1 ) PICKUP TRUCK -PARKS DEPARTMENT
ONE ( 1 ) PICKUP TRUCK- SANITATION DIVISION
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 Trucks"
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10: 30 a.m. , C .S .T. , Wednesday, February 1 , 1984 .
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 diys 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 . Although no certified check , cashier 's check, or bid bond must
accompany the proposal , if the bid is accepted , the bidder 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 . 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, Purchasing Agent ,
Room 312 , City Hall or telephone (414 ) 424-0265 .
William D. Frueh
City Manager
PUBLISH: January 22 , 1984
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.
i�
•
SPECIFICATIONS CONTINUED
Bidder's
• Item Specifications Proposal
16-Cab Standard cab with heavy duty black
vinyl foam rubber seats, tilting seat
back and dual sun visors standard
17-Mirrors One inside--two outside mirrors, a. day/night (inside)
7" X 10", low mount b. 6 x q mirr(-Outside)
18-Bumpers Standard front-rear step bumper with Front: .hrome
trailer hitch
19-Lights/ Self-cancelling directional signals stand rd „�
Signal front and rear, (4) way hazard, back-
up lights ntanriarri
20-Wipers/Washers Dual 2-speed electric windshield wipers
and washers
standard
21-Filters Oil - cartridge type a. throw away •
Dry type air cleaner b. paper
22-Paint DuPont Dulux #75306 a.4 yes
23-Rustproof Truck to be rust proofed a. Chrysler Rust Proof
24-Body: Fleetside steel pick up type, 8' in- a. yes
side length, steel floor.
Cab to have rain drips above the doors b. yPr
TRADE-IN: One ( 1 ) 1972 IHC 1 ton pickup. Can be inspectd at the
Parks Department . For advance arrangements, call Russ
Larson 236-5081 .
SPECIFICATIONS -
ONE PICK UP TRUCK FOR
CITY OF OSHKOSH PARKS DEPARTMENT
The following are minimum specifications for a pick up truck. The vender shall complete
every space in the "Bidder's Proposal" column with an "as specified" notation if the item
being quoted is exactly as specified or a description to indicate any deviation of the
item being bid from the "specification" column. Any additions, deletions or variations
from the specifications must be noted.
Bidder's
Item Specifications Proposal
1- Quanity (1) One
2- Equipment Current year and model pick up truck Manufacturer Dodge
6 cy linder, 9400 GVW minimum Year 94 Model D-1 0
Cylinder eight GVW 5-150
3- Engine 302 CID maximum
319 CID
4- Wheel Base 131" Minimum
131 "
5- Springs Heavy Duty , front 1,300# each and Front each 1500.#
rear 1,800# each Rear each 1 '12N
6- Wheels & Tires (5) standard truck type tires P275/75
R15
L78-15 or equal- mud & snow on
rear wheels Mud & snow on rear
7= Shocks Heavy duty, double acting front & rear
Heavy Duty
8- Exhaust System Full Length
Full length
9- Brakes Power
Std
10-Transmission Automatic
3 speed automatic
11-Steering Power
Power
12-Battery 65 amp. hour or better
370
13-Alternator 40 amps or better
Regulator
60 amp
14-Gauges Standard: oil, gas, temp.
oil gauges - (7fra� 4. i,_r,,to
15-Heater/ Standard
Defroster
q-fanriarrj
PROPOSAL
ONE ( 1 ) PICKUP TRUCK FOR PARKS DEPARTMENT
We , the undersigned, propose to furnish the City of Oshkosh ,
Wisconsin , with the following truck , F.O .B . 303 Pearl Avenue ,
as per specifications , or noted exception for the following
amount :
One ( 1 ) Pick up Truck for the Parks Department
Dodge D-150 131 Pick up $ 7,577,- — -
MAKE AND MODEL
Less Trade-In :
One ( 1 ) 1972 IHC 11 Ton $ 270.00
NET BID WITH TRADE-IN $
Bid without Trade-In $ 7S77.5-
Terms 100 % 15 days
Delivery will be in60 - 5 days after receipt of order .
Warranty: 12 months 12,000 miles
Pommerening. Dodge. Inc.
Name of Company
Norm Zuehlke (Sales Manager)
SUBMITTED BY: Name and title of person making
out the bid .
3 1 1984 237 N. Washburn St . , Oshkosh WI 5490
Date Address of Company