Loading...
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