HomeMy WebLinkAbout4X Corp/Sanitation Division A G R E E M E N T
THIS AGREEMENT made and entered into this 20th day of February, 1984 ,
by and between 4X CORPORATION of 2625 S . 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 , 1984 , 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) diesel truck chassis for Sanitation Division
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 $ 2 7,19 7.00 , 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: 4X CORPORATION
Signature of sole pro•rietor, or name
or core. ation p/tner.hi •
/ y/f/1/)
/ • lig
4 ) ,
President or Partne,
�-
Secretary
CITY OF OSVKOSH
id AL /e - BY: ,?/vide,_,d,
WILLIAM D. FRUEH, City Mcnager
ilia- 2 ))a /
r� DONNA C.SERWAS , City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form and liability that will accrue under this
exe ution: con act:
,, N W. PE CE, City Attorney DWA 6"X�.�NOKES, City Comptroller
ONE O 't7M
I y OA Vl • CD
N7t 'TQr+
7C VT N
o n o
u, cno to to rn
•d - X
•-3 o cn
a • •,..-1 (..n w r, wi
0 =' c+ (...1(1)
MI cn Cr r• cn to
I •4=••s✓ o -
r-•1 co ►i 0 co
z o = o
Cn
y •
I �
0
0
0 v z cn rn
C w
n 0 =- to ay t�
i c+ La n 41., 1-4 H 0-4
'-1 . • co
0 C 0 MI
• rn
x 0 c:) 0 r
in 0 •v
rn -
•-.3 ►-+ z 70
co x7 H CI C
a C d n
N 0 PC
co to - .n
I z rn n
, , a Cy =
O 1--1 z 0 70 a
o m C cn
> cn
IC. z -< cn ,
rn
.-3 "rl
o
to CO 7z)
o t7 - � v
Z
H
a
W N 07 .-3
N co h-i I--1
—• 3' A z
ca c-) cn = �
o a 6-+ d
O O Crl = C
O O O
C to
O
Z
d
Z o co to
CDai n a0 r
O N 0 0 CL. <
o w to
0 `t =
R. cn ••G
p
s<
1)
a
r• N NJ N NJ
•- a - >
(D OS r• 0S 73
(A 0 o r--, o o =
00 CD oO a
7 cn rr z
0- O-• —3
u) U) -<
CITY OF
•
P.O.BOX 1130
OSHKOSH.WISCONSIN S4l02
CITY HALL I 215 CHINCH 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.
SPECIFICATIONS
DIESEL TRUCK CHASSIS
FOR SANITATION DIVISION
The following are MINIMUM specifications for a truck chassis on which will be
mounted a 17 cubic yard garbage and refuse packer body. The vender shall complete
every space in the "Bidder's Proposal" column with a "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.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
1 - Quantity One Manufacturer IHC
2 - Equipment Current year and model conventional cab type
truck chassis of not less than 34,000 lbs.
GVWR Year $11. Model 195/1
GVWR 29,900
3 - Diesel a. 210 HP a.
Engine As Specified
b, Dry type air cleaner • b.
A. S.
c. Full flow oil filter c.
A. S.
d. Engine hour meter d.
A. S.
e. Disposable fuel filter e.
A. 'S.
f, Provisions for a front mounted direct drive f.
hydraulic pump including crankshaft adaptor A. S.
4 - Cooling a. Radiator to be heavy duty tube and fin type
System a.
A. S.
b. Automatic air operated shutter b. A. S .
c. Provisions for front mounted hydraulic pump c. A. S.
(drive through radiator)
5 - Exhaust a. Horizontal muffler with vertical exhaust a.
System stack A. S.
b. Exhaust stack to be mounted in back of cab b.
A. S.
c. Rain cap c.
A. S.
6 - Fuel Tank 50 gal. step tank mounted on right side
A. S .
7 - Frame a. Reinforced channel construction with section
modulus of not less than 15.9. No fish plates a. Sect. Mod. 18. 3
or external reinforcing acceptable
b. For snow plowing, it shall have a factory b. A. S .
mounted front frame extension
c. Heavy duty front bumper c• A. S.
8 - Tow Hooks Two, mounted to front of frame A. S .
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
9 - Cab to Axle 120" modified for exhaust system to
accomodate packer body A. S .
10 - Springs a* Front - capacity 6,000 lbs each a.
A. S.
b. Rear - capacity 12,000 lbs each b.
23 ,000 lbs.
c. Rear auxiliary c.
4, 500 lbs.
11 - Front Axle 12,000 lbs
A. S.
12 - Rear Axle a. 22,000 lbs a.
23,000 lbs.
b. Single reduction b.
A. S.
c. Appx. 6.14 ratio c.
A. S.
13 - Wheels a. Front - cast spoke a.
A . S.
b. Rear - dual cast spoke b.
A. S.
14 - Wheel Seals Stemco (or equal) wet-type front and rear
A. S.
15 - Tires a. Front - 10.00 X 20 - 12 ply, tube type nylon a.
regular tread, mounted on 7.5" rims A. S .
b. Rear - 10.00 X 20 - 12 ply, tube type nylon b.
mud and snow tread, mounted on 7.5" rims A. S.
c. Spare rim (no tire) c.
A. S.
16 - Steering Full hydraulic power steering
A. S.
17 - Brakes a. Full air brakes - S cam type - 162 X 5 a.
front, 162 X 7 rear A. S .
b. Air tank to have automatic drain valve and b.
alcohol evaporator A. S.
c. Parking brake shall be spring actuated air c.
release type with control lever mounted A. S .
on the intsrument panel in cab
d. There shall also be quick release valves d.
installed in the parking brake system A. S.
18 - Transmission a. Automatic 4 speed with provisions for hot a.
shift P. T. 0. A. S.
b. External transmission filter with b.
replacable cartridge A. S.
19 - Electrical a. Battery - 12 volt, 200 amp, maintenance free a.
System 2 - 12 volt 1250 CC
b. Alternator - 60 amp b.
65 amp
c. Fresh air heater and defroster c.
A. S.
d. Dual electric, 2 speed, windshield wipers d.
A. S.
e. Windshield washers e. A. S .
f. Self canceling directional lights with ICC f.
emergency flashers A. S .
g. Instruments to be positive reading gagues g, A. S.
h. Dual electric horn h. A. s.
ITEM SEPCIFICATIONS BIDDER' S PROPOSAL
20- Cab a . Primed and painted with paint
equal to DuPont Dulux WHITE a. A. S.
b. Two 6 "x16 " western type rear view
mirrors b. A. S.
C. Grab handles mounted on each side
of cab. c . A. S.
d . Seating for 3 men d . A. S.
e . Dual sun visors e . A. S.
21 . Rustproof Complete rustproofing A. S.
22 . Warranty 12 months or 12 ,000 miles
A. S.
Trade-in : 1975 IHC with 17 cubic yard Leach Standard Packmaster , fleet # 8
1975 IHC with 17 cubic yard Leach Standard Packmaster , fleet #12
The general condition of the trade-ins will remain the same as when appraised .
Tires on the trade-ins may be replaced with tires serviceable only for trans-
portation of the truck . Items such as first aid kits , fire extinguishers ,
radios and paper racks wil not be included with the trade-ins .
An appointment to inspect the trade-ins can be arranged by calling Steve
Langkau or Eugene Treichel at (414 ) 236-5149 .
PROPOSAL
We , the undersigned , propose to furnish the City of Oshkosh , Wis-
consin , one ( 1 ) diesel truck chassis , F .O .B . Oshkosh , 926 Dempsey
Trail , as per specifications or noted exceptions , for the following
amount :
One ( 1 ) diesel truck chassis for Sanitation Division :
IHC 1954 $ 35,491.00
MAKE AND MODEL
LESS TRADE-IN:
Two (2 ) 1975 IHC truck with 17 yard
Leach Packmaster, Fleet #8 & #12 $ $, 294.00
NET BID WITH TRADE $ 27, 197.00
BID WITHOUT TRADE $ 32, 197.00
Warranty : 12 Months, 12,000 miles
Delivery in 90-120 days after receipt of order .
Terms : NPt % 15 days
4X Cnrporat
NAME OF COMP ' ,Y
SUBMITTED BY:
/z A'
NAME A ,D TIT E I.E. PE ON SUBMITTING
BID E . 'u. .el, Sales Mgr.
1/31/ 1 98 4 2625 S. Washburn Street
Date ADDRESS OF COMPANY
Oshkosh, WI 54903
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
6 cylinder, 9400 GVW minimum Year Model
Cylinder GVW
3- Engine 302 CID maximum
4- Wheel Base 131" Minimum
5- Springs Heavy Duty, front 1,300# each and Front each
rear 1,800# each Rear each
6- Wheels & Tires (5) standard truck type tires
L78-15 or equal- mud & snow on
rear wheels
7- Shocks Heavy duty, double acting front & rear
8- Exhaust System Full Length
9- Brakes Power
10-Transmission Automatic
11-Steering Power
12-Battery 65 amp. hour or better
13-Alternator 40 amps or better
Regulator
14-Gauges Standard: oil, gas, temp.
15-Heater/ Standard
Defroster
•
SPECIFICATIONS CONTINUED
Bidder's
Item Specifications Proposal
•
16-Cab Standard cab with heavy duty black
vix'l foam rubber seats, tilting seat
back and dual sun visors
17-Mirrors One inside--two outside mirrors, a. (inside)
7" K 10", low mount b. (outside)
18-Bumpers Standard front-rear step bumper with Front:
trailer hitch Rear:
19-Lights/ Self-cancelling directional signals
Signal front and rear, (4) way hazard, back-
up lights
20-Wipers/Washers Dual 2-speed electric windshield wipers
and washers
21-Filters Oil - cartridge type a.,
Dry type air cleaner b.
22-Paint . DuPont Dulux #75306 a.
23-Rustproof Truck to be rust proofed a.
24-Body: Fleetside steel pick up type, 8' in- a.
side length, steel floor.
Cab to have rain drips above the doors b.
1
TRADE-IN: One (1 ) 1972 IHC 11 ton pickup . Can be inspectd at the
Parks Department. For advance arrangements, call Russ
Larson 236-5081 .
•
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
MAKE AND MODEL
Less Trade-In :
One ( 1 ) 1972 IHC � Ton $
NET BID WITH TRADE-IN $
Bid without Trade-In $
Terms days
-Delivery will be in days after receipt of order .
Warranty:
Name of Company
SUBMITTED BY: Name and title of person making
out the bid .
1984
Date Address of Company
SPECIFICATIONS
ONE ( 1 ) PICK UP TRUCK FOR
CITY OF OSHKOSH SANITATION DIVISION
The following are the minimum specifications for a pick up truck. the vendor
shall complete every space in the "Bidders Proposal" column with an "as speci-
fied" notation if the item being quoted is exactly as specified or a descrip-
tion of the item being bid from the "Specification" column. Any additions,
deletions or variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDERS PROPOSAL
1- Quantity One
2. Equipment Current year and model pick up truck Manufacturer
5400 GVW minimun model
Year GVWR
3. Engine a. 302 CID (gas) maximum a.
b. Dry type air cleaner b.
c. Cartridge type oil filter c.
d. Engine block heater d.
e. Disposable fuel filter e.
4. Wheelbase 131 Minimum
5. Exhaust System Full length
6. Springs Heavy Duty front 2,300# each and
rear 2,500# each
7. Shocks Heavy duty, double acting front & rear
S. Wheels & a. 5- P215/75R x 15SL BSW steel radial a.
tires 2- Highway tread, 3 all terrain
rear and spare
b. Spare tire mounted on right side
inside box b.
9. Steering Full power
10. Brakes Full Power
Specifications
Page 2
ITEM SEPCIFICATIONS BIDDERS PROPOSAL
11 . Transmission a. Automatic a.
12. Body Standard fleetside 8' body
13. Bumpers a. Standard front a.
b. Step bumper rear b.
14. Electric a. Heavy duty 12 volt 63 AMP or
System better battery a.
b. 60 AMP alternator b.
C. Positive reading gauges c.
d. Self cancel directional lights with
ICC emergency flashers d.
e. Windshield washers e.
f. 2 speed electric windshield wipers
with intermittent action switch f.
g. High output heater and defroster g.
h. Backup lights h.
i. Standard horn i.
15. Cab a. Standard cab with all standard equip-
ment- Cab to have rain drips above doors a.
b. Heavy duty black vinyl foam rubber seat b.
C. Tilting seat back c.
d. All glass to be tinted d.
e. Dual sun visors e.
f. 2 outside mirrors 7"x10" low mount f.
g. Day/night inside mirror g.
16. Paint Truck and body to be painted with DuPont
Dulux 75306 yellow
17. Rustproof Complete rustproofing with warranty
Trade-in: 1975 GMC 3/4 ton pick up ID TCY245J506064
The trade-in can be inspected at the Street Department Garage, 639 Witzel Ave. Oshkosh,WI.
PROPOSAL
ONE (1 ) PICK UP TRUCK FOR SANITATION DIVISION
WE, the undersigned, propose tofurnish the City of Oshkosh, Wisconsin, with
the following truck, F.O.B. Oshkosh, Wisconsin, as per specificaitons, or
noted exception for the following amount"
One (1 ) Pick up truck for the Sanitation Division
MAKE AND MODEL
Less Trade-In:
One (1 ) 1975 GMC 3/4 ton $
BID WITH TRADE-IN $
BID WITHOUT TRADE-IN $
TERMS % days
Delivery will be in days after receipt of order
Warranty:
Name of Company
SUBMITTED BY:
Name and title of person making out
the bid.
1984
Date Address of Company