Loading...
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