HomeMy WebLinkAboutZarnoth Brush Works, Inc 2/8/1985 AGREEMENT
THIS AGREEMENT made and entered into this 8th day of
February, 1985, by and between ZARNOTH BRUSH WORKS, INC. , P. 0. Box
141 , Chilton, WI 53014 party of the first part, and the CITY OF
OSHKOSH, a municipal corporation located in Winnebago County, Wiscon-
sin, hereinafter referred to as the "City" , and party of the second
part .
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by resoluton
duly adopted on the 7th day of February, 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:
street sweeper broom refills and segments
for Street 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 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 (See * below) , upon presentation of a
proper voucher , and delivery and acceptance by the City in
conformity on said specifications and bid.
* Main broom refills - cable wrapped - $253. 75
Gutter broom segments (per set of 4) - $64 . 94
1
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 corporation or
partnership, the signing of this agreement shall constitute a
warranty by the person (s) so signing the proper authority so to
do.
In the Presence of: ZARNOTH BRUSH WORKS INC. ;
qt.A.e6 i�a-Atedc BY: - 'L��r ✓ '� _, �%
Signature of the sole pro-
prietor , or name or corporation
or fpartpership
id Li.le, q'Ti
President r PArtner
Scretary ,
J / CITY OF OSHI9SH
f / } / .1 �` BY _
J/W�i'lliam D. Frueh, City
M ager 7
C, - r� f. � � r„> And: l+iap l /�• ?;11.; /
7 Donna C. Serwas ,
City Clerk
Approved as t form and execution: I hereby certify that the
- necessary provisions have
�� _ been made to pay the 1ia-
Warren P. `Krft, bility that will accrue
Asst. City Attorney under this Contract .
1
EDWARD A NOKES ,
City Comptroller
2
1OSH
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
MAIN BROOM REFILLS AND GUTTER BROOM SEGMENTS
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 Broom Refills" .
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10:30 a.m. , C.S.T. , TUESDAY, JANUARY 9th. 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 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 ) 236-5100 .
William D. Frueh
City Manager
PUBLISH: January 18, 1985
CITY HALL - 215 CHURCH AVENUE - P .O. BOX 1130 - OSHKOSH , WI 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.
MINIMUM SPECIFICATIONS
POLYPROPYLENE FIBRE MAIN BROOM REFILLS
FOR CITY OF OSHKOSH STREET DEPARTMENT
1 . The contract is for furnishing the Street Department require-
ments of main broom refills, ordered and delivered in minimum
orders of 2 brooms, as needed, suitable for its Elgin sweepers
during the contract period.
2. This contract requires approximately 30 cable wrapped brooms,
picked up at our Street Department, refilled on City of Oshkosh
owned sweeper cores and delivered f.o.b. Street Division, Oshkosh,
Wisconsin.
3. Main brooms, when filled, shall measure not less than 66" long,
36" diameter, and be filled with 26" long fibre.
4. Elgin Cable-wrapped Main Brooms
Specifications Bidder to Complete
A. Lbs of poly in broom: 170# 170#
B. Material to be held in a steel yes
channel with 3/8" cable
C. Polypropylene size : .75" x .105" .75" x .105"
D. Polypropylene shape : Oval oval
E. Specific gravity: .90 .90
F. Water point: 338° F + 338° F+
G. Tensile strength: 32,000 PSI 32,000 PSI +
minimum
H. Style : Crimped, wavy crimped, wavy
I. Recovery after bent over 1/8" rod:
50° + can be bent 180° over 1/8" yes
rod without fracture
J. Resistant to abrasion. Inert to
petroleum products and common yes
chemicals.
5. All material and. workmanship must be unconditionally guaranteed
against defects. Full replacement must be made at no charge .
6. In order to keep our inventory and costs down delivery of broom
refills must be within 2 working days.
7. The term of this contract will be for one year. If the pricing
structure remains reasonable for the second and third years the
intent of the City is to remain with the successful bidder for
three (3) years . Any change in price must be conveyed to the
City by January 15 , 1986 and 1987.
MINIMUM SPECIFICATIONS
DISPOSABLE GUTTER BROOM SEGMENTS FOR STREET DEPARTMENT SWEEPERS
1 . The contract is for furnishing the Street Department requirements
of broom segments, ordered and delivered in minimum orders of 6
sets, as needed, suitable for mounting on its Elgin sweepers
during the contract period. Approximately 60 sets are used per
year.
2. The gutter broom segments shall meet the following requirements :
Specifications Bidder to Complete
A. High-impact plastic gutterbroom block High-impact plastic block
B. Mounting bolt holes compare to manu-
facturer's sweeper mounting plates yes
C. Segments per broom: 4 4
D. Holes per segment: 31 31
E. Minimum strands per hole : 21 21
F. Minimum strands of wire per segment : 651
651
G. Minimum sweeping ends per segment: 1302
1302
H. Lbs. of wire per segment: 1525# 15.25#
I. Weight of filled segment : 16.6# 16.6#
J. Rows of steel : 2 2
K. Size of wire : .125 x .025 x 26" .125 x .025 x 26"
L. Oil tempered wire oil tempered wire
M. Wire tensile strength: 235,000 to 235,000 to 265,000 PSI
265,000 PSI
N. Rockwell hardness : 73 to 77 on the 73 to 77 on the A scale
A scale
0. Chemical composition of wire :
Carbon : 0.60% to 0.75%
Manganese : 0.40% to 0.90% yes
Silicon: 0.10% to 0.30 %
Phosphorus : 0.045% maximum
Sulphur: 0.050% maximum
3. A sample gutter broom must be supplied at the expense of the
bidder, if requested by the City of Oshkosh. This sample, if
acceptable, can be retained to become part of the total order and
all future orders under the contract must equal that sample. All
material and workmanship must be unconditionally guaranteed
against defects. Full replacement must be at no charge.
4. In order to keep our inventory and costs down delivery of refills
must be within 2 working days .
5. The term of this contract will be for one year. If the pricing
structure remains reasonable for the second and third years , the
intent of the City is to remain with the successful bidder for
three (3) years. Any change in price must be conveyed to the City
by January 15th 1986 and 1987.
PROPOSAL
Polypropylene Fiber Main Broom Refills and Disposable Gutter
Broom Segments for Street Department
We, the undersigned, propose to pick up and deliver to the
City of Oshkosh, Wisconsin, f.o.b. 639 Witzel Avenue , its
requirements for polypropylene fiber main broom refills and
disposable gutter broom segments, as per specifications for
the following prices :
Polypropylene fibre main broom cable-wrapped refills
(Approximately 30 per year) for Elgin Sweepers:
ZBW-MBE , Zarnoth Brush Works, Inc. $ 253.75
Brand name, Manufacture Each
Gutter Broom Segments : (Approximately 60 sets per year) for
Elgin Sweepers :
ZBW-EGB , Zarnoth Brush Works, Inc. $ 64.94
Brand name, Manufacture per set of 4 segments
Delivery: Main Brooms 2 days, as specified
Gutter Brooms 2 days, as specified
Terms : Net 30
Submitted by: Zarnoth Brush Works, Inc.
Name of Company
Jan. 28, 1985 Charles J. Zarnoth, President
Date Name and Title of person making
out the bid
(-jviy,/9 P.O. Box 141, Chilton, WI 53014
1.4W
Signature f
414-849-4525
Telephone number for ordering
rx cn o
C!) A M
cd
H r44 •b i-)
a w a)
w H N z
eTh
O 4-1
o o
a
WEn +•+ o)
co E.■ o
P:4 z cn �-
z w w .o
w H �•
C.D 0
CD o w
CD V)v
Co
Cn
Q a
Z w co
d a. o�
w
cn w
a �
CO rn
N C/)
w E-• a
C1-1 z > a
P4 w rx H
d w
E� o w Q
o rx z aw
O d d a.
as w od Lr)
w
w E�
Z CO M
w w w
W W G. z a N
W a 0 H CO
3 E-• d d
CO CO Cl) 5 U
Q
E� a F-+
w o CO
U.) w
Cn
U
H
L7
.�4
fr ':1-
N o
Cr)
M - Ir)
O H
LY)
X
+) W O
U 0 4-+
cd •.4
NR. 0