Loading...
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