Loading...
HomeMy WebLinkAboutICI Americas, Inc 12/30/1982 CONTRACT #D-1325 A G R E E M E N T THIS AGREEMENT made and entered into this 0.- e day of December , 19 82 by and between ICI AMERICAS, INC. of Murphy Road & Concord Pike, Wilmington, DE 19897, 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 2nd day of December , 19 82 , 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: 100 tons Activated Carbon in 40,000 lb. deliveries - $611.60/ton for Oshkosh Water Treatment and Wastewater Plants for1983, 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 $ 611 _60/ton , 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 of 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: ICI AMERICAS, INC. By: Signature of sole proprietor, or name /////, or corporation or partnership Iftzeaciccicemomudkancroxm Vic President Gen. Mgr. .,, 4. 9-,64„4---e- Assistant' Secretary CITY OF OSH" ISH /f /.CSC/` BY: 1�/� . _ / WILLIAM D. FRUEH, City Manager j. . L.40 1. / \ BY: ),,' v" // Donna C . Luebke , City Clerk I hereby certify that the necessary provisions have been made to pay the Approved as to form liability that will accrue under this contract: / I gff. J Y-CilL'eU-iti A-L.--" I 1 EDWARD A. NOKES, City Comptroller TOM W. AHRENS, Asst. City Attorney • PROPOSAL CHEMICAL REQUIREMENTS FOR OSHKOSH WATER TREATMENT PLANT AND WASTEWATER TREATMENT PLANT (When submitting your bid for City of Oshkosh Water and Wastewater Treatment Chemicals, please use this proposal sheet to submit your bid. Be sure to fill in desired information on Requirements and Specifications sheet for the various chemicals.) We, the undersigned, propose to furnish, at the following quoted firm prices, to the City of Oshkosh Water Treatment Plant and Wastewater Treatment Plant, the following chemicals, in accordance with stated requirements and specifications, F.O.B. Oshkosh Treatment Plant or Wastewater Treatment Plant, for the year 1983 1. 50 tons (more or less) Liquid Chlorine (200046 cylinders) for Oshkosh Water Plant @ No Bid ton 32 tons (more or less) for Oshkosh Waste- water Treatment Plant (lead washers must be provided with chlorine cylinders) @ No Bid ton 200046 cylinder deposit, if any @ No Bid ea. 2. 9 000 lbs. (more or less) Anhydrous Ammonia (15046 cylinder) for Oshkosh Water Plant @ No Bid lb. Cylinder deposit, if any @ No Bid ea. 3. 350 tons (more or less) Aluminum Sulfate (liquid, in tank trucks) Dry Basis for Oshkosh Water Utility @ No Bid ton 4. 13,000 lbs. (more or less) Copper Sulfate (10046 bags) 1 delivery for Oshkosh Water Plant. Send a sample with this bid so we may evaluate. @ No Bid lb. 5. 6500 lbs. (more or less) Citric Acid (10046 bags) 1 delivery, Oshkosh Water Plant @ No Bid lb. 6. 100 tons Carbon (more or less) Activated Carbon (in bags and on pallets) by truck, $628. 40/ton 30K lbs. Min, in 40,000 lb. deliveries @ $611. 60 / ton 40K lbs, Min. 7. 195,000 gals. (more or less) Ferrous Chloride (pickle liquor) in tank truck deliveries, F.O.B. Oshkosh Wastewater Treatment Plant @ No Bid gal. PROPOSAL CONTINUED Quoted prices are are not X firm for the year 1983 . If not , state on what terms there will be exceptions and to what extent . Product price is firm for term of agreement. Freight increases will be added as they occur. Net 30 Terms: days. If this only applies to certain chemicals , state here to which it applies : ICI Americas Inc. Name of Company ( �-��lep , &LC■ Name and title of person making out the bid Gerald P. Gise, Activated Carbon SUBMITTED BY: Sales Murphy Road & Concord Pike Address of Company Wilmington, DE 19897 November 4, 1982 800-441-7757 Ext. 8824 Date Telephone number for ordering Indicate where orders should be placed if bid is accepted. Telephone 800-441-7757 ext. 8824 Address Wilmington, Delaware 19897 City State Zip 939307 . Bond No......... SEABOARD SURETY COMPANY NEW YORK, N. Y. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That _-_ ICI America_ s I nc. , New Murphy Road, Fairfax, Wilmington, DE__19.897 — — —(Here insert the name and address,or legal title,of the contractor) as Principal, hereinafter called Contractor, and SEABOARD SURETY COMPANY as surety, hereinafter called Surety, are held and firmly bound unto City of Oshkosh, Wisconsin - (Here insert the name and address,or legal title,of the owner) as Obligee, hereinafter called Owner in the amount of__.Sixty-One TYau.S.ld_ le.... u dre-d.-.- _ _— Sixty_ no/100 1 ,160 -- for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated - .......---.---.------ entered into a contract with Owner for supplying. H.ydro Darco-B--_dur�nc�----Gala_r.dl - year 1983 . Contract #D1325. - - -in accordance with drawings and specifications prepared y--------• _ ____ _ _ __..__....-_.-.._._......._...._ -.-w_....__.�-i -- (Here insert full name and title) which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, THE CONDITION OF OBLIGATION is sucht at, f iror shall promptly d faithfully perform said CONTRACT, the this obligation sLI null void; otherwise l forc and effect. by Whenever Contractor s ,thereundee,�the SurOety may promptyfremted under the default,CONTRACT,shall promptly Owner hav- ing performed Complete h (I) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain a bid and bipoonf°determination by Owner for Suretytoftheeloweest responsible bidder, arerange for arms and conditions,such up a default or at Son bfddd Owner contract orsconteracts work arranged undertth sepa paragraph) a sufficient funds a succession oy t o other funds to pay the fcorswh which Surety less able hereunder, the am amount set forth in the first para- graph here and damages pp as payable hereof. The ner to Contractor under the n CONTRACT and any lamendmen s thereto, less thetamount properly payable by Ow paid by Owner to Contractor. Any suit under this bond must bed instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT al No right of action shall accrue dt or for theors of aye person or corporation other than the Owner named herein or the heirs, executors, December A. D. 19 82 Signed and sealed this _1b-th. day of__...--.._.-.._- ._ ICI ricas Inc. -----.-_._.-.._.------ 3.Cc. ,e._ _-L (Seal) Principal SEABOARD SURETY COMPANY (Seal) IN THE PRESENCE OF: Surety Countersi edt By E w d W . or r By z 675z � �1 , Attorne i n-Fact Resident Agents. T'I,I,„,a tot Vee tA),SCenS(A i Certifies,Copy SEABOARD SURETY COMPANY No 9297 NEW YORK, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and appoint Richard A. Nielsen or Edward W. Horstmeyer or Ronald I. Nagle or Dorothy R. Schroder or Ak Thaddeus S. Kirk or Robert C. Passmore or W. P. Dwyer of Wilmington, Delaware its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows: • Without Limitations. Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-in-Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seal; and all the acts of said Attorney-inFact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of Directors of the said Com- pany on December Sth. 1927. with Amendments to and including January 15, 1982 and are still in full force and effect: ARTICLE VII, SECTION 1: "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary. a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney-in-Fact for the Company appointed and authorized by the (Trait.- man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board may from time to time determine. The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney-in-Fact or representative." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this day of November , 19 81 Attest: SEABOARD SURETY COMPANY, (Seal) Anita J. Leonard By R. T. Gundersen Assistant Secretary Vice-President STATE OF NEW YORK COUNTY OF NEW YORK S ss. On this llth day of ......November ' , 19...$.7....., before me personally appeared R.....T......Gund.e.sen a Vice-President of SEABOARD SURETY COMPANY. with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of New York that he is a Vice-President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore- going instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corpora-e seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice- President of said Company by like authority. State of New York No. 01-QU8468870 Qualified in Richmond County Certificate filed in New York County (Seal) Commission Expires March 30, 1984 Margaret M. Quinlan Notary Pu';:ic C E R T I F I C A T E I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Vice Pre=:. who executed the said Power of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney-in-fact as provi'_ . Article VII, Section 1, of the By-Laws of SEABOARD SURETY COMPANY. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Board of Directors of BOARD SURETY COMPANY at a meeting duly called and held on the 28th day of June 1978. RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant on any certification of the correctness of a copy of an instrument executed by the President or a Vice-President pursuant to Article VII, Sec'_:: 1, of the By-Laws appointing and authorizing an attorney-in-fact to sign in the name and on behalf of the company surety bonds, under:,.r:::-_ undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been affixed and made, hereby is authorized and approved." IN WITNESS WHERE F, I have hereunto +t my hand and affixed the corporate seal of the Company to these presents t is WHERE of c. 1927 .121:‘• Assistant S r:tary Form 957 Rev.4.' Johnson & Higgins of Del. , Inc . 1105 North Market Street Aetna Casualty & Surety Co. Suite 900 Wilmington, DE 19801 ICI Americas Incorporated New Murphy Road, Fairfax Wilmington, DE 19897 x x 04GL237677SRA 1/1/84 A >2000 '12000 • EXCESS '.IE ellt_9`F 't vt MP .OYERS'L.l ,Bit I OTHER •.. .. - '."n.Y r+F.ss'.`.a riZ.•.... - ' i)E SCRIPTION CO OPERAT I^NS-LOCATIONS VEHICLES Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing corn pany will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFIC AT E HOLDER. DATE ISSUED.__ December 29, 1982 City of Oshkosh Wisconsin AUTHORIZED REPRESENT AT E ACORD 25 (Ed. 11 77) 10...„....... II _ _____ .._ _____.. .._ .___ 0 o V C r l • N • c,... 00 w Y • O+ r °u.. b •C 11/1400 I nm a i N 5. vE L Y O Y! ar R 4 D Ot O • VIA Y Cd.0 u b9 •+ pi x U V> p • ••V11 L.. r _ O G •11 5.i 5 tos Y•.. 0f 1. al a N Y 9 Y 117 N y[06020a. ^ S9 N•0 ~ -. C T YC •r« M 3 0 I • . i °I D • -• IrpN Y rb0 0 .55 I •u0 CV 00 « .a N B Yam 0..1 •a. !.V 0 m i•!4a•• X000 O► 0▪LL 009- 51 lo n°O° N YK OM• 09 O0C w WI N N.0 0.61J V1 V 2 .•1 .a V O.2 a . . e... • .n ° .L 1 •Om Y.1 NI, •C CYa.0. ' V w/Y i O •I.0.10...1 V0 w•a1.5 a OA • «477V0.0 •Y a•t N• .10 T u51s .4 11 • ••dY O 9 • • .10 a C ECM 0.10 l rCuCC • . N KMa ux to L - .1 I N 4 • 0 1 u VI ..1 Y00• V Y O 4 • b. ....no t O.O •Y a-1O O C • Y 2 . Ia•O 0.7 0 0 N 0 •« O V N it- a 000 M • i[ J .1w 4• .Ya O N A ~ a .Y Y Jt Y Z 1 L•: V 7••L C a o a• _ IG. •.1 1 VI I U«Ztld n OL w • ►, nY au p1.1 C at VI• 0 •• =•1.i C B.V g •9 s••°'a 0 S .0 .1t 00 NM 9 C CO • TO ��„JJ�iiDD" IC .aw e. At ° O .1 V.1°•PI II a !. . K Y[ .ILL- -Y Nd 11C-.V 09 • i 9i• •• & V 1. Y O0 51 010. L.. 9 O S = 8 m N C. 0.1 m .1 Y Ea•0 a++•O lii N M -.y• .1.111.4n1.400 • * S - ^S Ww sUw 2 _ 2 0 •�15 -_ r�EOM t law L 0 !. F 0.000 C5to N.°I •I. • O Q R • s 0 Ls 51 0 a5....0 O. N • M.1 Yw a'y. •• N r J I. 0 CL►^U53..e •79 d S9 Y • III VI O Y Q .UL Y O C d a C •E 1119 •N 00 d • 4 ••7 O N O N Y 1.1.0 •Y T •I .i0 N•a .1.1 V0 Y a a C•H•N V.. id VI •° Ell O ' 862-1: - N• .O d Y N O w S .1E• N a , O O ► K 00 O C 11.1.0 a a A 0 QN C.aOI 0 0.60 PI a !. CD C IOi. V O •O •N V •O 4415 > • • 00. •V 0.4 a4 y .1 C O-r C. wew�w Z4 • •O q.IR • uUd..Idd 6U 1 m « 01 . • _ . ..•Y x a « w • a .001 0 0.1 •0 •mb aN IV N- a•• to• 0 i. N 0 V•••.05511.1 n• • a C •O 0.... 0 u 0Y .11 i[.a+a..0 a afa 9•VL C •• ••..1 a •L L' iw >.:r.0 Z30 VI .. m U.ea:nla L0 ..9 •'t 1 It L] 9 a •O 0 N- 0a t.- I. •.11w I ID V .y E pN .--. a` al Cr. G 0.a• n el• 9 o•4141+.= PI a ON CVI 0 •[Y r4 Y1 i UVI VII C Na°i �O a../r 2"6 .ti ' � u«Cc 0 0 5 b A..•....°j . . 100 9 0• 0 °t Y�! ZPt 11▪ U U 4.1 V..O.a.' • •▪ at . O e as • • 1 O C .4 C u r - • IP • o a a 25 t Y C m w w Y• V a Y VI C C V V Y • Y .6-°I • p 53 O V• 0 ° « 44 C a u s• • •I In ... !••• 11 0^ Y.• +19 ` •1.1 M C▪ ° L.1 0 U • a.• -IL • •19 0 •• t Cr 10 •1 0 .10 O.1 « 001 a..4 KU. t AA V.0 i0 0 v~ • •o .0.5 c ~11 le.0 c°o 0 0.1. a C O .1 0 0.1 .5.l 0 • 0 V w O • 00 O I• 0 I.o o • n > F= ON 00 00 f • ...1 I VI 0.1 0 0 00 0 N 0 Y C a • N 0•• N VI.i 0,-1 O C OS .1 d •1 a PI .5. C•• .•1.. .1 1 w 0 ..; 1";4:P. O O 0 0 0 ca M M M M C') 4-1 4-1 4-1 1-1 4-1 W a) a) a) a) a) H Z Z Z Z Z cc) co cn M M M on co c0 co Co .-4 CT cr. O. CT — '-1 H P W -.t d H • W na) a) a) a) a) •• • O N 1n R 0o O O O O Cr, O CO • O O O in rr .--1 O M N CO 1n CO .w O W H al O d 7 1.-1 W H H .O t` .O .0 R' O O • w O' W as Q W W P. • Q as • 1-1 U C.) CU Ca 0 0 CU $.+ H H 3.1 a) 4) 4J IR 1J mCf) 0 OA a) o u) r-1 •11 M M 0 > H •r1 N a) ci 0 3-1 0 u) 0 1r1 < O P 0 • •r1 01 as (TN rn ..0 0. a rn as m (1) m G ■a- Z 1n (1) in 4J 1n -r-1 0 in 0 1-11 U r--- 0 r\ H 4-) L' 4▪-1 .0 H 1.4 �7 H 1r1 kr) H ..0 00 H 4-1 1n H ro a. 3 (1) CV 3 F+ r\ 3 0 0 3 4--1 ` i r >1 1-1 •r., cv as (NI a •r+ r-a co 0 0 a, I Z .n I k .0 c X .c ..0 u). c a) K .c O cn v 0 m a) o m 0 ca cn u 0 u) cnx � � x x Pa x 3 x rl aa o cn co . . H .- ¢ 4 0 C P. 0 C 0 0 C') 0 co a4 0 a Purchasing Division • P .O. BOx 1130 Oshkosh , WI 54902 NOTICE TO VENDORS : 1 . We are submitting wherewith for your consideration an in- vitation to bid on: PRINTING 18 , 500 ANNUAL REPORTS FOR 1982 2 . Bids must be addressed to Oshkosh Purchasing Division, P .O. Box 1130 , City Hall , Oshkosh , WI 54902 Envelope shall show name of bidder, and must be plainly marked in the lower left hand corner "Bid for Printing Annual Reports" . 3 . Bids must be on file in the office of the Purchasing Agent no later than 10 : 30 a .m . , C.S .T. , Tuesday , November 30 , 1982 . 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 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 : November 20 , 1982 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 PRINTING 1982 ANNUAL REPORT CITY OF OSHKOSH 1 . Number of copies of the report-- 18 , 500 2 . Minimum size: 81-4 x 1011. Bleeds containing 28 pages of 80 lb. regular finish stock , uncoated , punched one hole at bottom center , shall include self-covers . No envelopes will be re- quired . 3 . Timing of the Report : Material for the report will be in the successful bidder ' s hands on or before January 4 , 1983 . The report is to be completed and returned to the City on or before February 4 , 1983 . 4 . The lump sum bid is to include all art work , cuts , line drawings , charts , graphs , and half-tones . The City will furnish black and white photographs . 5 . The bid price shall include cost of a line drawing or photographs , including layout , on the front cover . The bid price should further anticipate up to 29 half-tones , at least one camera ready line drawing , and at least one chart or graph , camera ready. Photo- graphs will be furnished by the City . All layout work will be subject to City approval . 6 . Report will be "calendar type" of 28 pages , 12 of which will contain a monthly calendar with meeting date listings . Calendar pages are to have a screened background . 7 . All printing is to be done by offset process . 8 . The report shall be printed in two (2 ) standard base PMS colors , with the final decision by the City Manager . 9 . Page galley proofs are to be supplied as the report is set up. Galeys shall be checked by the City Manager and the successful bidder . A composite (or color keys ) proof must be checked by the City Manager . 10 . In preparing your proposal , if any questions should arise , please feel free to contact City Manager William Frueh by calling ( 414 ) 424-0274 . PROPOSAL PRINTING 1982 ANNUAL REPORT We , the undersigned, propose to print for the City of Oshkosh , Wisconsin , 18 ,500 Annual Reports for 1982 as per specifications , for the lump sum of : 6• V Y? Bid Delivery (if other than February 4 , 1983 the latest delivery permitted in the specifications ) Terms /UJPL 4:30 days ; sly eess Name of Company Og/11 / EL.SUBMITTED BY: Name and Title of Person making /Out Bid VII Fib 2� 1982 /412e / P7,10/4° D e Address of Company