HomeMy WebLinkAboutE.C. Merrill, Inc-plumbing fixtures Menominee Park 1983 A G R E E M E N T
THIS AGREEMENT made and entered into this 8th day of April , 198 3 ,
by and between E.C. MERRILL, INC. of
804 Witzel Ave. , 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 7th day of April , 1983 , 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:
Plumbing Fixtures - Linde Station, Menominee Park:
16 Water Closets (Acorn #1687) $11,088.00
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 $ 11.088.00 , 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
signer' by the proper ff i cers of each arty and t ei r
�' proper o of p.. _, d .h corporate seals to ASP 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.
In the presence of: E. C. MERRILL, INC.
By:
Signature of sole proprietor, or name
or corporation or partn ship
• Jill fth) L L - _. 1 110
P =At or -rtner
Sec�eta'y
CITY OF OSHV SH-
��'LQ , / B ,` -- t e'.. '
r ,
1 LLIAM D. FRUE City Manager
/,.. -.1./ , Ad. _L' J BY: /(,' 2'l'Yi.u1r_) 6° �)`;',,` , Lc,--i). . ,
/ DONNA C. LUEBKE, 'City Clerk
I hereby certify that the necessary
provisions have been made to oay the
Approved as to form and liability that will accrue under this
execution: contr t:
_______— 0 i
1 0 Q 46'-'-
EDWARD A. NOKES, City Comptroller
TOM W. AHRENS, Asst. City Attorney
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:
PLUMBING FIXTURES MENOMINEE PARK, LINDE STATION
AND SOUTH PARK
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 Plumbing
Fixtures"
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a .m. .C.S .T.)Thursdav April 7 . 1983
.
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: March 29 , 1983
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.
COMFORT STATION RENOVATIONS - LINDE STATION, MENOMINEE AND SOUTH PARKS
Plumbing Fixtures:
1. Water Closets (WC) : 16 Required
Shall be Super Secure Ware Model A-100 in gray color, Acorn or
equal; cast aluminum or stainless steel floor-mounted wall out-
let. Furnish complete with Sloan #671 push button operated
flush valve and epoxy-coated cast aluminum open-front seat in
white color. Also furnish a #910 sleeving assembly for a 13-inch
nominal concrete block wall.
2. Urinal (UR) : 2 Batteries of Four Each
Shall be Super Secure Ware stainless steel, Model SS-650 rear
spud with #4 finish. Furnish complete with traps and Sloan
"Optima" flush valves with photo-timer and transformer. Flush
piping shall be concealed in pipe chase and made from copper
tubing and fittings. Electrical connections will be made by
Electrical Contractor; Plumber to furnish wiring diagram.
3. Washfountain (WF) : 4 Required
Barrier-free washfountain shall be Bradley 36-inch semi-circu-
lar Model CHC-536, vandal-resistant washfountain. Precast ter-
razzo bowl and pedestal; bowl, white; panel, gray, with bowl
anchor brackets and 16-gauge stainless steel piping enclosure
panels. Water-saving stainless steel spray head with restrain-
ing bracket controlled by two Handi-Tap push button valves mounted
in backsplash, remote actuated metering valves with connecting
tubing. Units shall be modified for cold water only, and less
soap tank and soap valves. Cold water supply through wall con-
nected to combination stop-strainer and check. All exposed
fasteners tamper-resistant.
PROPOSAL
PLUMBING FIXTURES - LINDE STATION, MENOMINEE PARK
AND SOUTH PARK
We , the undersigned, propose to furnish the City of Oshkosh Parks
Department , 303 Pearl Avenue , Oshkosh, Wisconsin, the following
plumbing fixtures , as per specifications for the following amounts :
Water Closets; 16- Super Secure Model A-100 in gray
TOTAL
Urinal ; 2 Batteries of 4 each , Super Secure Model SS-650
TOTAL
Wash Fountain; 4- Bradley 36 " Model CHC 536
TOTAL
Terms : % days
Delivery
Warranty:
Name of Company
SUBMITTED BY:
Name of person making out bid
1983
Date Address
PROPOSAL
PLUMBING FIXTURES - LINDE STATION, MENOMINEE PARK
AND SOUTH PARK
We , the undersigned, propose to furnish the City of Oshkosh Parks
Department , 303 Pearl Avenue , Oshkosh , Wisconsin, the following
plumbing fixtures , as per specifications for the following amounts :
11487 4CGrr-)
Water Closets; 16- Sir Secure Med .1 in gray
$ 11J088.00
TOTAL
4-CGrn#1720
Urinal ; 2 Batteries of 4 each , SilpsEr Seca e M 3
$ 7, 35.86
TOTAL
Wash Fountain; 4- Bradley 36 " Model CHC 536
$
5d/0,6 7
TOTAL
/1'Er303riy3
Terms : 2) % /0 days
Delivery Acorn � «c /Y I � wQLk())
Warranty: f Ve,o
Clr1t11L,JJY
Na e of Company
117A1/IA
SUBMITTED BY: - i ...M,
(f:744111f pe •n making out bid
OpIL 7, 1983 80/ 0 rc 1 Actnti., )41)�h)
Date Address
C $.4
al M b
•-1 a) (1)
>I >1
m
r-1 r-I
■
m
>1 ti) x
-1 .x
N
CO
-ri CO I
a) v
A
co co
> >,
of co
'U r O
C4 O m
< U) OM O
a E ,-I H
1.1 a)
w a) a) z
W El N C N
Z
H
x
0
Z
W U) >r
Z C N a) O
-'-I O r-i O >,
- .0 co • 'b • a)
Z U) +) O (U O r-I
M HH 3 H CU r-1 t't3
F v 4.. i!) (r) PQ
V) `.L M —
a co
W < O•1 O O
A a H co 0
z - H O
H o N N Lt) C O Ln C (N
∎a E-1 C rn W N M S.1 N
I .7 .a• -r-I N O t- N 13 r-I
to 0 H $.-i - O r-1 - U #k
W t!) a A N a k r- <
a a
• A < U)
E-4 Z +,
X < A o
H W r-i
w z o 0
U a ai ) °• C o• C
Z 0 CO r- co C r- -r-1
H b a) O O CO O 44 O 3
CQ U 3 U) COD O 'O l0 co
Z A 0 -< r--I - U r-1 >H
M H lD r-1 r-I - r-I < 1# rii
J CA r-I U r-I I-I
a >1
Z
A
O rO
44 0)
A U
H a)
CO r--I
-x a)
(i)
—I
r--1
o E
C r-1 • r-1
H O 0 0
0' C • rn U
- a) d' H .J
r-1 > LC) to u-1
r-1 < - W
-ri -r-I >1 C •r1
$.a r-I 3 r-1 -ri 3
..1 a) r-I to 'b
N N - a) Z - -r-I
E 4-) . x -C CO
-1-1 N • to
• 3 O • z O a)
U ,x a x -r-I
cr .c L .0 El
• O N • tD to
41 co0 xvo0 -