Loading...
HomeMy WebLinkAboutPommerening Dodge, Inc 4/22/1983 A G R E E M E N T THIS AGREEMENT made and entered into this 22nd day of April , 198 3 , by and between POMMERENING DODGE, INC. of 237 N. 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 21st 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: Pick up truck for Street Department Total Bid: $7,288.00 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 $7,288.00 , 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. In the presence of: POMMERENING DODGE, INC. AdOP By: L / am Signature of sole proprietor, or name or corporation or partnership President or Partner Secretary CITY OF OSH OSH t By: Ae �� �' ''- L-IAM D. FRUEH, City Manager Wiff. _r wiA - By: / t' At 4% DONNA C. LUEBKE, 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 execution: co act:,) i XWXMRM +:i EiiVrreiwv , a a=_' EDWARD A. NOKES, City Comptroller TOM W. AHRENS, Asst. City Attorney 1-3 0 1-1 C ONet) 0N3 0 lO0 H ri 1-1 O D.) to w O to J (D N I-' A) tO DJ cD I--' G J3 O' 0r1 r0 w a (D O x' 3 X U7 N X' H w N Cd O Z (D 0 I-. O E I CA O En • '-S (n C (D (n • '1 W H CO • X M' (D O' W r'i M"' 0 0 Cl) rt - E - 11 • 3 ri 'C 3 (D a) r• li CO G SI a H H E m G E r w E n - H F-' H P.Q H to F-, H S7, H •.. E r• C3' O (D O H Cl) r• rt '-rj U1 G C7 Ui G to (n 0 G (11 r+ f) O n O T' 0 l0 Ul 'i K LO Z 04 •O Cn S2'' l0 CD J 4=.•C (1+ 0 L0 O rt 0 4. w - 1-4 C/I O I-' • Cl) I-' 0 > rt- CD 1.\''' 41. C H 11 CD J H C n a r• O C) C) cD H H C) O C) 'v H , n x c to '•O el J el J CO J H I - O• - NI CZ 0 H 1-1 CO O N C) CO O 01 H En XI U1tP aw 3O 1 w 0 C O O CrJ co n 0 Q 'TJ 'A 0 C) I • 'U 0 • 0 I--' I . Cli 0 0 0 Co 0 Z 'TJ o n 0 CJ zi • > Co r ro y Cri X7 xi C/) H CI cn r ti H w I-' A. N y 01 O O O O X C7 O O O O > H Cri r7 •0 0 •o 1v Cr]C+] w > O 0 0 0 w z 1-3 3 J J J J 1-3ZCC) Vi X H H Z U) 1-' t.0 a. > 1-3 C7 1-3 CO o w C7 C 0 0 0 A. Cli 0 0 o ao 0 0 0 0 • J , J co- - - HEto co N w 01 �'J H H •P (A 0 w Dy H C7 0 co 0 A. C7 C n O o O O co C 0 0 0 0 y > co > on (0 CJ 9Do Xi0 > o CI O (O OC], I OS+ H 0 Cl) W C ''C 'C Cr1 C, to Cl) XI N K e< Cl, HH Z 0--' 1-"' L) Cn Z HN N) CD N 3 rt (D N > • 'C rt - '<C C) W rt - 'C y Z O (D O (D 0 (D CI xi OP) H 0a a LA) 0 a x > 0n 0 on Di 0 0n 3 Z '1 to r 3 0 Q, 3 0 CI 3 O '-C I-'• 1 I) r• n r• ti. H '< r' I-' CD Cl) (D (D En Cl) Cl) r Purchasing Division P, O. Bbx 1130 Oshkosh, WI 54902 NOTICE TO VENDORS : L . We are submitting wherewith for our consideration an in- vitation to bid on: TWO (2 ) SINGLE AXLE DUMP TRIU a KS FOR STREET DEPARTMENT ONE ( 1 ) 2 TON TRUCK FOR SM: T DEPARTMENT TWO (2 ) 2 TON TRUCKS FOR ''PAF S DEPARTMENT 2 . Bids must be addressed to Oshkos . Purchasing Division , P .O. Box 1130 , City Hall , Oshkosh, WI 54902 Envelope shall show name of l iad--r , and must be plainly marked in the lower feat hand Co ner "Bid for Trucks " . Bids must be on file in the off ' ce of the Purchasing Agent no later than 10 : 30 a .m11 G.S .T ; iednesdav April 6 . 198- Any bids received after that hc r and date will not be opened and will be returned ; to the bi—er unread. 4 . A written request for the withd ,awal of a bid or any part thereof may be granted if the r=quest is received by the City prior to the specifi :d time 'of .pening . S . All formal bids submitted shall be binding for thirty-five ( 35 ) calendar days following bid ape ing date , unless the bidder ( s ) upon request of the Purchasin4 '.gent, agrees to an extension. i . Bids will be publicl? ‘•••opened; ••• read at the hour and date above stated. Award, if any , 11 be made as soon thereafter as practical . /. Although no certified check, da -hier ' s check , or bid bond must accompany the proposa , if the! -id is accepted , the bidder must execute and file the proper 'con ract within ten (10 ) days after award by the Common Council and receipt of the contract form for signature. 3 . The City reserves the right ;tq eject any and all bids and to waive any informalities in bi4d ng. . For specifications and further ' nformation concerning this invitation to bid, clontact Doha d La Fontaine , Purchasing Agent , Room 312 , City Hall or 'It lephone ( 414 ) 424-0265 . William D. Frueh • City Manager PUBLISH : March 21st & 23rd , 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. PROPOSAL ONE (1) PICKUP TRUCK FOR STREET DEPARTMENT We, the undersigned, propose to furnish the City of Oshkosh, Wisconsin, with the following truck, F.O.B. 639 Witzel Avenue, as per specifications, or noted exception, for the following amount: One (1) Pick up Truck for the Street Department 19h3. Docipep GwF t,l inF Pi n.knp $ 7 2K8.00 MAKE & MODEL ' Less Trade-In: One (1) 1974 IHC 1/2 Ton $ 100.00 NET BID WITH TRADE-IN $ 7,185.00 Price for the above Pickup Truck, but if purchased without trade-in: $ 7,2BH_00 • Terms 100 y 10 days *Must have order to company Delivery will be in 60 days after receipt of order, by April 6, 1983 Warranty : 12 months nr 12,:m mi l as Pommprpninf. Podgp, Inn_ Name of Company SUBMITTED BY: Norm Zuehlke Name and title of person making out the bid April 5 , 1983 237 N. washhurn 5+., Oshkosh WI 5)490l Date Address of Company SPECIFICATIONS ONE PICK UP TRUCK FOR CITY OF OSHKOSH STREET 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 fram the specifications must be noted. Bidder's Item Specifications Proposal 1- Quanity (1) One 2- Equipment Current year and model pick up truck Manufacturer n,ciFp 6 cylinder, 6000 GVW minimum Year a3 Model D-150 with Heater Plug Cylinder 6 GVW 5850 3- Engine 302 CID maximum 225 Cubic Inch 4- Wheel Base 131" Minimum 131 5- Springs Heavy Duty , front 1,300# each and Front each 13nn# rear 1,800# each Rear each 1820# 6- Wheels & Tires (5) standard truck type tires L78-15 or equal P-235/75815 7- Shocks Heavy duty , double acting front & rear Heavy Duty Front 3c Rear 8- Exhaust System Full Length Full Length 9- Brakes Power Power Brakes 10-Transmission Automatic 3 speed automatic 11-Steering Power P oire r 12-Battery 65 amp. hour or better 370 AMP 13-Alternator 40 amps or better Regulator �gP 60 AM 14-Gauges Standard: oil, gas, temp. Oil - Temp 15-Heater/ Standard Defroster Standard • SPECIFICATIONS CONTINUED Bidder's Item Specifications Proposal 16-Cab Standard cab with heavy duty black vinyl foam rubber seats, tilting seat back and dual sun visors Standard 17-Mirrors One inside--two outside mirrors, a. Day/Nigbt (inside) 7" X 10", low mount b• nue' X1,9 (outside) 18-Bumpers Standard front-rear step bumper with Front :Chrnm, trailer hitch Rear: Step Bumper 19-Lights/ Self-cancelling directional signals Standard Signal front and rear, (4) way hazard, back- up lights 20-Wipers/Washers Dual 2-speed electric windshield wipers and washers Standard 21-Filters Oil - cartridge type a. Throw away Dry type air cleaner b. Standard 22-Paint DuPont Dulux #75306 a. 23-Rustproof Truck to be rust proofed a. Chrys1er rustproof 24-Body: Fleetside steel pick up type, 8' in- a. Standard side length, steel floor or with steel skid strips Cab to have rain drips above the doors b. q+,anHard TRADE-IN: One (1) 1974 IHC 1/2 ton pickup. Can be inspected at the Street Department, 639 Witzel Avenue. For advance arrangements, call Ken Robl, 424-0480. Note: MUST HAVE, ORDER TO COMPANY BY APRIL 6, 1983