HomeMy WebLinkAbout4X Corporation 4/1983 A G R E E M E N T
THIS AGREEMENT made and entered into this 22nd day of April , 1983 ,
by and between 4 X CORPORATION of
2625 S. 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:
Two stage snow blower for Street Department Total Bid: $48,825.00 (Klauer)
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 $ 48,825.00 , 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: 4 X CORPORATION
By:
Signature of sole proprietor, or name
or co atio or rtne shi
6/(44.Pr r
sident or Par(T1
Q 14 0 /
p.5_s Secretary
CITY OF OS KOSH
- C mil ( A By: 414/4 d,
LLIAM D. FRUEH, City Manager
/'ZP ! BY /j1,1 Cl t 7'7 -�
DONNA C. LUEBKE, City Clerk
i I hereby certify that the necessary
provisions have been made to pay the
Approved as to form and liability that will accrue under this
executio`_. con ct:
(1)
t DWARD A. NO1KES, City Comptroller
TOM W. AHRENS, Asst. City Attorney
0 0
U) M M
E
R' +� +J
(1) a)
E1 Z Z
E' Sa
Z (� $.4
a) rd
a >, a)
a >,
Z 3 rI
W
E-1
C4
a rnI
H N
W r•i •
W Oiu)
a a U) 4- ri
E� H >, E
cn a rx w rd a)
w w >,0 V sa
X > cd a a) .H
O H 'C < O 4-) S-1 (1)
(y Q a (NI 4-1 +-) >
w In r1rou) O
a z Q
w w
(14
O 0
Q
3 ► �
O CO O o
o 0
( ;;\\)
W H N N Sa
C7 S7a CO td co al
a ^r1
E-+ 1 .co rr •r i
(!) ` to t!)
O
E1
•
CJ' C
W /d
• L-5 E
0 M
cA U o
� � M
o a) d'
O
a) off
4-) V H 3
W rd u) H t0
v) fa b 3 Sa . M
H 0 3 a) ?,
> R it
'Lf 3.4 • .0 •■i O W
O cn u) a
O U O
cra u, x • a)
N ,C $a O U
m ro • s4
CO N0 CA C14
rn
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:
ONE (1 ) TWO STAGE SNOW BLOWER FOR THE CITY OF
OSHKOSH STREET DEPARTMENT
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 Snowblower"
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a .m. C.S .T. Tuesday April 12 , 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 28th & April 1 , 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.
SPECIFICATIONS
ONE (1 ) TWO STAGE SNOW BLOWER
FOR CITY OF OSHKOSH STREET DEPARTMENT
1 . Basic Characteristics , Dimensions , and Performance:
The snowblower shall be a two stage self contained rotary
snowblower . The minimum cutting width shall be 114 inches
and the cutting height shall be 48 inches . The minimum cap-
acity shall be twelve hundred (1200 ) tons of snow per hour.
the minimum casting distance shall be one hundred fifty (150 )
feet .
2 . Engine:
The engine shall be a four (4 ) cycle direct fuel injection
diesel engine having six (6 ) cylinders , a minimum piston
displacement of four hundred twenty six (426 ) cubic inches ,
after deductions have been made for fan, alternator, air
compressor, lube oil pump, water pump, fuel pump, and air
cleaner , of 200 horsepower , a governed speed of not to ex-
ceed twenty four hundred (2400 ) revolutions per minute , and
a peak torque rating of four hundred thirty six (436 ) foot
pounds . The engine shall be turbo charged, equipped with spin
off oil , fuel , and hydraulic filters , a rain guard on the ex-
haust stack , and a full fan blade guard to protect the mechanic
while working on the engine . An eleven (11 ) inch diameter , two
(2 ) plate heavy duty clutch shall be provided. An ether type
starting aid shall be provided. It shall have a muffler and
turbo precleaner.
3 . Electrical System:
The electrical system shall be twelve (12 ) volts . The en-
gine shall be equipped with a thirty-five (35 ) amp alternator.
The complete electrical system shall be fully protected by •
circuit breakers .
4 . Supporting Steel Members :
The frame of the snowblower shall be constructed of heavy
rolled structural steel electrically welded. The pavement
scraper blade shall be made of high carbon steel and be
easily replaceable . All wearing shoes shall be constructed
of steel alloy and be easely replaceable .
- 1 -
•
Specifications (continued)
5 . Auger and Impeller:
The first stage of the snowblower shall consist of three (3 )
each fourteen (14 ) inch diameter full flighted augers , chain
driven by a one and one quarter (14) inch roller chain with
adjustable chain tightener . Each auger shall be equipped
with a safety shear pin in the drive line that is easily acc-
essible for replacement . The second stage of the snowblower
shall consist of one (1 ) each, thirty-eight (38 ) inch diameter
impeller with six (6 ) replaceable blades . The impeller shall
be equipped with a safety shear pin in the drive line that is
easily accessible for replacement . All shafts and rotating
parts shall be journaled in oversize roller or ball bearings .
6 . Turret Loading and Casting Chutes :
The turret loading and casting chutes shall be constructed
of heavy gauge steel . The casting chute shall be the im-
peller housing and shall be equipped to direct the snow to
either side of the unit without the snow going through the
turret loading chute . The turret loading chute shall con-
sist of three (3 ) telescopic sections . The turret shall have
the capability of rotating one hundred twenty (120 ) degrees
to each side of straight forward on hardened steel leveling
rollers equipped with sealed bearings . All positions of these
chutes shall be hydraulically controlled.
7 . Instrument and Control Panels :
An instrument and control panel located on the engine housing
shall be equipped with an oil pressure gauge , hour meter, ether
starting aid control , and engine starter button. An instrument
and control panel located in the cab of the loader, shall be
equipped with a tachometer, oil pressure gauge , water temp-
erature gauge , ammeter , key starter switch , casing chute controls ,
and turret loading chute controls . The electrical control cable
running from the cab of the loader to the snowblower shall
pass through a quick disconnect fittings .
8 . Paint and Metal Protection:
The color of paint of the snowblower shall be as close as
possible to the City of Oshkosh ' s Street Department DuPont
Deluxe 75306
9 . Warranty:
The manufacturers standard warranty shall be supplied with this
equipment , with a minimum of one year from date of acceptance .
- 2 -
Speeificatipns (continued )
10 . Service and Operations :
The snowblower shall be serviced by a qualified mechanic
prior to delivery. The bidder shall train operators of
the snowblower. The bidder shall train employees in the
basic maintenance of the snowblower . Complete operation,
parts and service manuals shall be supplied with _the snow
blower. If any assembly is required after delivery the
manufacturer and/or dealer should make snowblower ready
for use.
11 . Mounting:
Provide lifting and attaching devices to fit the City of
Oshkosh ' s #530 front end loader .
12 . Provide two (2 ) copies of instruction and parts manuals
13 . Snowblower shall be equal to Sicard Industries , Inc. SMI
detachable type snowblower Series 3000 Model 3200 or Klauer
Mfg . Co . Snogo , Model MP-3D.
- 3 -
PROPOSAL
ONE (1 ) TWO STAGE SNOW BLOWER
FOR THE CITY OF OSHKOSH STREET DEPARTMENT
We , the undersigned, propose to furnish the City of Oshkosh Street
Department , F.O.B. , 639 Witzel Ave . , Oshkosh , Wisconsin 54901 the
following as per specifications or noted exceptions .
Klauer — MP3 D $ 48,$25.00
Make and Model Bid
Warranty: 1 Year
Service Center: 4X Corp. — Oshkosh
Delivery 45 Days
Terms : Net — 30
4X Corporation
Name of Company
A. E. , p , Sales Rep.
SUBMITTED BY: /
N-me and t' e o - person making
out the bid
4/11/ 1983
Date 2625 S. Washburn Street
Address of Company
Oshkosh, WI 54903
NOTE: DESCRIPTIVE LITERATURE MUST ACCOMPANY BID