Loading...
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