Loading...
HomeMy WebLinkAboutBruce Municipal Equipment/Sanitation 3/30/1979 A G R E E M E N T THIS AGREEMENT made and entered into this 3c) day of March , 197 9 , by and between BRUCE MUNICIPAL EQUIPMENT, INC. of 6115 North Flint Road, Milwaukee, WI 53209 , 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 15th day of March , 197 9 , 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: ONE GARBAGE TRUCK BODY-17 YARD FOR SANITATION DIVISION Leach 17 Yard $9,947.50 Net Price with trade—in 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 $ 9,947.50 , 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: BRUCE MUNICIPAL EQUIPMENT, INC. Signature of sole proprietor, or name or corporation or partnership/ A.Z--e_A.,‘LL__5/ )72 . U, GL.Z ,. Presi ent - P__4___ Secretary Ci.�iZ.Zea:� L c'iQG: ?A/P-fini Q---)1 ,-.7-2611://)&14/tk CITY OF OS •SH ILLIAM D. FRUEH, City Manager �. By: � CO VERS[E C. MARKS, .-+-t 1Clerk I hereby certify that the necessary provisions have been made to pay the A•proved as iihform liability that will accrue under this ' contract: \l2 JO . PENCE, City Attorney ity Comptroller v a) W ,- x H H 0 cn wa 4 cwn 0 / 44--I a.. U) H 06 bcif U gl 0 -P O 0 >1 ra N r di r-I to 0) Pi ›., 0'dO � >-, 'd0 KOlva a �aY �W• H 0 0'd O Q Ti r<1 trl 2 0 0 0 u1 o M H I O O W rn -1- 1 H ›-1 cn N Pi 2 1-- OA N Pq H Q W `, o O 0 W lam- O H H H XI W H Wes ! W H W W a \C N O H Q Q , r- W H I 0 0 H q � o 0 0 H 1I+ M C- co El CI N _ H W 132i A 0� � 0 0 Z w • •a H � r- rn � w N a ..= 4--1 IC- �ill a ) + Z P. O 0 H H 'd01 11■ W � N O NN •a Gw aa) ,}- o g a+- a) 0 3 0 $ r H 9r-1 r H MI xV 4. 62,61. `9►. AaBn,zga j :HS I land .t a6eueW A1.!3 yanu3 •0 weill !M 'S9Z0-+7Z+i(+71+7) auoydala; JO LIeH A !0 `ZL£ woo41 `lua6y 6u!seyoand `au!e;uoJel pleuo0 Toeluoo 'pig of uo!leu!nu! s!y; 6u!uaaouoo uo!lewaolu! aaylan4 pue suopeo!J!oads .+o3 .6 •6u!pp!q u! sal1.! lewao3u! Aue an!eM of pue sp!q Ile pue Aue ;para., of ;y6p aye saAJasaa Al!0 au •g •aanleu6!s .iol loealuoo ay; }o ld!aoa.+ pue ! lounoo uowwo0 ay; Aq pee aal4e sAep (ol) ual u!yllM 1oealuoo aadoad ay; ali4 pue alnoaxa lsnw aapp!q ay; `paldaooe s! p!q aye 4! ` lesodoad ay4 Auedw000e ;snw puoq p!q JO `>!oayo s ,.ia!yseo pal4!;aao ou y6noyI 'L • teopoe.id se aa14eaaay; uoos se apew aq il !M `Aue 4! `paeMy •palels anoge alep ue anoy ay; 4e peat pue pauado Alo! lgnd aq ! l !M sp!8 •9 •uo!sua;xa ue of saaa6e `lua6y 6u!seyoand ay; 3o lsanba.i uodn ` (s)aapp!q ay; ssalun `a;ep 6u!uado p!q 6u!MolloJ sAep aepualeo an!4-AlJ !y; ao4 6u!pu!q aq Heys pall!wgns splq lew.ao4 ! Iv '5 •6u!uado 3o aw!; pa!i!oads ay; o; Jo!ad Ali o ay; Aq pan!aoa.i s! lsanbaa ay; 4! pa;ue.16 aq Aew }oaaay; ;Jed Aue .ao p!q e 4o leMeapyuM aye aoj lsanbaa ual.!JM v •s •pea.iun Japp!q ay} o; pauan;a.i aq ll !M pue pauado aq ;ou Il !M alep pue .anoy ley; as;je pan!aoaJ sp!q Auy 61,61- '12 LIBn.zga3 'LBpsans "1' S. o "111.P P 0c: 01, ueq _tale! ou lua y 6u!seyoand ay; 4o ao ul o ay; u! al !U uo aq lsnw sp!8 •£ cPoil xon.zI aBBq,reD a o. P!81 J auaoo puey ljal .iaMol ayl u! pa>{aew Alu!eld aq }snw pue `uapp!q 4o aweu Mot's Heys adolanu3 •u!suoos!M `ysolys0 ` lleH `uopeJ s!u!wpy 4o luawlaeda0 `uo!s!n!Q 6u!seyo.ind ysolyso o; passaJppe aq lsnw sp!8 'Z Aaoa xonxs aovaHvo ( L) SNo :uo p!q of uo!4el!nu! ue uopeaap!suoo .inoA .ioJ. y1!Ma.tay 6u!44!wgns aae am • l S80QN3A 01 33110N Zo6+75 IM `ysoi!yso MI x08 '0'd uols!n!Q 6u!seyo.and uo!leJ s!u!wpy j.o luawl.aedaa 6L6t 9 8,33 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. 'ZLi70-*1Z*/(*1T 17) 2uTTTua cq apum aq uua luamluToddu uu `amTl aaglo Iuu and •uT-apual aql go suoTiTpuoa agl agTazsap ao/puu suoTlsanb Auu aamsuu of puuq uo aq TTTm `aaAoTdma paluaTs -ap u JO `nuN2uu7 anals `luapualuTaadng uoTlun u s '6L61 `9T Liunzga3 `AuPTad U0 amTl amus agl au puu 6L6T `6 Aaunagad `AupTad uo •m•u 00:TT TTlun •m•u 00:L moat `TTuay -asdmaQ 9Z6 luuTa aoluaauToul agl au AuTdsTp uo aq TTTM NI-HGVHI •aoop Xlajus oN •17 •pauoq gsup alp uo palunom 1142TT loTTd puu 1101Trs aT22o1 u g1TM `punoa2 agl moat ,6 ATalumTxoaddu `alu2TTul agl 3o apTs 13aT Puu 1g2Ta alp uo palunom aq TTugs s1g2TT 2uTgsuTT pai uL (Z) omI •a •saauTuluoZ asnJaa 2uT -dump ATTuoTlumolnu puu 2uTI3TT ao; luamgoullu JO luamdinba AaussaoaN •p •paaoauuoa puu palunom s1g2TT doss puu sig2TT TuuoTlaaaTp auag •o •aanTap Tuu2Ts of auaa au malsAs aazzng •q •alugTTul alp To apzs goua uo aTpuug puu dais •u :anuq of fpog •£ •zonal alp uo Apoq uoTloaTToa asnjaa agl BuTlunom apnTouz TTTM pTq 1110A •aappTq Tn3ssaaans ag1 oa paaaATTap aq rum (aTxu of qua AZT) banal mau aTquaTns v •Z „•uoTsTATG uoTlulTuus - gsoxgs0 JO K1T0„ `Apoq jo apzs goua uo 2uTaallaT xoujq g1TM alTgm paluTud puu pamTad 'T :sma1T TuuoTlTppu 2uTmoTTo3 ag1 apnTouT of puu „`aasTnaOTuug Ey. goua7 agl of Tunba A TTunb u Jo `aaddog pain Z glTm `alu2TTul JO anTsnT3 -xa `XlToudua pauA ozgno (LT) uaaluanas 3o Apoq uoTlaaTToa asnJaa 2uzpuoT-auag AUOg Mina HOVERIVO SNOI1VDIdIOddS PROPOSAL ONE (1) GARBAGE TRUCK BODY We, the undersigned, propose to furnish and mount, on one truck chassis to be furnished by the City of Oshkosh, Wisconsin, for the Sanitation Division, one (1) garbage truck body, as per specifications, for the following amount: LEACH 17 YARD SANICRUISER $ 12, 947 . 50 Make and Model Less trade-in: 1970 GMC with Leach 17 yd. Packmaster body, Fleet #17 (CM6032150812) $ 3, 000. 00 NET BID WITH TRADE-IN $ 9, 947 . 50 ALTERNATE: Price for one garbage truck body, as above, but without trade-in $ 12, 947 . 50 Delivery will be in 30 4 days after the truck chassis is received. Warranty: 180 DAYS - PER ATTACHED Location where parts and repair service will be available for the bodies offered in this proposal. LEACH COMPANY, 2737 HARRISON STREET, OSHKOSH, WISCONSIN TERMS: NFT 3n days BRUCE MUNICIPAL EQUIPMENT, INC . Name of Company SUBMITTED BY: U' e/k�*''G �wd-�j� Nam and title of person leaking out the bid. 6115 NORTH FLINT ROAD FEBRUARY 19 , 1979 MILWAUKEE, WISCONSIN 53209 Date Address of Company 414 - 228-8840