Loading...
HomeMy WebLinkAboutBark River Culvert & Equipment (1979) A G R E E M E N T THIS AGREEMENT made and entered into this /p day of April , 197 9 , by and between BARK RIVER CULVERT & EQUIPMENT CO. of 600 Liberty Street, Green Bay, WT 54303 , 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 5th day of April , 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 BACKHOE FOR RIVERSIDE COY $14,118.00 IHC 250A Trade-In: One 1967 IHC Model 3414 w/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 $14,118.00 , 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 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: BARK RIVER CULVERT & EQUIPMENT CO. Signature of sole proprietor, or name or corporation o partnership f ��►'L r . . i G�-1, .4 iZ Vii' i 2.."` �� ' President £2 0\ give Secretary !.s -7-) 1 CITY OF OSHK' H / j WILLIAM D. FRUEH, City Manager ( -1 '- f'2C �;/txj, By: . ,f, .�t 41I: • CONVERSE C. MARKS, - Clerk I hereby certify that the necessary provisions have been made to pay the Approved as to form liability that will accrue under this acontract :_....,„,,,„,,_s) 0 ,,, 1„,„,,,, W. PEN E, City Attorney DIE, City Comptroller (1 * UJ-- ONC] tJxtijtd OO\trJ •_ CD -I H (n 01 (D 1-1• 07d 'i 00 r C7 J CD Pi En CD ti ° ttLi )-1:1� H 0 CD H CD L 0 m 171 t-"-d H (D I 0 . o O WI a) CD W H -A Z - ch L]ii H'1 U H En P"d H CD UJ `C C] H. 'TJ 0' 'd0H 00 Pi - -0 'ddU ~' (-I-• .� -i U to 11 H -A . . C) '1 Owl gin.0R� OUDH w0 H wc+ H -.1 • c-I- Z X 7 0 H . 0 w R° 0 Pi tiJ c) o lr W W c-i W Cl W Hw (aD co�W CT F-I W - . _s 0 td H C0 CD � 0 �' CO 0 0- o 0- O v, HI 0 U•1 0 � c�- U n ti �w U LLii (D • (D • 0 • 0 0 m l0 CD lo. �0 -P. O O 11 Ul '1 ln. 0 " (D CD H v y 01 W W W 01 H x H 13:1xx 0 lfl 0, c O -1-3 ti w Ni Ni Ni vi I� td O O • H trJ ''d L=J O O vi U7 O H 'TJ Z tri O . f ti Z Pi �7 l0 O Oo S td x1 H N l0 Ni Ni -� H C0 t O1 co W _1 _. x Pd -.1 l0 w to 00 W U] • H N H 0 0 O O 0 O o � tt 0 ) tt -'2 1) Ni U1 OD VNi Ni Ui H r Pi vi Ol '0 l0 H d -.1 coo - O Ld =J O • 1 0 0 U3 L 1 lii 0 Z y (D l] m N 0 W (D td 0 (D w H tt `+ 0P cr00 CD `+ OOI `+ 0a H o 0 w CD --1 0 ° 0 L Cl) `C Cl) R. Cl) Z1 En '-C Cl) c+ N c+ -1 H j U] N U] H'd O U) , D a C H. ( t ( ' o 'S X O t7' '3 (D X (D CD CD 'o^j Cl) CD Ioj (n• 0 O En Oo `�c0+ Cl) 90 a : 0 0 Cl) Cl) CD • Quotation 3-81-79 Department of Administration Purchasing Division P.O. Box 1130 Oshkosh, WI 54902 NOTICE TO VENDORS: 1 . We are submitting herewith for your consideration an invitation to bid on: ONE (1 ) LOADER/BACKHOE TRACTOR FOR RIVERSIDE CEMETERY 2. Bids must be addressed to Oshkosh Purchasing Division, Department of Admin- istration, City Hall , Oshkosh, Wisconsin. Envelope shall show name of bidder, and must be plainly marked in the lower left hand corner "Bid for Loader/Backhoe" . 3. Bids must be on file in the office of the Purchasing Agent no later than 10 :30 A.M. , C .S.T. , Wednesday, March 28, 1979. 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 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 an date above stated. Award, if any, will be made as soon thereafter as practical . 7. A certified check, cashier' s check, or bid bond, payable to the City of Oshkosh, Wisconsin, in an amount of five (5%) percent must accompany the bid as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract within ten (10) days after award by the Common Council and receipt of contract form for signature. Return of certified check, cashier's check, or bid bond will be executed when the contract is signed. 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 LaFontaine, Purchasing Agent, Room 312, City Hall or telephone (414)424-0265. William D. Frueh City Manager PUBLISH: March 17, 1979 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 he considered. SPECIFICIATIONS LOADER/BACK HOE TRACTOR FOR RIVERSIDE CEMETERY En ine: J 60-70 rated horsepower,P , 3-4 cylinder, heavy-duty diesel- type engine. Transmission: Automatic (Hydrostatic) Hi-Lo rang slector lever. Forward or reverse is variable without changing throttle setting. Differential Lock: Foot operated pedal on right side of platform providing equal drive to both rear wheels. Axles: Front - beamed-rated at 10-12,000 pounds Rear - line type, working capacity14000wp capacity pounds working Steer-i n�c ' Power steering. Brakes: Hydraulic. Tires: Front - 11L-16 8 ply rating ) Rear - L-24 o ply rating) semi pneumatic �C1 Other Equimen /611-2`-f Fenders with two front headlights, two stop and tail lights, two amber flashing lights; heavy wrap-around grille guard, ammeter, ether starting aid, fuel and heat indicator, hour- meter, horn, oil pressure, tachometer, fuel tank, radiator, voltage regulator, 4-way flasher with turn signal switch. Front-End Loader: Bucket width: 7-6-5-inches 1 Bucket capacity: 3/4 cubic yard Maximum Lift: ` 0 4,000 pounds (,k Standard Equipment: Anti-cavitation and quick indicator, deluxe seat with uforward/reverse eadjustment hardened steel pins with recessed grease fittings; horizontal hitch stabilizers, hydraulic self-leveling, single lever loader control , full hydraulic system. Back Hoe: Maximum digging depth: 14' 0" 14' 7" Ground Clearance: 12-13.5 :aches ..rte SPECIFICATIONS (Coned.) Standard Bucket: 24 inches Also Required: 36" cemetery bucket front counterweight (minimum: 350 pounds) , frost breakers, 2-lever control , cemetery pads, full hydraulic system. Cab: Fully enclosed ROPS cab, including sliding upper half door (L&R) with hinged lower half (L&R) , heater, wind- shield wiper, tinted safety glass, dome light. Miscellaneous: Slow-moving vehicle emblem; OSHA approved wheel back-up alarm. TRADE-IN: One (1) International 1967 Model 3414 loader/back hoe with 36 inch bucket; can be inspected at Riverside Cemetery, 1901 Algoma Boulevard. For advance arrangements, call George Gunther, (414) 424-0459. • PROPOSAL We, the undersigned, propose to furnish the City of Oshkosh Riverside Cemetery, 1901 Algoma Blvd. , Oshkosh, WI , 54901 , one (1) Loader/Back Hoe Tractor accord- ing to specifications or noted exceptions for the following amount: International 250A $ 30, 533. 00 Make and Model Less Trade-In (1) 1967 INC Model 3414 $ 16, 415. 00 Net Bid with Trade-In $ 14,118. 00 Alternate: Bid for the same vehicle but without Trade-In $ 25,900. 00 Delivery in 45 days after receipt of order. Warranty Six (6) Months Terms Net i 30 days. Bark River Culvert & Equipment Co. Name of Company SUBMITTED BY: Sales Rep. ame & Title of Perso• Making Out Bid 3-26 1979 Green Bay, Wisconsin Date Address of Company NOTE : We propose to furnish the above with 16. 9-24 6PR rear tires and Four (4) lever hydraulic control. • 11::)2 Deposit• F ideli ty and C HOME OFFICE OF MARYLAND BALTIMORE, MD, 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Earl... Liver Culvert E< Lrtui.pr.ient CQ= Green ,.air, ,isconsin , as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland,as Surety, (hereinafter called the"Surety"),are held and firmly bound unto The City of Oshkosh, Wisconsin as Obligee, (hereinafter called the "Obligee"), in the sum of Five per cent of Principals maximum bid Dollars ($--5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. a Loader Backhoe as advertised for WHEREAS, the Principal has submitted a bid for March 28, 1979 NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. March 79 Signed and sealed this 26th day of A.D. 19 ,,a.i—. Liver Culvert i.]nui.iment Co. (SEAL) ((;72 ., Z V .'‘: )L . ik AI Pr"ncipal S ..$\ 0 Vice Pres. , tness :y: i Title - FIDELITY AND DEPOSIT COMPANY OF MARYSLAND ^ , ) ► r lJ (SEAL) } Title Witness , C325d-130M,6-76 200926 Approved by The American Institute of Architects, A.I.A. Document No.A-310 February 1970 Edition. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: BALTIMORE,MD. KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland,by C. M. PECOT, JR. ,Vice-President,and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Com- pany, which reads as follows: "The President,or any one of the Executive Vice-Presidents,or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power. by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require,or to authorize any person or persons to execute on behalf of the Company any bonds,undertakings,recognizances,stipulations,policies,contracts,agreements,deeds,and releases and assignments of judgments,decrees,mortgages and instruments in the nature of mortgages,and also all other instruments and docu- ments which the business of the Company may require,and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Robert M. McKenna, James A. Temp, Gerald J. Mortell, Roger G. Ferris, R. H. Boland, Mark R. Boland. and Jeanie Hlinak, all of. Green Bay, Wisconsin, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings • no the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Robert M. McKenna, etal, dated March 16, 1978 and on behalf of Robert M. McKenna, etal, dated April 30, 1976. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI,Section 2,of the By-Laws of said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this- 17th day of , A.D. 19.78.... +••.,. FIDELITY AND DEPOSIT COMPANY OF MARYLAND a�D DE Poir. -,•,> n„ 00 ATTEST: xm T` B y °k(79;:44#/re-° "�y • 4"mr Nt l Assistant Secretary Vice-President STATE OF MARYLAND ) SS: CITY OF BALTIMORE J On this 17th day of April A.D. 19 78 before the subscriber, a Notary Public of the State of ; Maryland,in and for the City of Baltimore,duly commissioned and qualified,came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each acknowledged the execution of the same,and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal,at the City of Baltimore,the day and year first above written. O A,T yet? NqG l =m:• • Notary Public Commission Expiressildl,y..-�.•-- % •' '• y; CERTIFICATE iMOReE�\, I,the undersigned,Assistant�Jecretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents spe- cially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held On the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2..6±h day of Ma rah , 19 79. Assistant ' cretary L1419—Ctf. 205711