Loading...
HomeMy WebLinkAboutLee Truck Sales/Street Dept A G R E E M E N T V THIS AGREEMENT made and entered into this /7'�day of April , 197 9 , by and between TEE TRUCK SALES, INC. of 2625 South Washburn Street, 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 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 SINGLE AXLE DUMP TRUCK WITH HYDRAULICS FOR STREET DEPARTMENT $22,500.00 IHC Bid without 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 $ 22,500.00 , 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. - LEE TRUCK SALES, INC. Signature of sole proprietor, or name / or corporation or partnership / 0 4? Pre ,id nt P. tn�f /1 / �. '! _ _ " fir ! ,� 7 Secretary CITY OF OSHKOSH �� / // /�- ,.�Jr/c` .tom-�- ` 44_,// rJ1� BY �f' Y 7� WILLIAM D. FRUEH, City Manager C `�1 G`9( %i,k % / �.. - 1. -�'�, By: v�i�! / l% / lJ CON RSE C. MARKS, C. y Clerk I hereby certify that the necessary provisions have been made to pay the Appro e% as to form liability that will accrue under this t contract : y ) t" tf 1 JO W. PENCE, City Attorney , City Comptroller r N ' CITY OF OSHKOSH WISCONSIN CITY OF OSHKOSH • • INVITATION FOR BIDS SPECIFICATIONS AND PROPOSAL FORM FOR TWO SINGLE AXLE DUMP TRUCKS ONE 1'- TON DUMP TRUCK PURCHASING DIVISION •.r 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: two (2) single axle lump trucks for Street Division one (1) 12 ton dump truck tor Park Division 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 3. Bids must be on file in the office of the Purchasing Agent no later than 10:30 AM CST Friday, March 23. 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 toe 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 rescr" :, right to reject any and all bids and to waive any inf..rr;}ali ':ies in E 3.i 9. For spec i i F‘�o-,:. �,r~ ;, ~�; r information concerning this invitation to bid, cont-,Lt Dun _< i:::aine . Purchasing Agent, Room 312, City Hall or telephone (4W,,24 .. ' , M cm cm D. Frueh t i ty Manager FUb . S i-i: M-a _:r 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 saaufzcturer/ s current model , complete with all standard equipment and eccessorYe3. 3. Full identification of equipment or commodities quoted upon, including brand, make, model , catelo9 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 eoempt}on certificate, if requested by the successful bidder. 5. If a warranty applies, the bidder shall state the conditions of warranty. 6. When requested the specifications, the bidder must state the nearest location were parts and repair service will be available. 7. Delivery date must he 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. q. 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 nona'/ or to what extent it is qualified. 10. If there is a trade-7n, the City of Oshkosh may elect to accept the bid with trade-in or *if:hno`t trade-in, whichever is in the best interest of the City. 11. Equipment or ) tens mmst conform to all applicable Federal Occupational Safety and Health 4c'c prowsio/,s. 12, If two or more Aentftal &;ds aq(a} Jy qualified, the decisior of Lhe -G uzke a~ar,J lc ome OF `mure of such bidders shall be final Se7ectiz L:y drw;ng }ozs. Cash discounts, when 10 Jays or lon9er will be cupsi ]or�d. SPECIFICATIONS SINGLE AXLE DUMP TRUCKS FOR STREET DIVISION The following are MINIMUM specifications for single axle dump trucks for the City of Oshkosh Street Division. These will be used as snow plowing and sanding units. SECTION A: One (1) truck with 'r»drau) ; , s Factory provided front frame ext. for snow plow mounting Provisions for front mount P,T-O. factory provided Reinforced Frame 210 HP Diesel Engine 14// 2 Plate clutch, heavy duty 9008 Lb. Minimum front ax\e 9000 Lb. Minimum front spr,ngs 17,500 lb. minimum 2 speeu /tk aule 23,000 lb. minimum rear springs 4500 lb. minimum 2ox. rear springs 900 X 20 X 10 ply tires 7,' rims Spare rim (not included) Steel cast spoke wheels 5 speed trans spicer 50 series or equal trans. to have nominal torque cap of 500 ft. lbs . Hydraulic brakes with wacuu- tank, �euQc � warn\n.9 \ :ght 15 X 31 front 6rak , 15 X 7 rear braes Powe s�eer�rg Hour meter 30 &NF ahLernaI.or 1- !2. �rash a; , = PECIFICATIONS (Cont'd.) Dual e;eetr, -,. wipers 2 speed Dry type air cleaner Full flow oil filter 2 electric horns Circuit breakers I , L.O. fusk : Warning light with gauges Ear oil & coolant Stationary grille Service access hatchs Hand throttle Viscous Fan West coast mirrors 6 X 16 4 Way ICC directional Hgr1-.s Cab marker lights Front bumper Painted Oshkosh safety /-,l 'flw Dupont ,,-,!u;'../x 75306 2 Sun visors Conventional Cab with Bost ,2111 drivers seat and standard pass. seat Cab grab handles Back up alarms electric 50 gallon step tank R.H. mount Rust proof Ziebart Dump box shall be 9 fe,c, ( t r" '40 :1 -:-1ds, 21" sides , to pro- vide a 4 to 6 ya,-d capacity trci -,-60 nave a --imo! l sand (iocr in the tailgate It shall be painted #753C6, h,,ve federal l 'ghts, a horizontal dur-ip cy , . - ., crwEr'* tJ The hoist shoi - - Trade-In. 6/t -(, r,'v' aion Garage, 639 Witzel Avenue, Sse .t Division Super- intendent, at '0 SPECIFICATIONS HYDRAULIC SYSTEM 1. Shall be Central Engineering Co. Model C-100 or equal, front- mounted crankshaft-driven flow divided, hydraulic system or equal, consisting of a front-mounted hydraulic pump, driven by the engine crankshaft. 2. The front power take-off shall be of the heavy duty type mounted on a brackat and attached to bumper. 3. The latter shall be reinforced to assure a strong and dependable mounting. 4. The pump shall be rated 25 G.P.M. @ 1200 R.P.M. @ 1000 P.S.I., min. 10-gal. reservoir, replaceable element return line filter with condition indicator, three spool sectional control valve for dump body and power reversing snowplow and sander. 5. Valves to be mounted behind truck cab with rigged rods to control levers on floor. 6. When radiator is "dog-housed" for front power take-off shaft, be sure that the cooling capacity is still adequate to cool engine when plowing. 7. Hydraulics to be direct crankshaft driven mounted with out drop box - constant running. , ' SPECIFICATIONS (Cont'd.) SECTION G: Truck to be the same as !n Section A but without hydraulics Factory provided front frame ext, for snow plow mounting Provisions for front mount P.T.O. factory provided Reinforced Frame 210 HP Diesel engine 14// 2 Plate clutch 9000 lb. minimum front axle 9000 lb. minimum front springs 17,500 lb. minimum 2 speed RR axle 23,000 lb. minimum rear springs 4,500 lb. minimum aux. rear springs 900 X 20 X 10 ply tires 7'/ r�ms Spare rim (not included) Steel cast spoke wheels 5 speed trans spicer 50 series or equal trans to have nominal torque cap of 500 ft. lbs. Hydraulic brakes with vacuum tank, gauge, & warning lights 15 X 31 front brakes 15 X 7 rear brakes Power Steering Hour meter 60 AMP alterna�or 2-12 volt 1250 CCA '"r Fresh air H,D . haa�ar Dual electric wipers 1 sp��.� Qry tide a� r o�eoua� Fu| l fkyu SPECIFICATIONS (Cont'd.) ` . electric horns Circuit brear(c.r I .L.O. fu5es Warning light with c: Ter for oil & coolant Stationary grill- Service access hatchs Hand throttle Viscous Fan West coast mirrors 6 X 16 4 Way ICC directional lights Cab marker lights Front bumper Painted Oshkosh safety ` ,l '; w Du2ort dulux 75306 2 Sun visors Conventional Cab with "^strum drivers seat and st ndard pass.. seat Cab grab handles Back up alarms electric 50 Gallon step tank R.H. mount Rust proof Ziebart Dump box shall be 9 feet long , 7 feet wide, 31" high on ends , 21" sides, to pro- vide a 4 to 6 yard capacity and shall have r�lpua small sandh door�inethl tailgate . It shall be painted Oshkosh yellow - Dupont horizontal dump cylinder, be o a quality equal to Heil Model HM. The hoist s ho _ aqua) odel 1 721 D,A. �t._ Street :i v s i Or Garage, Trade-Ire ,y.';� 639 di tze Ye,_ a. raf r \ . _ t e°t Division Super- intendent, at f° ' PROPOSAL We, the undersigned, propose to furnish the City of Oshkosh Street Division, F.O.B. 639 Witzel Avenue, Oshkosh, Wisconsin, the following: One (1) Dump Truck with Dump Box and hydraulics as per specifications or noted exceptions I .H.C. 1$51 $ 22,500.00 Brand Name and Number Less trade-in for one (1) 19/1 GMC 21 ton dump truck, No. 48 $ 2,540.00 Net bid with trade-in $ 19,960.00 Alternate: Bid for same vehicle as above but without trade-in: $ 22, 500.00 Delivery in — 210 days after receipt of order One (1) Dump Truck with dump box but no hydraulics I .H.C. 1$51 $ 20,970.00 Brand Name and Number Less trade-in for one (1) 1970 GMC 21 ton dump truck, No. 41 $ 2,3 70.00 Net bid with trade-in $ 18,600.00 Alternate: Bid for same vehicle as above but without trade-in: $ 20,9100 Delivery in _ 210 ^ n,lT„ days after receipt of order Terms : Net % 0 days Warranty on trucks and hoist: 12 months, 12,000 miles Engine: 100,000 miles or 12 months Lee Truck Sales, Inc. NAME or COMPANY i Submitted by: Arden E. Ruppel, Sales "Manager NAME & TITLE OF PERSON MAKING OUT BID 3/21 1979 2625 S. Washburn St. , Oshkosh,WI DATE ADDRESS OF COMPANY °oQO 1 a) d � � �; 4--1 ; I ! i �' I O t)D I , �, o •H I 1 I j o1 I 'd; ( g-+ . 0 i a) 0 U •O r-� ! .�+'� 1 1j U1 1 1 U1. 1 TO U) 'ACV' 9. .� 4-):` 1 1, � 1 ` r 0 P. HI • U O 3N$ - O X H I 4-3 D 4--) 4-I a to >r ct c>i U c0 HI 1 r r 0 P N • u H a) • a 2 4-I 0 U{ Uc3 U 3 C U c O a)p U u) •• ,Q r0 •rrr-PI cn fa • • a) •,-I .. 1-1 O O 4i . u) P. O 3r I• O N cii C1Z U] U) a) 43 O 4-) O r-1 ` U -P O • U 4-1 C1•4--) c•---1 ai • d .0 4 p 1 1 U) H O-1 (� V a)a ) ' ,1) a) 0 -P u) u) ". 1 .- 4 H Pa •1-) 0 0 O w '-� �' P, Z I U) 0 U) a) • 0 •H dS P4 0 U) CO 0 3 a) a) a) s`a 3 0 -P 0 H ,- -P a) 0 0 ,'T • bO U) U) +) 1-1 f, U U) 'd P, •--- -I) U) • a) •,-1 Pt .° U) Q 4i ;., H cd ›, Z (1) •r-1 ,0 Cl) N (1) (d H I +) a) El a) a) r-1 •,--1 Cr) •H U) +) O H ,0 4-1 U �+' a) -P f•1 Q f, 'd .- O f 1-1 S-e cd H U) H O p 0 'Li (1-1 c) H , 0 a) P+ 1 \ d a CO .H 'd rro •H a) a) — a) CT' U X - cd -I-) I H a) U) +) S1 C Cif ,0 ;-4 U CO 0 - ' `' a) U f, H 0 '4 n H Cl) 1 0 al U ,0 al •ri 0 U) O U) Ra •H1 U) O •r-1 1 ?� +) P • • ,) O H ,.n f1 0 O U) (d f, tat) f� a) -P f.• Pq H -P � H 4-) a) H a) x (2 Cl) U 0 -P ul) a 0 aa) •_ f%1 +) aa)) a) a) O •1-1 •H ti0 P4 +) H a) a) f•1 Pi 0 f•1 0 x -P +► C) a) (n -P x pro > •H P 'd p a) a) hD 40 u) H fa f•-1 I-a S1 0 al ad U) -N O •- 0 0 U) 0 U) ,. r1 c •H •,--I P, •H •H • 1 Pi a) •4 f, r1 N ,. a) O a) ( U X U C W W W C) Q fs., U) El Q K=, 14 C-+ ) 0 PIP Cl) C) x Pq L. • L 0 a) a) , L N. E - • v a 7 ) • O N L. O 3 (9 • a - O • O (1) • N 0 4-+ --( L O C 4- • • E N O • o• U) X E 7 N � c.) 0 L C 7 CO 7 E • ' •E C a) -icy O H O a) CO t- E - C E L M u■ L H (0 a) O i C •C O - •E in N •- U Q a) cn O - - - E cn . a) ¢ L C.) 1-- L a) L. r0 E E X +.+ • • .n 0 +.1 C 4-) H N I a) . • 0 C) al • n a.n U r0 + U r u)•- T d O a a H X +-c- -O n _a N — 0 • O O O to L 4)U O = = I 4- O X T O 1-11 a) c0 N U) (f) L U L O O O (0 4-, 0 0. L N P{ U 1� a L 0 7 T 0 0 0 0 3 cm 0 N- in -a - 0 co N Cl) a .- 0 L Lt', O M 0 a) I Ol T -74• I N - a) a) Q U N = O -7 N O• - 3 .-. L ' N '. ' (..) p4 T CZ U) U) U) , ) � f 4 -P 0 ,•� P, -P 1 O 0 al f-4 P Ca �, P P a) H —. fi H H -P a) fi +) I U) 0 U) a) • «1 •r-I dS P, a) U) a) a) a) f, 3 0 +) 0 H .4 -N a) 0 U J+ • a) t1D cd U) +) H f, rX U U) 'd Pi ........ +) U) N •H P4 ,-0 Cl) Q, (4--1 ccf P P a) •H X) • •4•-1 U) U) H I 4-) a) 0 •r-I U) •r-i Cl) -P U 1--1 U) U) 0 '-i a) 4) f-I 'd f-i f•1 (-1 f~ 1" U) A \ H O P Cif 0 cC U) r-I Y, O a) P+ I I U) a) U) •r-1 3 1-1 a) —' (1) CO U Cd +) I H s 1 H O U) •.' f, 0 CO (n (n O . • Cl) U 0 fa P, 0 X H U) I 0 cO rU CO •H 0 Cl) 0 al •H U) O <4 X •H 1 +) Pi O H ,0 f+ a) a) U) c U •-4 t 1 O f•, a) -P -i P I Q ui ,C f-1 U) CO S, r—I -I-) H -P Z a) (-i a) w c u) U O -+-) U) a) U a) , f, -P a) 1 a) a) U •H •H 40 P -P •H a) a) f•, P{ Z S-, P .• -I-7 -P 0 a) U) -P r0 'd .0 a) a) kD ts0 U) H f, f, g, f, O cij Cif U) •I-) O Sw •H U) U Cd 0 U) H cd •H •H P, •r-1 •r-1 •r-I p f-c a) F, f•, r-1 a) O a) N U E U 0 W W W o c) fs.1 U) E-1 n n Cs, w Ei W U PP (!) C. X, III ° A SPECIFICATIONS (ONE) 11 TON TRUCK FOR THE PARKS DEPARTMENT This truck ls ba equipped with minimum requirements as follows: 1 . Cab to axle - 83" 2. Gross vehic:e weTcht of 16,000 lbs . 3. Whealbss€ - apprnx. 149`^ 4. 350 cubic inch dsplacemcnr 5. Front springs 2600 ibs. each 6. Rear springs 7500 lbs . each 7. Auxiliary rear springs 1508 lb. 8. Tires - 7.5O X 20, 8 ply rated, 100 'aval , tube type, front and dual rear 9. Wheels - disc wheels , 6" rim lO. Furnish spare wheel without tire and not mounted 11 . Front axle - 5,080 lbs . suspension capacity 12. Rear axle - 15,000 lbs . sing!e speed 13. Transmission - automatic 14. Hydraulic vacuum powered booster brakes 15. Battery - 60 amp hours 16. Alternator 40 ampere 17. Heavy duty fresh air h;,atE'r and defroster 18. Windshield washers 19. Oil bath air olan�r 20. Oil filter - ;dge type 21 . Two 6/^X16/` Western t:2e ou°I ;de rear view mirrors, one on each side 22. ICC 4-Way flasher l !�hts 23. Cab marker lights 24. Dual stop and tail lights 25. Heavy duty shocks 26. Front and rear directional signals , self cancall :ng class "A" 27. Back-up lights 28. Dual electric windshield wipers , 2 speed 29, Right and left sun visors 30. OSHA approved back-up alarm 31 , Gauges - ammeter, oil pressure, water temperature, fuel 32- Engine hour meter, dash mounted and connected n the ignition switch 33. C h olnr - City of Oshkos yeflow (Dupont Dulux 75:06/` 34. 12/ wood platform ace bed, 2 metal stakes, and twin tel lo* mr: ca bydrs�li; TRADE- IM: One 1964 ion truc- ^ Fur a:vPnce a-rang:mmnts call Russ cr ` Par Fmre��: (4 zf 7 a.m. - 3 p.m. PROPOSAL ~he . ''�ers . �ne� proPose to furnish the City of Oshkosh Parks Department,�, Ush� .,|. �<scmnuin 54901 one ��\ 13 ton truck according to specifications or / z��. �x:°ent.,00s for Lhe fm7loy7ng amount: � I2� ��O"00 MAKE ----------- ------ ' --- Less TraJe In 'l ' 1 :Y-4 )/4 Truck Iv{)5(}°00 Net Bid with 11 450.00 4LTERNA]E: Bid for the same veh, cie but without trade-in Delivery m 180 �~ rmCf':;pt o - nrde.'- Warranty 12 _ox' 12,000 miles _____ Terms: Net � 3O_ Lee Truck SaIes Z NW:, OF cUGpHN ' ----- [� ("(//2i'4 z /-^ � Submitr�� b�� A.E.�°�° � paI* ales Manager QF PERSON MAK/N1G OUT ?ID-- 3/21 _________" 1979 _2624 OshkoshIWI -DATE i I 1 co 9 I O a i I ,---, 1 bil ;'d i 4 is r-i ! i yi •r•I F I a H 3 H O U ¢, U P 4 4-i ; a)(L) H cd 60 cd i U a \ U "! �0 �1-4 W•-111 m 44 sa1 • H a)*� � Ulf U U�_I ;; 1 0 I � • o H 1 cd ! d l U] •1•1 .1-1 , 4-L u) •• rI (\2 wI O 1 O O X ' o co u] O x v: 1 O ; H 10 O i ) O O O cd P,. : . ' 02 N- H 1-(1 H 0 O o U CO • O w 1_) E P 1 R o ∎o � O (2 H 0 uN u-\ U a] C\2 I O , H 0 Cat q cd O I w ID) JU r b C�2 H 60 - f d M f� c ` ` •r I H d x �- r 0 4, w 0 1-'1 GO CO W ,H U C) r1 1 i 1 0 v] S=• S~ O Y' CO a) cd U H 4--' w ul o•� I a.) a)i aa)i CO W • w a) ( •0 dS P, )i 0 u o v m Ti n, �' • to 0 4) o cd v] +) :, H CO s~ �, Z 0 r ..20 Er) N v) (' H ra u] O �+ U] H � +) 0 H r0 •r-1 +� •,,�. 0 w -P Q3 S� cd H v] H Q W w ^ w H 0 P� I \ cd w w ' 0 cd w CO 0' H O H w U] �] r� w z-, u] u] U " I p 0 cd ?� •r�-I U ii- -N 0 H r0 g-, w w cr./ cd g-i tzD (•, w -P cr CO i w CO 0 w 0 (0 g-i +� w cU w H -P " H -P 0 0 ID i I-' r0 � f-I v] 0 O w w 0 •r-1 •H a) w P, 0 g-, 0 x 4) 4) 0 cu u] -P 1 _=7 > .,_4 .O d r0 w 0 too bp i u) H �-a F, '-, 0 0 CIS cd -I-) O •, 1 0 CO 0 CO r. H 0 0 CO •r1 •H P, •r•-1 •r-1 •r-{ S-, w I-4 H (TS CO C U C) U W FW W U G=1 4., cn E-+ q ' N �.4 ry H 1:7 U W t 0 x x W O L • • - I ‘E:il -i 1• w•E L ' r :08 CI) , •( U C N • 111 1--4 1-I -- ) m Q i N n ( U =H O 4 U • O ^U O O O L L O O • 4 U] •O O P,W ^ • 1 N� M c; N l n > O N I) op Q O L U N s ‘p d w'--T./)--• Ti) E. I o co �' 0 -r H w o H ^ ^ H 0 Cr] -P ,c-Pi 'I U) E U) co • w U (11 •H dJ Pi +) H w 0 ?C U Cl) d 0 0 0 w bU c v] 4) H CO 0 u) S~ w H CO N •r-1 pi ,:� Cl) Q; `r-w H u] •,-1 m -P 0 a c0 � CO ---• Z U -I-) - 'r.) 0-. al H r'� U 0 (d r0 \ r-+ 0 Pi (Ti o w ^ w CO U X co -P 1 H c>7 w u] r-0 O r 1 N U] 4 P 0 CJ F-i U2 U] U `—, •---- w U I, p, ,10 H 1] I 0 cd 0 H CO r0 w w m cd W F-, w -P 1 E1 H -P H -P 0 0 w H w O w u] U 0 U co w u] 0) w w 0 •r1 •,-i t1il P i -P •r-i w w S, 0i g•, 0 14 4U) 0 a) U � i r0 d ,-O w w 4D bZ) 3 v] H S-, S- g-■ O (II N Ct -r) C •r-, . � t:' U U c7 W W W (.7 g w U) E i Ci ; cl Fi c4 E,-; W U W u) c7 �; 7"i * Obtt CD OL =J 'I • M LH � O VNiy O tiJ t o Pi � O O b' H k CD v O k td rxi �i HW L'J H�CD CD• N O CD H CO O O R° O LO 11 11 C U1 CD .-. — co _s W --....• M c-+ 0 tr r • . _s H 0 CD• -- L H C3 C3 cH 0 N -- H N M -r11 0 0 0 02O CO ••• 03 --,1 HH 0 CO 0 • O d trJ• rb • 0 0 0 ... -P- -, N H. 0 C) OD L—' HH J Cr) CO V1 -1 O W W H trJ ti Z O 0 H .1` CI1 0 t-' • S✓ c+ • 0 Z trJ 0 0 CD H• 0 * i tj H ¢ I ttii d tt Lt J H t7 N lfl J 1 Z H tt a tii H H x b COO p x td N 23 M H ri H W y 0 0 O O d trJ VD H �7 H N N \ I 1-3 td xx 0 r 0 w tt C7 co O _, 1 H 0 00 -P-- x O t-1 H U) Pi ti Z 0 CD —1 CD Z O H L c+ 0 c+ 00 d- 00 t=J It-' R' H O ` ) 0 0 1Pi tzi Cl) Cl) 1-C NNW-1 -1 — w -- — _1 -:•-r- NN O 0 NN NN CR1 00H• 0E '� 00z1 0 O0 OOi00 – 000 00 00 (1) 0 NOcD 00 0 c+ c+ 0 c+ c+ H HH• 0 H• CD 0 H• CD H• CD H H H• H H m0 CD c+ H m0 CD CD 11 CI) Ii (D CI) 11 Cn 'I v M CA •• 4 CO Ve7AAANDEMNITY CORPORATION (a Stock Company, organized under the laws of Wisconsin) BID BOND KNOW ALL MEN BY THESE PRESENTS, That we, Lee Truck Sales, Inc. (hereinafter called the "Principal"), as Principal, and the Capitol Indemnity Corporation of Madison, Wisconsin a corpora- tion duly organized under the laws of the State of Wisconsin (hereinafter called the "Surety"), as Surety, are held and firmly bound unto City of Oshkosh, Wisconsin (hereinafter called the "Obligee"), in the sum of Two Thousand Eight Hundred and No/100 Dollars ($ 2,800.00* ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind our- selves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Two (2) single axle dump trucks for Street Division One (1) 12 ton dump truck for Park Division NOWiTHEREFORE, 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 orContract Documents with good and sufficient surety for the faithful perform- ance of such Contract and for the prompt payment of labor and material furnished in the prosecution there- of, or in the event of the failure of the Principal to enter 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 an- other party to perform theWork covered by said bid, then this obligation shall be null and void, other- wise to remain in full force and effect. Signed and sealed this 23rd day of March A.D. 1979 LEE TRUCK SALES, INC. (SEAL) - r_.g, 76 Witness �/ ( - - --) (SEAL) (Principal) Presiden (Title) 0 CAPITOL INDEMNITY CORPORATION a Wisconsin Corporation, (Surety) Witness �� _._ ®Y:,/�� -1//\ �� (SEAL) z r Attorney-in-fact • (\ (Title) BID BOND AIA DOC. A310 FEBRUARY 1970 ED• 0 Vig,AININDEMNITY CORPORATION POWER OF ATTORNEY No. 1 3 5 3 5 KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint FRANCIS A. MULVEY OF OSHKOSH, WI its true and lawful Attorney(s)-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, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of NOT TO EXCEED $500 ,000 . 00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the follow- ing Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May, 1960: "RESOLVED, that the President, any Vice-President, the Secretary or Treasurer, acting individually or other- wise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such of- fices to the business of this company;the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such fac- simile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certi- fied by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, The CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be affixed duly attested by its Secretary, this 1st day of August, 1973. Attest: /9;"6.)16), (40..0..111 CAPITA- NDEMNIT CO RATI N Secretary ''r -1' STATE OF WISCONSIfrf President ) SS. COUNTY OF DANE ) On the 1st day of August, A. D., 1973, before me personally came George A. Fait, to me known who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name theretoby like order. " :•`'' STATE OF WISCONSIN ) S • S otary Public, Dane Co., Wisconsin COUNTY OF DANE ) My Commission is permanent CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing at- attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. /_• ed the 23rd day of March ,19 79 Ts s '• James P. Bigl /f Vice-President