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