HomeMy WebLinkAboutLee Truck Sales/Sreet Dept A G R E E M E N T
THIS AGREEMENT made and entered into this /,, -day of April , 197 9 ,
by and between TEE TRUCK SALES, INC. of
2625 S. 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 FOUR--WHEEL DRIVE TRUCK FOR STREET DEPARTMENT
$65,809.00
"Oshkosh" Trade-In: One 1959 Oshkosh Four Wheel Drive
P2323
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 $ 65,809.00 , 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 . -
- TEE TRUCK SALES, INC.
/ /► Signature of sole proprietor, or name
-
- �/ or corporation or partnership
/. -
Ale / /
/ Presid .nk a tner, ,7
f / L /'iii ,/� - / l
------\7)' cretry /�\_
CITY OF OSHOISH
/4 '7 MLLIAM D. RUEH, City Manager
241-- ke ( )( `',, - C,f ., I BY: -'&,,'[ /� /.0
CONVERSE C. MARK£ , City Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form liability that will accrue under this
contract :
N W. PEN City Attorney __- __......>.._, City Comptroller
f~ 0
- 0 0
H
- , H r0E
00
00
E0
Lci
-1 0
rz I 0 I Ca
HI 0 0 -i->
a I W CO cif fZ 0
P El N- rd - z
Q
0
El z 0
0
El xQ co
r:21 H W Hi E v)
Q
w
H pi O
W Q O•
IX Ol Hi E-1 Ol
H C` XI 0
Cl) m x co
H H
0 F-I qO
cI N\
N
0 x
0
a a
H 0 a)•
Z q I N H
H W P -
Z rn Q C— Q
Q P W !� to H
,-a 0 F--1 H .— a)
W a)
Q
a 0
5 o . 0
0 n C- U) t<\ (=a
LT' Pq rn x ° re r
. N co
0 U Pa 0
co O
W Cl)
O
O
O■
U
• -'
o • r—
H CI)
N—
w 0 0 �/
a) -4- a)
CIS .0 0
El 0 b
u1 al
a)�
,_1 N O *
•
CITY OF OSHKOSH
WISCONSIN
CITY
OF
OSHKOSH ;>
INVITATION FOR BIDS
SPECIFICATIONS AND
PROPOSAL FORM
FOR
ONE - FOUR WHEEL DRIVE TRUCK
PURCHASING DIVISION
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) snowplow truck, 4-wheel drive with snow plow and dump body.
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
Four wheel drive truck".
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 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 2nd & 13th, 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 be considered.
SPECIFICATIONS
S
GENERAL
1 . Chassis configuration - conventional , engine forward.
2. Drive configuration - 4x4, all-wheel drive.
3. GVW @ axle hubs , minimun - 46,000 lbs.
4. GVW @ tire-ground interface, minimum - 39,440 lbs.
DIMENSIONS:
5. Over-all length - 244 inches , maximum.
6. Over-all height - 114 inches , maximum.
7. Over-all width - 96 inches , maximum.
8. Wheelbase - 158 inches, maximum.
9. Frame height - 46 3/4 inches , maximum.
10. Back of cab to centerline rear axle - 91-1/2 inches, maximum.
11 . Centerline of rear axle to end of frame - 33 inches, maximum.
12. Centerline of front axle to front of frame - 53 inches , maximum.
13. Back of cab to centerline front axle - 66-1/2 inches , maximum.
FRAME:
14. Configuration - formed channel sidebars, fabricated crossmembers.
15. Fastening method; crossmembers to sidebars, spring hanger brackets
to sidebars - Grade 8 bolts with hardened washers and locknuts ,
minimum.
16. Sidebar material - carbon mangenese alloy, heat treated.
17. Sidebar dimensions - 12-3/8" x 3-7/8" x 3/8" minimum.
18. Sidebar section modulus - 24.85 in3 per rail , minimum.
19. Sidebar liners or "fish plate" reinforcement - not acceptable.
20. Sidebar resisting bending moment - 2,733,500 in. lb. per rail , min.
21 . Crossmember material - mild steel only.
CAB: (Note - all dimensions are considered as minimum, materials
cannot be substituted) .
4
22. Type - conventional , extra heavy duty, on-off highway.
23. Construction - all steel , welded.
24. Mounting to main frame - three point, with rubber isolators.
25. Windshield and window glass - tinted, safety type.
26. Windshield configuration - one piece, flat glass , reserve
sloped 7° 05' .
27. Rear windows , configuration - three piece, flat glass.
28. Side windows configuration - doors; upper; one piece,
flat glass. Ventilators; swingout, one piece, flat glass.
29. Door hinges - full length, piano type, with stainless steel
hinge pins.
30. Floor mat - expanded vinyl , 3/8" thick, covering entire
floor surface, with hold-down sills at doors.
31 . Cab insulation - roof; hardboard liner with fiberglass
insulation. Back; expanded vinyl 3/8" thick. Firewall ;
1/4" hardboard , between two 12 guage steel firewall panels.
32. Roof panel material - cold rolled steel , 16 gauge.
33. Skin material - cold rolled steel , 18 gauge.
34. Floor channel material - mild steel , 3/16".
35. Floorboard and toeboard material - cold rolled steel , . 18 thick.
36. Instrument panel material - cold rolled steel , 16 gauge.
37. Instrument panel configuration - one piece, flat, hinged
at bottom with full length piano type hinge, fastened at top
with three DZUS type fasteners.
38. Cab width, at rear, outside - 72 inches.
CAB INSTRUMENTATION:
'39. The following minimum instrumentation is to be provided on
the instrument panel - guages; fuel level , engine temperature,
engine oil pressure, electrical system voltmeter, speedometer,
tachometer with engine hour-meter, engine low oil pressure/
high coolant temperature warning light, air system low
pressure warning light and buzzer.
40. The electrical system of the cab shall incorporate - a head-
light dimmer switch, heavy duty manual reset type circuit
breakers mounted on the right side of the instrument as
follows :
Quantity, Minimum Ampere Rating, Minimum
5 15
2 20
3 30
(Circuit breakers must be incorporated into all major
circuits, including the radio circuit, and fused will not
be acceptable) and intergral wiring for all cab mounted
lights including headlights, beacon light, spotlights,
snowplow lights, clearance lights, etc.) .
All light switches must be of the heavy duty toggle type,
and all critical switches must be identified by labels
which are lighted by means of fibre optics.
A manual cancelling turn signal/emergency flasher light
control shall be mounted on the steering column.
CAB ACCESSORIES:
41 . The cab shall incorporate as minimum the following - Bostrom
Viking T - bar drivers seat; Bostrom companion seat; two
mirrors, West Coast type, mounted on cab doors; dual sun
visors, outside grab handles ; fresh air type heater and
defroster; auxiliary cab heater located under driver's seat;
windshield washers, dual air driven windshield wipers with
wiper motors installed above the windshield; seat belts,
air and electric horns ; ash tray with cigar lighter, head-
light mounting brackets, amber beacon strobe light mounted on
cab roof; two amber snow plow lights mounted on cab roof
rear corners ; two sealed beam headlights mounted on cab
headlight brackets; five cab identification lights mounted
on cab roof forward center; right side spotlight; left side
spotlight; cab doom light mounted inside rear; side window
defrosters; right and left door window wipers; two defroster
fans.
53. Lights - all lights and their locations, must comply with
current Federal Motor Vehicle Safety Standards.
ENGINE ACCESSORIES:
54. Air compressor, minimum - 12 C.F.M.
55. Oil Filter type - full flow
56. Air Filter - heavy duty two stage dry type, mounted on
finder, with underhood air intake, with air cleaner condi-
tion indicator mounted in cab.
57. P.T.O. adapter - front of engine crankshaft.
TRANSMISSION:
58. Main Transmission Type - twin countershaft, manual .
59. Main Transmission Speeds - five forward, one reverse.
60. Auxiliary Transmission Type - single countershaft, manual .
61 . Auxiliary Transmission Speeds - three.
62. Transfer Case Type - one speed, helical gear with automatic
locking differential .
63. Transmission Speed Ratios preferred:
MAIN AUXILIARY
5th - 1 .00: 1 3rd - .75:1
4th - 1 .39:1 2nd - 1 .00:1
3rd - 2.04:1 1st - 2.38:1
2nd - 3.75:1
1st - 6.35: 1
Rev. - 6.48:1
AXLE-FRONT:
64. Type - driving with full floating shafts, single reduction,
forged steel housing, cage ring steering ends.
65. Axle differential ratio preferred - 6.143: 1 .
66. Axle shaft Material - forged alloy steel , heat treated.
67. Axle shaft diameter at splines , minimum - 2-3/8 inches.
AXLE-FRONT: Cont'd.
68. Outer shaft diameter at splines, minimum 2 1/2 inches.
69. Axle capacity at hubs, minimum 23,000 lbs.
70. Steering ends, type - ball and socket, supported by tapered roller bearings,
maximum steering angle 300, with dust seals.
AXLE-REAR:
71 . Type - driving, with full floating shafts, single reduction, forged steel
housing, with no-spin differential lock.
72. Axle Differential Ratio Preferred - 6. 143: 1 .
73. Axle Shaft Material - forged alloy steel , heat treated.
74. Axle Shaft Diameter at Splines , minimum - 2-3/8 inches .
75. Axle capacity at hubs , minimum - 23,000 lbs.
PROPELLER SHAFTS:
76. Type - Dana 1710 series or equal , minimum dynamically balanced, with
Glidecote or equal treatment on splines.
BRAKES:
77. Type, front - air actuated hydraulic wedge.
78. Type, rear - air actuated, rotary cam.
79. Size, front, minimum - 17 inch X 6 inch.
80. Size, rear, minimum - 16-1/2 inch X 7 inch.
81 . System, type - split modulated.
82. Parking and Emergency, Type - spring actuated, rear.
STEERING:
83. System, Type - Twin lever gear, frame mounted, with dual independent hydraulic
power assist boosters.
84. Gear Ratio Preferred - 28:24:28 to 1 .
- SUSPENSIONS:
' 85. Front, type - Hotchkiss, semi-elliptic main spring with an auxiliary; double
wrapped leading eyes on main springs.
86. Front, main spring description, minimum - 14 leaves , 48 inches X 3 inches.
87. Front, Auxiliary Spring, Description, Minimum - 5 leaves , 41-1 inches X
3 inches.
88. Rear, Type - Hotchkiss semi-elliptic main spring with an auxiliary; double
wrapped leading eyes on main springs.
89. Rear, Main Spring, Description, Minimum - 15 leaves, 50-1/8 inches X 3 inches.
90. Rear, Auxiliary Spring, Description, Minimum - 6 leaves, 34 inches X 3 inches.
TIRES:
91 . Size, Minimum - 18X22.5 - 16 P.R. (load range H) .
92. Tread Description - Traction.
93. Quantity - two front, two rear.
WHEELS:
94. Size, Minimum - 22.5 X 14.00.
95. Type - steel disc.
96. Number of studs - 10.
97. Bolt Circle diameter - 11-1/4 inches.
98. Quantity - two front, two rear, two spare (one spare front, one spare rear) .
CHASSIS EQUIPMENT
99. Fuel tanks , minimum - fifty gallon mounted on right side of chassis frame.
100. Exhaust System, Type - vertical , with muffler, cab mounted.
101 . Lights- all lights in accordance with current Federal Motor Vehicle Safety
Standards.
102. Air System Cleaner/Filter - Bendix-Westinghouse AD-2 air dryer or equal .
103. Towing Provision - pintle hook, mounted rear center of chassis main frame.
104. Hood - top cold rolled steel , 18 gauge minimum. Side panels, cold rolled
steel , 16 gauge minimum, painted black.
CHASSIS EQUIPMENT: Cont'd.
105. Back-up alarm, electric.
106. Ziebart rustproofing.
107. Color - Yellow Dupont DuLux #75306.
108. (1) each, Wausau 500-A hitch with chafing
Wausau F.E.P.T.O. hydraulic system with rod connectors
and (1) extra valve to operate dump body.
Wausau R4512 hydraulically reversible plow with screw
adjustable spring cushioned mushroom shoes , curb
shoes, spring mounted deflectors
109. One (1) Heil Model SL dump body 5 cu. yd. capacity with 7 cu. yd. ends, 10'
long X 7' wide, full welded, complete with lights and reflectors ;
Heil Model 1721DA Double Acting Hoist; Hoist to be activated from
plow hydraulic system or equal .
TRADE-IN:
1959 Oshkosh Four Wheel Drive; can be inspected at the Street Division Garage,
639 Witzel Avenue. For advance arrangements, call Kenneth Robl , (414)424-0480.
0-
PROPOSAL
We, the undersigned, propose to furnish the City of Oshkosh Street Division,
F.O.B. 639 Witzel Avenue, Oshkosh, Wisconsin 54901 one (1) four-wheel drive
vehicle according to specifications or noted exceptions for the following amount:
Oshkosh P-2323 $ $0,951.00
MAKE & MODEL
Less Trade-In (1) 1959 Oshkosh
Four-Wheel Drive $ 15,142.00
Net Bid with Trade- In $ 65,$09.00
ALTERNATE:
Bid for the same vehicle but 6$,$09.00
without trade-in $
Delivery in 1$0 to 210 days after receipt of order.
Warranty 15 months or 15,000 miles
Terms : Net 30 days
Lee Truck Sales,Inc..
NAME OF COMAPNY
Submitted by:
ArdenE.Rupp i, SaY�anager
NAME & TITLE OF PERSON MAKING OUT BID
3/23 , 1979 2625 S. Washburn St.
DATE ADDRESS OF COMPANY
Oshkosh,WI
(1) INDEMNITY CORPORATION
(a Stock Company, organized under the laws of Wisconsin)
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Lee Truck Sales, Inc. (hereinafter called
Capitol Indemnity Corporation of Madison, Wisconsin acorpora-
as Principal, and the Cap' acoo Surety,
the Principal ),
or anized under the laws of the State of Wisconsin (hereinafter called the "Surety" ,
tion duly 9 Wisconsin
held and firmly bound unto
City of Oshkosh,
(hereinafter called the "Obligee"), in
----------- Dollars ($
4,100.00* ),
the sum of Four Thousand One Hundred and No/100------ y firmly by these
for
elthe payment of
which sum well and truly to be made, the said Principal and the said Surety,b i Y our-
selves, our heirs, executors, administrators, successors and assigns, jointly
presents.
WHEREAS, the Principal has submitted a bid for
One (1) 4 x 4 Snowplow Dump Truck
NO Contract w with the
if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contras
t with the Obligee in accordance with the terms of and wfficientgure wfor��faithful perform-
ance specified in the
Contract d for the prompt payment with good ct and give the bond or bonds, -
of, in such
the Con
tract and for the prompt payment of labor and material ira furnished g in the prosecution there-if
the or in tae event pay the failure a the difference to enter sus faith contract with an-
other shall a to the Obligee the difference not to exceed the eapenalty hereof between the amount
specified Principal s p Y
specified in said bid and such larger amount for which the Obligee may
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. A.D. 19 79
Signed and sealed this 23rd day of
March
LEE TRUCK SALES, INC. (SEAL)
(SEAL)C,/-
Witness .`• -. (Principe )
/ / President
(Title)
CAPITOL INDEMNITY CORPORATION
ety)
Wisconsin Corporation,
i 7 A /' ,/`� / (SEAL)
�v
By.7"--
:�-
Witness y _ \
Attorney-in-fact \)
y
(Title)
BID BOND
AIA DOC. A310 FEBRUARY 1970 ED•
i
' O
Li INDEMNITY CORPORATION
POWER OF ATTORNEY
No. 135236
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:
,0"",,, e
/Secretary(=�........•'_ CAPI� NDEMNIT CO RATI N
/5::;?‘" r�' •"�' � �
S.TATE OF WISCONS 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.
`.t� ., / le
roar, - - _ /.- /
STATE OF WISCONSIN ) ��r`"
SS. `"'' otary Public, Dane Co., Wisconsin
COUNTY OF DANE ) My Commission is permanent
CERTI FICATE
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. 1• ed the 23rd day of March ,19 79.
t
II.L // 7
//James P. Big1e /f Vice-President