Loading...
HomeMy WebLinkAboutCentral Fire Equipment-hose purchase 1979 A G R E E M E N T THIS AGREEMENT made and entered into this day of April , 197 9 by and between GENERAL FIRE EQUIPMENT of 109 Rosalia Street, oshkosh, oil - 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 19th 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: aRE HOSE FOR FIRE DEPARTMENT 2400 ft. of 2-1/2" hose $3,480.00 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 $ 3,480.00 , 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: GENERAL FIRE EQUIPMENT Signature of sole proprietor, or name or corporation or partnership � 6 C1 -' 12/ ate C Presi f or Pdrtner Secretary CITY OF OSH OSH C LLIAM D. FRUEH, City Manager - 2` -1, �� -f�1�1 1!�,7)( t By: CONY RSE C. MARKS, t 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 : —.1? v ('A v' JOF}NI, W. PENC , City Attorney EDWARD A. NOS, City Comptroller I -'V.3•1 icc+ k.0 -Q � Ali Z cm cn o co I—, CD LXJ IP o • ma CD N(+ H '=J N H.ti Cn H ) '! H O E CD 0 HRH) U1CDO kii Cn -r-c+ tii -CD c+IP k.0 VI LO lal • 0 0 • CA N H — H. — cD N 17:5 0 W 0 10 cD c+ CD CD II' N • II- = -P -� —1 \ H x O -� N Uri O �1 \I 0 iN CI) +-g 0 d H I (-I- N OIH 0 0 Ul I cD O = H 0 0 0 0 a c+ Fd '�tt I-1 _� k __;,` tZrJ z y o HPi t� 1_ W Op p 1W31 0 O CO O CT cD NI O - H O O O cch l0 tx H .7 Lid U tt p, Iv N U i-d OW 0 0 H H vi co 0) ttJ co K o H H P. tii cF A) c+ 0) c+ 1,1 Co mw O Ul o Nmm0) owo owo o c+ CD Sv H. a) W H. a p H �o CH � I-I) Cl) O c+- 'd 0 'd 0 CD 9 0 a cz 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: 1 " & 22" FIRE HOSE— OSHKOSH FIRE DEPARTMENT 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 Fire Hose" 3. Bids must be on file in the office of the Purchasing Agent no later than 10 :30 a.m. , C.S.T. , Thursday April 5th, 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 26, 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 literature where possible, must be furnished with the bid)as a an aidcinptive 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 where 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 this respect, clearly state whether your bid is for t'"allbor none" orftod in what extent it is qualified. 10. Testing: The City of Oshkosh Fire Department will examine and test the successful bidders fire hose(s) . Upon completion of testing, any sections found not meeting specifications will be returned for replacement or refund. 11. All bidders must certify that all tests conducted at the point of manufac- ture or at a laboratory were accomplished in accordance with NFPA Pamphlet 196. Be sure and send this certificate with your bid. 12. Equipment or items must conform to all applicable Federal Occu ationa Safety and Health Act Provisions, p 1 13. 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. SPECIFICTIONS FOR 13-" AND 21" 100% POLYESTER 600 LB. TEST DOUBLE JACKET MUNICIPAL FIRE HOSE SCOPE: Quality: The fire hose to be supplied under this specification shall be an abrasion resistant, premium quality, double jacket, light weight municipal fire hose designed for ease of handling. Service Life: The fire hose furnished under the terms of this proposal shall have a potential service life of not less than ten (10) years: barring mis- treatment of accidental damage such as would render the hose unfit for service. Upon delivery, the fire hose shall be in first-class condition, free from defects in workmanship and materials, and the supplier shall provide replacement of any such hose as may be defective without any charge whatsoever to the Fire Depart- ment. Jackets : 600 lb. double jacket, 100% polyester coupled in full 50' lengths (from back of coupling to coupling) . Minimum test pressure of 600 lbs. per square inch, 900 lbs. per square inch burst pressure and 300 lbs. per square inch working pressure. Hose is to have fine weave easy fold, flat cured extruded tube made of enoprene or equal material . LINING: Compound must provide positive protection from the action of oxidation and will be ozone resistant. OZONE RESISTANCE REQUIREMENTS Adhension: The adhension shall be such that the rate of separation of a 13-" strip of rubber, transversely cut, shall not be greater than 1" per minute under a weight of 12 lbs. HYDROSTATIC TEST: (a) Each length of hose is subjected to a hydrostatic pressure of 600 PSI for 10 seconds. (b) Twist: The hose will not twist more than 29 degrees per foot for the 13-" size and not more than 12/ degrees per foot for the 23-" size under a pressure of 600 PSI . (c) Warp: The hose will not warp more than 20" from a straight line drawn from center to center of the fittings at the ends of the hose. BURST TEST: A random sample of hose shall stand, without failure, a hydrostatic pressure of 900 PSI while lying straight or curved on a 27" radius 1 '-" and 21". 1 SPECIFICATIONS (Cont'd.) KIND( TEST: A full length shall withstand without failure while kinked, a hydrostatic pressure of 500 PSI for 13" and 23-" sizes. DIAMETER: The hose has an internal diameter of not less than the trade size of the hose except that for the 2i" size, the internal diameter shall not be less than 2-9/16". MARKING: Beginning at a point not less than 4 feet from the end each 50 foot length shall be stencilled in indelible letters at least 1" in height with the name of the manufacturer and the month and year of manufacture, using ink of contrasting color. METHOD OF TESTING: (a) All measurements of test necessary to determine compliance of the fire hose with the specified requirements shall be made in accordance with the Methods of Testing Rubber Hose (ASTM Designation:D380) except as otherwise specified. (b) Tests: All tests shall be conducted at the point of manufacturer or at a laboratory equipped for such testing. All tests shall be performed as specified in NFPA Pamphlet 196. All tests shall be conducted under controlled conditions employing equipment capable of supplying a uniform pressure, and shall follow procedure as specified in NFPA Pamphlet 196. COUPLINGS: Each length of hose must have one complete set of couplings installed. Each set to include three Neoprene gaskets of good quality. One gasket to accurately fit the coupling swivel ; one gasket shall be placed under the end of each expansion ring. When the coupling is made up snugly, as in service, the swivel gasket shall not be compressed to project beyond the coupling's inside surface. Each length must be furnished with rocker lug couplings of the extruded aluminum alloy, hardcoated type, finish to be unpolished. HOSE TREATMENT: Each length of hose the City may purchase will either have outer jacket hypalon treated or without. On proposal sheet note alternate. PROPOSAL We, the undersigned, propose to furnish the Fire Department of the City of Oshkosh, Wisconsin, 1-" and 2j" hose in 50' lengths in accordance with the attached specifications , delivered F.O.B. Oshkosh Central Fire Station, 101 Court Street, Oshkosh, for the following prices: 1I" N.S.T. in 50' lengths 2k" N.S.T. in 50' lengths Brand name and number Brand name and number 1000' $ $ 1000' $ $ per foot total per foot total 1500' $ $ 1500' $ $ per foot total per foot total 2000' $ $ 2000' $ $ per foot total per foot total 2500' $ $ 2500' $ $ per foot total per foot total 3000' $ $ 3000' $ $ per foot total per foot total Alternate I : price to be added to the above footage with "UL" label $ /foot Alternate II : price to be added to the above with outer jacket hypalon treated $ /foot Warranty: 1l" 2'1" Delivery: 1 " days after receipt of order 2-" days after receipt of order PROPOSAL (Cont'd.) A sample of hose will be furnished, if required YES NO Terms: days Name of Company SUBMITTED BY: Name and title of person making out bid Address of Company 1979 Date Telephone number for ordering NOTE: Successful bidder must send certificate declaring that tests were con- ducted in accordance with NFPA Pamphlet 196. SEND DESCRIPTIVE LITERATURE WITH BID PROPOSAL We, the undersigned, propose to furnish the Fire Department of the City of Oshkosh, Wisconsin, 1-i" and 2k" hose in 50' lengths in accordance with the attached specifications, delivered F.O.B. Oshkosh Central Fire Station, 101 Court Street, Oshkosh, for the following prices : 11" N.S.T. in 50' lengths 2k" N.S.T. in 50' lengths I= T ,L 7UDQ 1 , IITE -T 1T �\ D87 S Brand name and number Brand name and number 1000' $ ,Pc $ 890 . 0P 1000' $ 1 .45 $ 1 , 40 .00 per foot total per foot total 1500' $ . 89 $1 . 2-3 5.(1`0 1500' $ 1 .45 $2. 1 7 5. 00 per foot total per foot total 2000' $ . oo $1 . 780 . on 2000' $ 1 .45 $ 2 . 900 .00 per foot total . per foot total 2500' $ p0 $2, 225. 00 J2500. $ 1 .45 $ 7, . 625. On per foot total per foot total 3000' $ . $P, (70 . o n 3000' $ 1 .4 5 $ 4. 950 .'M per foot total per foot total Alternate I : price to be added to the above footage with "UL" label $ , c5 /foot Alternate II : price to be added to the above with outer jacket hypalon treated 1,1" hose $ . 15 /foot Warranty: 21" hose . 25 /foot 11" One ( 1) year. 21 CI-1p (1 ) year. Del ivery: 1i" 2 days days after receipt of order w/o I L or hypalon . 2k" 2 d ys days after receipt of order w/o FL or hypalon. ^'C`_7 : If you prefer 3laze Guard dubl-armorhide fire hose, 800.; test acid ,;. 15/foot . PROPOSAL (Coned.) A sample of hose will be furnished, if required YES xy,.xxx NO Terms: "7T % 1 5 days G7 7RAL --'C1:TPCC FT'TT CC . . Name of Company SUBMITTED BY: Gary 1 . Kassube. Vice President Name and title of person making out bid 109 L osalia .:street Address of Company arpb j , 1979 (414) 235-3610 Date Telephone number for ordering NOTE: Successful bidder must send certificate declaring that tests were con- ducted in accordance with NFPA Pamphlet 196. SEND DESCRIPTIVE LITERATURE WITH BID o PROPOSAL We, the undersigned, propose to furnish the Fire Department of the City of Oshkosh, Wisconsin, 1/" and 21" hose in 50' lengths in accordance with the attached specifications, delivered F.O.B. Oshkosh Central Fire Station, 101 Court Street, Oshkosh, for the following prices : 11" N.S.T. in 50' lengths 21" N.S.T. in 50' lengths BOSTON P-6 BOSTON P-6 Brand name and number Brand name and number 1000' $ .985 $ 985. 00 1000' $ 1.495 $ 1495. 00 per foot total per foot total Al 41500' $ .985 $ 1477.50 1500' $ 1.495 $ 2242.50 /17 per foot total per foot total 2000' $ .98 $ 1960.00 2000' $ 1.49 $ 2980.00 per foot total per foot total 2500' $ .98 $ 2450. 00 , 500' $ 1.49 $ 3725.00 per foot total per foot total 3000' $ .98 $ 2940.00 3000' $ 1.49 $ 4470.00 per foot total per foot total Alternate I : price to be added to the above footage with "UL" label $ .06 /foot Alternate II : price to be added to the above with outer jacket hypalon 04 toot, 1 ° treated . 0 /foot , 2 Warranty: 1i" 10 year , material & workman ship 2T11 10 year, material & workman ship Delivery: 12" 120 days after receipt of order 22" 120 days after receipt of order PROPOSAL (Cont'd.) A sample of hose will be furnished, if required YES X NO Terms: NET 30 days FIRE EQUIPMENT SERVICE Name of Company SUBMITTED BY: Richard R. Rennert-- Owner Name and title of person making out bid 2075 W. 20th Street Road— Oshkosh Address of Company April 4 , 1979 231-1698 Date Telephone number for ordering NOTE: Successful bidder must send certificate declaring that tests were con- ducted in accordance with NFPA Pamphlet 196. SEND DESCRIPTIVE LITERATURE WITH BID f PROPOSAL We, the undersigned, propose to furnish the Fire Department of the City of Oshkosh, Wisconsin, 11" and 2j" hose in 50' lengths in accordance with the attached specifications, delivered F.O.B. Oshkosh Central Fire Station, 101 Court Street, Oshkosh, for the following prices : 11" N.S.T. in 50' lengths 21" N.S.T. in 50' lengths B. F. Goodrich B. F. Goodrich Battalion 600 w/EX 20 Battalion 600 w/EX 20 couplings couplings Brand name and number Brand name and number 1000' $ 1. 15 $ 1, 150 1000' $ 1. 66 $ 1, 660 per foot total per foot total 1500' $ 1.12 $ 1, 680 1500' $ 1.64 $ 2, 460 per foot total per foot total 2000' $ 1. 10 $ 2, 200 2000' $ 1. 63 $ 3 , 260 per foot total per foot total 2500' $ 1.09 $ 2, 725 2500' $ 1.62 $ 4, 0r0 per foot total per foot total 3000' $ 1.08 $ 3 , 240 3000' $ 1. 61 $ 4, 830 per foot total per foot total Alternate I : price to be added to the above footage with "UL" label $ 0.06 /foot Alternate II : price to be added to the above with outer jacket hypalon treated - yellow For 1 " $ 0.05 /foot For 2 " 0.09/foot Warranty: il" ?�iarrented to he free from defect in material and workmanship for the life of the hose 22" Same as above Delivery: 1 '-z" 20-4` days after receipt of order 21" 20-45 days after receipt of order PROPOSAL (Coned.) A sample of, hose will be furnished, if required YES xx NO Terms: Net 3C days INTrItSTATE OF MILWAUKEE, INC. Name of Company SUBMITTED BY: 1 ' 1 31)A44,„ Sales EncTineer Name an i e o rson making out bid 2r N. 121st Street , Milwaukee `3226 Address of Company March 29 , 1979 414-21-7-1141i. Date Telephone number for ordering NOTE: Successful bidder must send certificate declaring that tests were con- ducted in accordance with NFPA Pamphlet 196. SEND DESCRIPTIVE LITERATURE WITH BID ki -14 r. ;r6�C lOg_____4J OgG�t � �''�1C'��. P G-1 / i CD 0 BID BOND tY' ©cc Continental KNOW ALL MEN BY THESE PRESENTS: Insurance Companies That f ti..:t�i.aiL i,I1 a ,f.U11"1 iL 1 CC j .11% t i()�.� I:OSi3.Iia Street The 0 II ', .1 SCG11S1 :1 of C S�i}:OS.. , State of rr. r r; T� ` ?R T � ZF T hereinafter called the Principal, and • iiu_i LA S J SUi.c:NC COI Ii �N OF 1> ,sv�i..li t N.:;+ . hereinafter called the Surety, are held and firmly bound unto CITY OF CS IKC I I (" T11UC. x of E;7,:, , State of :J.SCCNSIN 0 hereinafter called the Obligee, in the sum of Five i' rcent (7J) of i Ic\iI11I1.1 FAO in-----.----------- ---------------------Dollars; for the payment whereof to the Obligee the Principal bind heirs, executors, administrators, succ. >sors, and assigns, and the Surety binds itself, its successors and assigns, firmly by these presents. Signed, sealed and dated this 2110 day of February , 19 nn II Whc{eas the_Principal is herewith submitting the accompanying bid dated for f ire hose li Now, Therefore, the condition of this obligation is such that if the bid be accepted as to any or all of the 0 items of material and workmanship proposed to be furnished thereby, or as to any portion of the same, and if the Principal will, within the period specified therefore, or, if no period be specified, within ten (10) days after notice of the award of the contract, enter into contract with the Obligee, to furnish all work and material at the II 0 prices offered by said bid, and will furnish bond with good and sufficient surety or sureties, as may be required, for the faithful and proper fulfillment of such contract, then this obligation shall be void. And the Surety hereby I) II binds itself and its successors to pay to the Obligee, in case the Principal fails to enter into such contract, and give such bond within the period specified therefore, or, if no period be specified, within ten (10) days after such notice of award of contract the difference in money between the amount of the bid of the Principal on the work 0 and material so accepted, and the amount for which the Obligee may contract with others for such work and material, if the latter amount be in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. In Witness Whereof, this instrument has been executed by the duly authorized representatives of the Prin- cipal and the Surety. ,, ,j . , . ,, [I II G.,N,.i �1i , 1 I...i ti]'- U a l LINT '..0 ii-tii1 i — C , 1rlilid (Seal) El Principal ',.i..?., .,T I% t S.' ll .. .1( 6 ` T -: <.j. I d ' T ,'�};. *' *r-, i ltwl ....il'i S li\ Jl.,-:-..ii�;.4 Vi.l'FE ii:53 CI' .. ..�'./�L'.i ttl, ',}s.4l....t1 (w8 l). Surety I r Ah t,:_i'-y. Y i ern i1 v L 1,�4 Bond 12648 755 Printed in U. S. A. Firemen's Insurance Company of Newark, New Jersey 80 Maiden Lane, New York, New York 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents,That the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JE RtiEY has made constituted and appointed and by these presents does make, Constitute and appoint Arthur Rehbein or P. Bruce Stevenson or Richard M. Audiss all of Oshkosh, Wisconsin, EACH. its true and lawful attorney for it and in its name, place,and stead to execute on behalf of the said Company, as surety,bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Five Hundred Thousand ($500,000.) Dollars. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Reso- lution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meet- ing duly called and held on the 20th day of February, 1975. RESOLVED,that the Chairman of the Board,the Vice Chairman of the Board,the President,an Executive Vice President or a Senior Vice Pres- ident or a Vice President of the Company, be, and that each or any of them hereby is.authorized to execute Powers of Attorney qualifying the attor- ney named in the given Power of Attorney to execute in behalf of FIREMEN'S INSURANCE COMPANY OF NEWARK,NEW JERSEY,bonds,under- takings and all contracts of suretyship;and that an Assistant Vice President,a Secretary or an Assistant Secretary be,and that each or any of them here- by is,authorized to attest the execution of any such Power of Attorney,and to attach thereto the seal of the Company. FURTHER RESOLVED,that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any cartiticate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attach- ea ' In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed,and these presents to be signed by one of its Senior Vice Presidents and attested by one of its Assist- ant Vice Presidents this 22nd day of April,1977. FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY Attest ^ /�/�/�//// r By / OY t Morris L Ford.Assistant Vice-President R.K.Ruesch,Senior Vice-President STATE OF NEW YORK, ss COUNTY OF NEW YORK, On this 22nd day of April, 1977, before me personally came R. K. Ruesch, to me known,who being by me duly sworn, did depose and say that he resides in New Providence, in the County of Union, State of New Jersey,at 35 Alden Road;that he is a Senior Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation de- scribed in and which executed the above instrument; that he knows the seal of the said corporation;that the seal affixed to the 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 thereto by like order. VpN01A k,-� - itel" /411/M.4"... ' ! HERBERT HOFFMAN NOTARY PUBLIC,State of New York No.52-1821035 Oual.in Suffolk County CERTIFICATE Cert.filed in N.Y.Co.Clk's Office Commission Expires March 30, 1979 i, the undersigned, an Assistant Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey corporation, DO HEREBY CERTIFY that the foregoing and 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 said Power of At- torney. is now in force. / Signed and sealed at the City of New York. Dated the ,,�.. day of ...1,,,,-L c -"-'i , 19 7/ kv x J times M Keane,Assistant Secretary ;'t 13,m,; JStSD 7 9 Printed in U.S.A. CC The Ohio Casualty Insurance Company HAMILTON, OHIO BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That Xv,e, I , Richard Rennert, d/b/a Fire Equipment Service Company, 2075 W. 20th St. , Oshkosh, WI (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of Wisconsin as Surety, are held and firmly bound unto The City of Oshkosh, Oshkosh, WI (hereinafter called the Obligee) in the penal sum of Five Per Cent of the Maximum Bid Dollars ($ 5% of Nax4 Bid lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated April 5 , 19 79 , for a 11/2" and a n" Fire Hose for the Oshkosh Fire Department, Oshkosh, WI NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other- wise to remain in full force and virtue. Signed, Sealed and Dated this 26th day of March 19 79 . . Fire Equipment Service Company (P Ipal) By Richard Rennert THE OHIO CASUALTY INSURANCE COMPANY By .0 .L. . ..c.. Lois M. ''I168gtlerin•Fact S.137-Rev. CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY HOME OFFICE, HAMILTON, OHIO No. 15-277 iCnpm Ml 1.1.tit Iv Frroritto: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI. Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Harry J. Hanisch or Lois M. Wiesner or Ronald C. Withey of Oshkosh Wisconsin 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, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance SIX HUNDRED THOUSAND — — — — — — — — — — — — — — - — — — ($ 600,000.00 — — ) Dollars, excluding, however, any bond(s) or undertakings) guaranteeing the payment of notes and interest thereon And 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 Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. 4 "O*lL'I�INS�A�t, Insurance WITNESS hereunto subscribed his officer of the said affixed the Corporate a Seal of the said The Ohio _ Casualt y Insurance Company this 29th day of March 19 78.SEAL i= (Signed) 4:';4M/.....�o`° Richard T. Hoffman STATE OF OHIO, Asst. Vice President COUNTY OF BUTLER J SS' On this 29th day of March A. D. 19 78 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Richard T. Hoffman, Asst. Vice President of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. ````�ptunmurrrr IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official 0 Seal at the City of Hamilton. State of Ohio, the day and year first above written. `gyp�pltyUt S. .��� *: ��i j*' (Signed) Dorothy Bibee •. r *.01f.,; Notary Public in and for County of Butler, State of Ohio nm ut Iln My Commission expires December 11 1981. This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizance., stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal. to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this,i�bt.day of dltiieco4 A. D., 19 79 z-tw AY in SEAL jig /*e Assistant Secretary S-4300-C 10-74-3M