Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Montel/Mobile Storage Unit/Museum
ORIGINAL CONTRACTOR AGREEMENT- MOBILE STOARGE UNIT FOR THE CITY OF OSHKOSH PUBLIC MUSEUM THIS AGREEMENT, made on the 23RD DAY OF APRIL, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and MONTEL, 225 4E AVENUE, MONTMAGNY, QUEBEC, CN G5V 3S5 hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (WILL WILLIAMS, MONTEL) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (JOAN LLOYD, OSHKOSH PUBLIC MUSEUM) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Specifications dated MARCH 14, 2014, referred to as the "Invitation for Bid" for MOBILE STORAGE UNIT OSHKOSH PUBLIC MUSEUM(THIS ATTACHED AS EXHIBIT A) 1 and the Contractor's bid proposal form dated APRIL 4, 2014. The Contractor's bid form is attached hereto as Exhibit B. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement, the CITY'S Bid Specifications and the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced 6 - 8 WEEKS AFTER RECEIPT OF ORDER ON SITE TRAINING WILL BE PROVIDED ONCE INSTALL IS COMPLETE. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $55,490.00, (Fifty-five thousand, Four-hundred, Ninety dollars and 00/00) adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS 2 The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Specifications dated MARCH 14, 2014, referred to as the "Invitation for Bid" for MOBILE STORAGE UNIT, OSHKOSH PUBLIC MUSEUM dated APRIL 4, 2014 which is fully incorporated into this Agreement. If applicable, the Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 In the Presence of: CONTRACTOR /CONSULTANT 4 BY: IA/ d j 5�c 4 (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: >�=-Rre�"�/ A • L dz. Ma k A. Rohloff, City Manager (Witness) &,94, And:C( s) Pamela R. Ubrig, City CI rk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue 91,a, ,_ � 1.��� under this contract. City A _ ey dI'1QJYt0.,�jO/lp�, City Comptroller 4 , EXHIBIT A 5 City of Oshkosh, Wisconsin Invitation for Bid For Mobile Storage Unit Oshkosh Public Museum March 14, 2014 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.uS OFFICIAL NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that sealed bids will be received up to 10:00 a.m., Tuesday, April 8, 2014, in the City Clerk's Office, Room 104, City Hall, Oshkosh, Wisconsin, Mobile Storage Unit, at which time and place all bids will be publicly opened and read in Room 404 of City Hall. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. No bids will be accepted after the deadline. MANDATORY PRE-BID SITE VISITS: Bidders are required to schedule mandatory pre-bid site visits with Oshkosh Public Museum (OPM) staff between the hours of 10:00 a.m. and 3 p.m. on Tuesday, March 25, 2014, Wednesday, March 26, 2014 or Thursday, March 27, 2014. The visits will be approximately 1 hour in length and will provide bidders with an overview of the site and area in which the storage unit systems will be installed. Bidders should email Joan Lloyd at the OPM to schedule a visit: illoyd(a)ci.oshkosh.wi.us or call (920) 236-5766. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, do City Clerk's Office, City Hall, 215 Church Avenue, P. O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for "Bid for Mobile Storage Unit." Any bids not complying with these instructions shall be returned to the bidder unopened and unread. Submission of bid documents by email or facsimile equipment will not be accepted. Electronic copy of Drawings, Project Manual, and other Bidding documents may be obtained by e-mailing request to lurben(a�ci.oshkosh.wi.us. The City reserves the right to reject any and all bids and to waive any informality. MARK A. ROHLOFF City Manager PUBLISHED: March 15 and 22, 2014 CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: MOBILE STORAGE UNIT, AT 10:00 AM, TUESDAY, APRIL 8, 2014, at which time all bids will be publicly opened and read in Room 404. 2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. Receipt of a bid/proposal by the mail system or other City depai talents does not constitute receipt of a bid/proposal by the City Clerk's office. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O.Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "BID FOR MOBILE STORAGE UNIT." Any bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be accepted. 5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. 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. 8. All formal bids submitted shall be binding for thirty-five (35) calendar days following the bid opening date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. p c_v 10. If the bid is accepted, the bidder must execute and file the proper contract within ten (10) days after award by the Common Council and receipt of the contract form for signature. In case the successful bidder shall fail to execute and deliver the Contract and Performance Bond within the time limited by the City, the amount of the bid bond shall be forfeited to the City of Oshkosh as liquidated damages. 11. The City reserves the right to reject any and all bids and to waive any informality in bidding. 12. For specifications and further information concerning this invitation to bid, contact Jon Urben, General Services Manager, email: jurben @ci.oshkosh.wi.us or telephone(920)236-5100. Mark A Rohloff City Manager PUBLISH: March 15 and 22,2014 CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal" materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product inforniation will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item,the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and 416 not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3/13 oi INVITATION TO BID MOBILE STORAGE UNIT OSHKOSH PUBLIC MUSEUM BACKGROUND The Oshkosh Public Museum (OPM) is seeking a mechanical mobile storage unit, one stand-alone static shelving unit and two museum cabinets to house their current collections and to provide additional storage space for future collections. As the exact nature of the OPM's potential future collections cannot be fully anticipated, adjustability and flexibility to add, move or convert shelving to house a variety of types of objects are critical. OPM has determined that a mechanical mobile unit with shelves, one stand-alone static shelving unit and two museum cabinets with drawers will provide the optimal storage method for meeting its current and future needs for the Decorative and Folk Art collections. MOBILE STORAGE UNIT TECHNICAL REQUIREMENTS Bidders are asked to provide a mechanical mobile storage unit design with their bid that meets the mobile storage unit technical requirements noted within these specifications. Bidders should create a design to provide maximization of storage capacity based on the usable space within the room dimensions. SITE/ROOM REQUIREMENTS The OPM would like this mobile storage unit placed on the second floor of their Carriage House building. In preparation for this unit the OPM has reinforced the the second floor of the Carriage House building. A print of this reinforcement project is attached to aid bidders in their approach to their submittal of a mobile storage unit for this room. MANDATORY PRE-BID SITE VISITS: Bidders are required to schedule mandatory pre-bid site visits with Oshkosh Public Museum (OPM) staff between the hours of 10:00 a.m. and 3:00 p.m. on Tuesday, March 25, 2014, Wednesday, March 26, 2014 or Thursday, March 27, 2014. The visits will be approximately 1 hour in length and will provide bidders with an overview of the site and area in which the storage unit systems will be installed. Bidders should email Joan Lloyd at the OPM to schedule a visit: jlloyd©ci.oshkosh.wi.us or call (920) 236-5766. QUALITY ASSURANCE REQUIREMENTS The bid design must comply with all applicable City of Oshkosh code requirements, including, but not limited to: ASME, Division of Safety & Buildings Administrative Codes and other applicable Building or local codes in effect as of the contract date. Bidders should contact the City of Oshkosh Inspections Services Division (920) 236-5050 to verify any code compliance issues related to this project. The Contractor shall be fully responsible for obtaining all required approvals, permits licenses, inspections and certificates for this installation. The Contractor shall pay all permit fees, inspection fees, 11/49,0 • certificate fees, and licensing fees. As the Museum is a City of Oshkosh building there are no fees for City of Oshkosh permits for this project. CITY OF OSHKOSH INSURANCE & BOND REQUIREMENTS Attached are the insurance and bond requirements for the City of Oshkosh. CITY OF OSHKOSH CONTRACTOR AGREEMENT Attached is a sample contractor agreement that the successful bidder will be expected to sign upon award of this project. Bidders do NOT need to submit this agreement when submitting their quote form. SAFETY AND HAZARDOUS MATERIALS Contractor shall be solely responsible for initiating, maintaining, and supervising all safety programs and precautions and shall comply with applicable safety laws, good industry standards or practices, and take all reasonable precautions for the safety of their workers, City property, the Public, or City of Oshkosh employees, guests, or vendors. WARRANTY Unless otherwise indicated in their bid submittal, the installed equipment shall be warranted by the manufacturer for 1 year on the workings of the equipment. The contractor shall warrant installation work for 1 year from defects in workmanship. The warranty date shall start on the date of the final acceptance of the system by the City of Oshkosh. PREVAILING WAGE The contractor is responsible for checking any prevailing wage determination for this project with the State of Wisconsin. SCHEDULE Work shall be pursued during regular working hours until complete. This work must be specifically authorized by Joan Lloyd or another authorized representative of the Oshkosh Public Museum or the City of Oshkosh. INSTALLATION Contractor shall install all equipment to the satisfaction of the City of Oshkosh. DELIVERY, SITE ORGANIZATION AND CLEANUP Contractor shall keep work areas orderly and free from debris during the course of installation and clean up on a daily basis. If areas are not kept clean, the City of Oshkosh may demand immediate cleanup or clean those areas and deduct cost from contract. Contractor shall regularly remove trash, materials, cartons, etc. generated by their work from the premises. Clean outside surface of repaired and new equipment and adjacent areas of grease, dirt and other construction debris at the time of Substantial Completion. INSTALLATION/FREIGHT AND TRAVEL COSTS Bidder will include all installation, freight and travels costs within their bids. SYSTEM USAGE TRAINING After installation bidder will provide training of mechanical mobile storage system to OPM staff. Training shall include general safety/operational instructions, and basic preventative maintenance procedures. REFERENCES Bidder will provide with their bid a minimum of three client references of comparable systems, preferably from museums. BID SPECIFICATIONS QUESTIONS OR CLARIFICATIONS Any questions about this bid must be submitted to Jon Urben by Monday, March 31, 2014. Any amendments or clarifications to the bid will be emailed to all known vendors by Tuesday, April 1. INVITATION TO BID MOBILE STORAGE UNIT OSHKOSH PUBLIC MUSEUM TECHNICAL SPECIFICATIONS Please see attached listing of numbers, sizes and weight of boxes to be stored. In addition, please also see attached drawings: • Carriage House Room 203 (CH 203) • Folk Art Storage • Music Storage • Second Floor Reinforcement Drawings- T.R. Karrels & Associates Technical Specifications Deviations Access aisles of at least 36" are required to access mobile storage unit and a movable aisle within the unit must be at least 36". The unit should be a warranted smooth-operating system with no binding or vibration in movement of the carriages. The unit should have full-length drive with drive wheels on every rail. The unit should have locking pin handles. The system should have closed 16-gauge steel posts that receive hooks or 12-gauge steel supports to allow for straight-in/straight-out removal of shelves without disturbing collections by tipping or by emptying of shelves above or below. Shelves should be 18-gauge steel and should have four roll-formed folds at front and back. Shelves with hooks should not require any tools for the movement of the shelves. Shelves with hooks should be adjustable by 1" increments. Shelves with supports should be adjustable by 1 1/2" increment. All exterior sides and exterior ends of the mobile storage unit should have closure panels. GWLi Some shelves must be 48"wide and 24" OR 30"deep. Shelves with hooks should have a weight capacity of 190 lbs. Shelves with supports should have a weight capacity of 216 lbs. All unit materials should be chemically inert. Include one stand-alone static shelving unit with shelves that Are 48"wide X 24" deep ALTERNATE — SHELVING COSTS Bidders are to include amounts for the add/deduct off all shelving within the units. DECKING Decking should be non-offgasing engineered wood or plywood sealed with multiple coats of quick drying, low offgasing paint, varnish or polyurethane to promote life of non-offgasing decking or to prevent offgasing of plywood. TECHNICAL SPECIFICATIONS MUSEUM CABINETS System must include two stackable counter-high storage cabinets of heavy-gauge powder coated steel approximately 48"w x 28"D x 47"H with base and sealed doors and 14 1-1/2"glide drawers. Drawers should have weight capacity of 100 lbs. Cabinet, drawer, mobile unit, and shelf steel shall be finished with high-quality, non-offgasing powder coating. Numbers, sizes and weights of boxes to be stored within CH 203: Maximum overall height of unit is 70". Must be 18"below sprinkler head. Sprinkler heads are 88"from floor. Total number and sizes of boxes to be stored: (length and width orientation not important) 291 Small brown, 11 x 14.5 x 10.75H Weight: 15-20 lbs 175 Hollinger, 13W x 17L x 10.25H Weight: 15-20 lbs 8 Big white, 14.75 x 15.25 x 13.5H 15 Other brown, 14.75 x 15.25 x 13.5H Weight: 15-20 lbs 10 Other brown, 14 x 21.25 x 14.75E1 Weight: 15-20 lbs 13 Big brown, 17 x 23 x 11.25H Weight: 20-35 lbs 25 Bigger &taller, 26"+ Weight: 15-25 lbs And provide for open shelf storage within mobile unit,per drawings (Folk art&Music): 2 Shelf 48W x 30D x 11"H 10 Shelf 48W x 30D x 12"H 1 Shelf 48W x 30D x 14"H 1 Shelf 48W x 30D x 15"H 7 Shelf 48W x 30D x 16"H 1 Shelf 48W x 30D x 18"H 2 Shelf 48W x 30D x 20"H 1 Shelf 48W x 30D x 28"H 1 Shelf 48W x 30D x 45"H 1 Shelf 48W x 30D x 50"H oJ BID PROPOSAL We, the undersigned, propose to furnish and install the City of Oshkosh, Oshkosh Public Museum, one (1) mechanical mobile storage unit, one (1) stand-alone static shelving unit and two (2) museum cabinets, FOB Oshkosh, Wisconsin 54901, 1331 Algoma Blvd., as per specifications or noted deviations for the following amount: MAKE AND MODEL BID Add/Deduct costs for all shelving sizes Please attach to bid proposal SYSTEM DESIGN: Bidders must submit a complete system design with their bid. Bids submitted without a complete design as requested within these bid specifications may be considered non-responsive. WARRANTY: Please attach all warranty documentation with proposal. SYSTEM USAGE TRAINING (please describe) TERMS: DELIVERY: after receipt of order NAME OF COMPANY SUBMITTED BY: NAME &TITLE OF PERSON SUBMITTING BID DATE ADDRESS OF COMPANY TELEPHONE NUMBER CITY STATE ZIP Note: Please include (2) Product Literature Packets with bid submittal. 1. r • 1 ci-i- ao , I ' - .„. , ..: • � �. 01,06 E. . F L • i GH-. ao 3 • • • srg ,ILL1`€ GiT ' D eg• it i jrt 30HI C N-. ao`� --!. . . C14 .. C 1-1 C tl a ao5 ao c� ao a . ... t-••[..1 . • h ASS(-) c1 -r Gi 1 _. ...... - E � i i d 1........,____,........,...., ter— •—�x..n,_ca.1 __,—_ �.._ ' —J--.. —sn•;. _ . r � I te.. ,. s •. 1 1 1 t 1 t -1 1' r' t -■ i I ---yyy 1 1 •1 i 1 `_- .. 1 :..._ 4 _ . 1. 1 tIiI :_�`•J.f-; �___'^may, ,-•.; . _.- 1-f—i_ ._ C --- - -�r •. --- - - t N— - - r r•IS } • 1 I, . I I . , • ! I ; ! ! * I, I . I .: I t . . i . , I . . .. . , • . , : . - : _________ _t ._--- ---,--------I.----•i----------1----1;--1 - ; ----; . I.. ..I I • 1 •I i i ,. , 1 ; . ! i I. : , :.• 1 , . i ' • 1. • . ., . ,I. : • , , . . . _..... , - : • . i • i• ,. ,, . ; F:- ■ i i I 1 •1 ' __.:....._::: 1.. I • , — i • ; 1 • ■ i . .1 1 i - . . . I I ;. 'N1, • , ■ 1 i I . . 1 . : l• • •; i'`"•-. ,_ —1 I I.e 1 • : ) ; , , , : • I . . . . 1 . . :. t • — .----.---...-----!.....-------i—et.-1,---.7.1,- _i__ i.___ _h.._7i .7,. ; ,.. . : ,.1_ -I 1 v- ! I ; ! ;• , ! --;----4--•!:----;------i------4 4---- :------•,----1,- :. •;____i_ z.1 . , 1 __ ; . , • r- 1 • -- -1 '-- I ■ 1 I • , • : - • t • i I ! 1 1 1 ! i . i. ! ,• - .1 ■ . • 1 i . • ; -1----ii:------.-4:*:•-7-:' 17---1-...--..-- H _.;....___;____. L,___. • i 4 •-,— • 1 I • : I- • . J . I . : i %_.,I i ■J i ! , • :- ; - , •• ; k!, . ....._ • • . , _________i_________ 7. , , „.„,,__ __ __N • . .____:__,.L..._.... • . : ' 1 1 , i ! . 1 -,1 . ; : ! i ! .,••, : 1..: , , •2... . I..! ' • •.I I I I ./ • I ,__Q_ __.:__:_______,_...... ....„-__:,1-•-•-•• .;. :___,___,.i_____,__•___i_:„): 1 • J .\2, : , • , --,... . i • •1 q-,,...--, •• . , . . , 1- i 1• ' I if ii , . 1 • : . . . -.--- : • ' :---5-- ' !. ; i '---1 . ■ , ; .•I• I • i ! : I . I • i ; : .: -.:;-' , .i i I . : I r---1 • I .1 • ; * I* • I• . i ; ! .; • i I .• • ; II • i ! . . - s .• ■ . ; '.:.:• i 1 i_________1 • 1____I : ---i ' , , 1 t . . . .•- 1 . ; 1 I • ; i 1 c-6 , -..., • • -, !----.... ., i _ ._____i I _:. _, . 1 . .,:_._ „.___•_, • : •..___.___ • : . • • I . .1 • 1. , •• • . I . I I i 1 • .. .i.. -.:I •' ' ------------,- • ...-........... ... ,-- • .." •-•:-,•"- .... ; •• j. : .i .... ....,...• ......"-- i -71,—,- 1 ,---- 1 . . i • i .. I' ! ; i . i • i i • I 1 i • ' ■ I 1 I. i • I . .1. • I. • . : • I 1 , I ,1 1 _ 1 ■-•--I. .i ! 1 , i. .-. : . , .;_;_; / : .,..... . : . ; . ,■-•,-.1. i■--•-: rt ; i ,•••----• ' •4 ----,• - 1 • 1 •t • 1 t . • i ( I I 1 NI'; ..-•1 t .....• ,j ; i .; r:'--; .•__.:!....;____+_ __--. 1 • r - ,; j..______ i i • ; : 1 ----- ; - I— --------! .-• . i • i'D-7": i • i' • ; F . i 1 i -I 1 • i 1 1-1 ! ',-/\..,,:‘ I . 1 , I : • i i . • i -i i ' i. i. 1 I i _ 1 i i 1-1-Q-1 1 r-I : I, • : ' i 1 4- ;:.,__;—.i !. f • • .: • I• I I ; i 'I ‘i•._• , • II , • / f ; • , • t : (..„„): i v . i 1 . , • . ; . ! %.‘,..P ___.; _..1 • : !- , __;—• , i 1 -; ! .; -'[-' , ; i . 1 ' .1 • ; _ • i.—,-i. ,': C.): , ••••-- . . .1 • 1 I Lji- . • i 1 ..***. . • i : r '... I 1.-..._..._i.•____ ......---4-....---i-*--, * I .. --i • : • r ..•-*•*'-** • . *.• 4.0 .I • .. I • • • LI * t•* • • . , i ; •• . !. • ! • . ; . , . . . : _____. ..____ _ ',---, . • . : . ...-: .., , . • 1 - •( i ; • 1 .-----'"T-"? : • , , . . •- ! .,.-' • ; , • . : . . ; . . : . • ; . ,- : .: . ; .....?; ., , . . ! ---1.--,• I , , ,....." - • ! - , , . i . i______-: • cal Li . 1_ ,.. ‘ • +.-11- - ,.• 1----i r I. , . • , . i; -N.; . ._, ., , -....:L 1 • ; i , :4-5 t : --...., . ■ . ; ' : . • .. r I . ! i ': i . -1" i. ; '---; • , , 1 1 • : . . . : 1 : 1 •1 ; . .. I 1 : • ; i 1 1 I I • • ' ' ------- 1 ' -.--,-•— ;•-•-'--1— ---;---; • 1 i ' I ; 1 r , • , , I i • j 1 . : ! .. . . . . " ' i : . • _1_ , - --, ; ,_____ ; • , ,. T :_____;_. _____:_ __. _ _______i________' • • :_:___"1 1.--1• • i ,,1 -1: i , .. 1 i I ' '''?: . ' 1 ,^I-• I • • I : I . • ._____—___., : • • : - • : •i.----; • --; ------ - --- -----, ---1 . • • c‘..1 1 i .3 '. ! I. i , I i '. 0: . ■ S...., _.....:-.;---1,-.L.,.:*.c.______:.-..L_1_7:-____;,-....----;.---....-I—H---:—.,--.•, -t-•—...--sj------• ----1 ' u.7-"----1., 1.---7-i• Q.), 4 i ; (-.) : I i ,..1 1 . ---- C)I I . JI , „ 1 , 1 , I : • 1 • (•‘-'1 . , , :,--f-----:--,-0; ,------1--- : • : , ; ...,:: . : • ; , ., ; .\_) ! • • •!:?__16. . :'..•'' `-.\-) '.f.___ _..._.,17...__;•__,--;-.._ 7 I • I . 4- I • --)-. . •. .i : ) : , ,..,...r I. I . . . 1 ,. -, r , . .._4....., „_____,_ ; , •-:,-- ':----•i'—"--;'-' ! ; r , , 1 • I, A 6-$ i ! , ; , • , ; • 0 , .• . . .. ; • ; . 1 • . .; . I ; • , - :• ; (--)I; ', I; ; , . , i , : • ; - , , , i .,; • i• , ; ;;;;- ; . t••••„ - , • .. . . . - . . • . . - . • ; - , . - , • ,:..... ; : ■: f -: t ' ;• ----i . ; 1 ! ; ' .1••• • L__________, ---1-- 1---r-4.. ; •' ‘---6 7---, - : '‘i : ,:. .....,,,t. ;• ! •...i.. . ■ i - i •._s•-•-' !... ', .: , 1 . , • -..,,,,.. . • --... 1 .• •c-z• - ; : . , ..___,_..__..____.:.__._; , .:• L J, ;,----1 ----7,.---'-"--.""1.-..----Tr.'---. . - , - , I i . • ! I I I I . • • • . --Q..:..--3.-■-..i .■--.--;■■.--.;. . .. :.._,__i_.....,...______L____..._...;.2..,.._...... ..____ •, :,. ; . '. ; ! • i ; .-.---...,..■ ■.....--., 1----, •. 3.---1.3- 3-, I ... I i • ; ' ; .•,.., ; . j ! . :: ••• • I : ..;___, '• I ■ . i . •■ ;. -...-.. ; • : I i . 1...C i.. ....--,... .-1.... .. . .■ • • •........-. ,---, t •• • . .....„ ' I • ; ;3.1 • . . L ; • 1 : : . • • , I I '1••••:. !..-.... ..1-.....---....; ..--........■.H.--..,---,.....:3--.---..•;......... ..---r..-- , . .. Z-.. • • 1,.. I . ---) ' .: -'• . • ID, , ,. I • .___ _, _. ._______ • . . .__._____,_Q_I____.-:-._-...._...._..,...,.r...;__,i...._._. ,....... 3 • 1 ! ,. .,, !. • J i - k-ki • t-,..) • . ---.... . • : " Q.: . : :-.1-;,•-•[ • Q-7 : cj : • . . . ---: • ,... ._ . _ : 1 • . • . . • : .: • . •• (-9 ( _. • __J___-__ __.____-_________!___:__ .,__,____•_._._ ! i ••_._..•__.. . . . ._. ____.. . . . . . . : . . . , • . - • • . • • . • . . . ' I 1 . . • . . • ,--------..--,..--...........—.. ;.1 B..• — k-- ■ vl° gill L' `igcl'ei zt: r----- .,_ ii" ea glii g: ill I la `01 5.F az r----, ,■ 81 fi•';' ‘14: RI " ._ 0 I I\ K - _ Cip •-1:= o I --1 I 3111 0 I ig rc. k ip: --- , ,' ",,, '' ' - r i'4 la a .• ,`,, , -,,. -,-- _.,,,,,,.. i r -:. 1 !li ig 1! ihgiu, * P 8 . . . . i illi V-I,V. 11 it! 4 Ili Imi :I ,1:3 i .ig! ni,i eir>11 1, vi 2 le.-o• Ro rimy ond at, 1 ii —0441 k 1r letmew bb____1 k\ft.t'tt.■.. ., ____ig II I II rn o I'ii o c.• ..„ -i.5; I z 0,,, 7 igok m, › H r 0-ff 0 ro r o I t 2 m 0 0 z " SS (-.) "ei . '%-■ Nil : < x - ,4 " TEI 0 • VN — — — 0 > 1 I — s-0 . I ;!,1 .-liCD 14= = = 1 ,..:,.z =, g IQ? z - i ,...1 oil 1---1 1 0 D iz41 1.-°1 i . REV DATE DESCRIPTION .. g g • ....... > 1 § SECOND FLOOR REINFORCEMENT OSHKOSH PUBLIC MUSEUM ANNEX ... .., 1331 ALGONA BLVD OSHKOSH,WISCONSIN 7:::::46,-:I ;'26of615417 3 • P lUOj EXHIBIT B • 6 BID PROPOSAL We, the undersigned, propose to furnish and install the City of Oshkosh, Oshkosh Public Museum, one (1) mechanical mobile storage unit, one (1) stand-alone static shelving unit and two (2) museum cabinets, FOB Oshkosh, Wisconsin 54901, 1331 Algoma Blvd., as per specifications or noted deviations for the following amount: /1Y d $ � � MAKE AND MODEL BID Add/Deduct costs for all shelving sizes Please attach to bid proposal SYSTEM DESIGN: Bidders must submit a complete system design with their bid. Bids submitted without a complete design as requested within these bid specifications may be considered non-responsive. WARRANTY: Please attach all warranty documentation with proposal. SYSTEM USAGE TRAINING (please describe) 6 •1 per"" TERMS: A1-14– ?` DELIVERY: L uee c---' after receipt of order d NAME OF COMPANY SUBMITTED BY: Lkli. C L (1\11_ LL(,j, 1J f—cl NAME &TITLE OF PERSON SUBMJ I I ING BID Lt( ( ((/Ni"-f y/ i 6, CA, G-5-1,/ DATE ADDRESS OF COMPANY S TELEPHONE NUMBER CITY STATE ZIP Note: Please include (2) Product Literature Packets with bid submittal. INVITATION TO BID MOBILE STORAGE UNIT OSHKOSH PUBLIC MUSEUM TECHNICAL SPECIFICATIONS Please see attached listing of numbers, sizes and weight of boxes to be stored. In addition, please also see attached drawings: • Carriage House Room 203 (CH 203) • Folk Art Storage • Music Storage • Second Floor Reinforcement Drawings-T.R. Karrels &Associates Technical Specifications Deviations Access aisles of at least 36"are required to access mobile storage unit and a movable aisle within the unit r must be at least 36". The unit should be a warranted smooth-operating system with no binding or vibration in movement of the carriages. The unit should have full-length drive with drive wheels on every rail. The unit should have locking pin handles. The system should have closed 16-gauge steel posts that receive hooks or 12-gauge steel supports to allow for straight-in/straight-out removal of shelves without disturbing collections by tipping or by emptying of shelves above or below. Shelves should be 18-gauge steel and should have four roll-formed folds at front and back. t/ Shelves with hooks should not require any tools for the movement of the shelves. Shelves with hooks should be adjustable by 1" increments. Shelves with supports should be adjustable by 1 1/2" increment. All exterior sides and exterior ends of the mobile storage unit should have closure panels. 6.0 Some shelves must be 48"wide and 24"OR 30"deep. 4 LI'�J Shelves with hooks should have a weight capacity of 190 lbs. Shelves with supports should have a weight capacity of 216 lbs. All unit materials should be chemically inert. Include one stand-alone static shelving unit with shelves that Are 48"wide X 24"deep ALTERNATE —SHELVING COSTS Bidders are to include amounts for the add/deduct of all shelving within the units. Decking should be non-offgasing engineered wood or plywood sealed with multiple coats of quick drying, low offgasing paint, varnish or polyurethane to promote life of non-offgasing decking or to prevent offgasing of plywood. TECHNICAL SPECIFICATIONS MUSEUM CABINETS System must include two stackable counter-high storage cabinets of heavy-gauge powder coated steel approximately 48"w x 28"D x 47"H with base and sealed doors and 14 1-1/2"glide drawers. Drawers should have weight capacity of 100 lbs. Cabinet, drawer, mobile unit, and shelf steel shall be finished with high-quality, non-offgasing powder coating. Alternate Shelving 1 shelf size 48"W x 30"D 0 $46.00 1 shelf size 48"W x 24"D 536.00 1 shelf size 36"W x 26"D $34.00 1 Shelf size 24"W x 26"D $26.00 1 shelf size 36"W x 30"D $36.00 CSR DATE ACORD CERTIFICATE OF LIABILITY INSURANCE MONTE- 05 08-014'' PRODUCER THIS CERTIDICATE IS ISSUED AS A MAI t hR OF INFORMATION , ENAUD raiuu:earer. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE camas nsvuer. HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1165,bout.Lebourgneuf,bureau 320 Quebec(Quebec),G2K 2C9 COMPANIES AFFORDING COVERAGE COMPANY Phone No(418)627-9292 Fax No(418)627-5657 A Chubb INSURED COMPANY Monte!Inc.,Monte!Aetnastak Inc.et Groupe Monte)Inc. B Intact 225,4eme Avenue COMPANY MONTMAGNY (Quebec) C G5V 3S5 COMPANY D Sovereign Insurance COMPANY _ E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS CUR DATE(MOVDD/YY/) DATE(MIB/DD/Y1O GENERAL LIABILITY GENERAL AGGREGATE S 2 000 000 ®COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/CP AGG $ 2 000 000 El CLAIMS MADE ®OCCUR PERSONAL&ADV INJURY S 2 000 000 A 35946939 09-27-2013 09-27-2014 ❑ OWNER'S&CONTRACTOR'S PORT EACH OCCURRENCE S 2 000 000 ❑ FIRE DAMAGE(Any one fire) S 1 000 000 ❑ MED EXP(Any one person) $ 25 000 AUTOMOBILE LIABILITY El AUTO COMBINED SINGLE LIMIT S 2 000 000 ❑ ALLOWNED AUTOS BODILY INJURY (Per Person) B ® SCHEDULED AUTOS 671-5937 09-27-2013 09-27-2014 ❑ HIRED AUTOS BODILY INJURY El NON—OWNED AUTOS (Per accident) S ❑ PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ C El ANY AUTO N/A OTHER THAN AUTO ONLY: ❑ EACH ACCIDENT S ❑ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE S 10 000 000 D ® UMBRELLA FORM SOV791 54557 09-27-2013 09-27-2014 AGGREGATE a 10 000 000 ❑ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS'LIABILITY weSIM ❑oTR TORY LIMITS ER E THE PROPRIETOR/ N/A EL EACH ACCIDENT S PARTNERS/EXECUTIVE ❑ INCL. EL DISEASE-POLICY LIMIT S OFFICERS ARE: El EXCL EL DISEASE-EA EMPLOYEE S OTHER 35946939 09-27-2013 09-27-2014 1 000 000 Professional E&O DESCRIPTION OF OPERAT IONS/LOCATIONSNEHICLES/SPECIAL ITEMS The City of Oshkosh,and its officers,council members,agents, employees and authorized volunteers are additional insureds on the commercial general liability insurance policy in regards to the museum storage project. CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Attn• City Clerk EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 215 Church Avenue 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO LEFT, PO Box 1130 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Oshkosh,WI 54903-1130 AUTHORIZED REPRE CAOTIVENY,ITS AGENTS 0 PR S `A N C�J c Kb�VAq .7 .+ .. a I at: UES INC FORMULE ACORD/MARCH 2011 ii o 7-7�1i1t1R T rid X.. I t...sti t23i•14 1.r>07-0.7e, P,f?,._.. >r frraxtri; F0:117.4. Bid Bond: • 1TT' {x c If`v1e. t11S I #r?�iyv.N.*1'. ,gt_13Xid C oso). E, it. G G;445,111 7r1�la k l'I N Not ifs?R3�on o,o.1 ti ii.,: f i,ffr�,fi� :o:Tip ptti cgivati.�.4**s 1000t,twti�.° ;2,TI1i`.Nl xItta\f 1JIJS,rht:t` ktikt+,`Af r,t11 'YCu..\[I e.iAOii M�:s 1CN fk i0 * A .4it I1M1•Jt 1J'[i;N[tt1 .3. :".#M L lE 4. 1 lE$g.[,*K rs t1►7't i . . ... - . vt"nlitiini'.. • 227, 'feveiru f11#.,N tigki. Gus fsee G,s o '. as:ttincipal htxein ifteI cAlkd tht: Prmcti4A �,. Itgft►,' F1lt+lrasrit?f�o* 'tt►ji6rrr a: ii,V -0.loci; l�pl;t.flll f, ;[♦o.o.te4�fi5GYr[o f.i; •'.a;t,orponition tttilsr:otlettised undr?rth laws'p#'tb 4[utL ct#s s S.1IJet} her Jriafkie ci111 it the Surrety are 1iefd ano thinly t ci►md unti I'.iiil.-ilgulrzt01{JrcL' '.us Obti '•tr Otoiht ti,Ca1kd the Qt11rgee,'liilht tiirm`tof Tfil:Ni e tt4i� iiiii rAi tiriii (J0 it f- 10. t rir tl pent ixr''w111rh A )Mt 4iilliri]! tia ii.144e,tlfe said Pt'rrlsrpal anti tiitgii i .ireiv :biitd ei , ode t,eic, :c4jto.i :odltttaa iti ciri, !;a 0.446 iEtrd; srgli%,crtA 1�;tn+d s ±�ct'ru11 1iri$1 b thr5s,pelt}s, .i It '104;'•iti*p'.nnc la„lIlrt'eb u}n rttcd atii(t Lcirr SLiriiiii2uid'Itt 731,1 i *iJeitorii eu[11Lr i4it i(.Iini .tbi9k"t O:klikV 17#1b1it. \11us.. •tarn;.133 T A1gt7'gia+�r fw et111m,tzl�lii*]t. 4't 5491?1 '7 '4: . .... U W i' WR FFO€1,1f;tbe Qbbbe0 sltll1T00.00 a btcl 0111 Pra uiJSttl i-f d#1111'Pliiti$ktitia i-utter l n#6 al c aiii ia' 1tii tlt 6611 . u .0 cob alt wh h lht,u rng,orseiciil.11d ;ritd r�E t ti.11 tiand;ot l7 iitl .4 11Q � � ` � � .�p��hi rid iii��blckltn�ar Ccltitrilet i�eu��>t�;y�ittr; i od att13 i_1. Ter t sure ioi�the iaithfs.i pertppliijt1e afss0h,4igt anti i khi pi* p4I`than p!labor 4nd:neaten t.1'tTijiitiie`d n : ilk rib .tit nlJhexf o.n iii..t ote aftti ,*lur orihc Pfineipii to>srtter t1 f;tmitAet aiJ g 4",04 h boilti,QJ beiids,d 1iie,;,. 1 T11*rJaill shall pal;tie ths;t3C.iflgee lie d t4'ei!enctt nttt ,.xt,t•ed tlhCpl tilt.]rent f 6s1kwJ n ihi ti�iiiuttnt idiiiid In sill hid itrlct 40i: 10 r 4mtttnL 1�ri,..y.nt lxtlr [Qbllgpg:': ,a"m y Q( �.kit1 arntifa t with tio.firGr i iir to tforririh c Work'. ta,cr by titrid.bid,title:this;:: 9b1)t ia!•richa171 'nu14 anc1!ctd k c,Lii e w .tai cQtna Jti;ut full:Ibi t knit.o#dectt "iunECl,,ti s.eaIcd.,thi .. 4a.t f Alxrr1,2O1 1r • 9fl1 :;h , ®,GZ/JOGS .r OK t arm)), {S Ctlt:; P. 1 :r,•. ;Iaitoli l*"trs T +vrtutcG rr ilk*:._.: 1Sur v-� e 1>'hk ,-t� '• 1.. t. 3 I t.. fix SSca1j',. �i 4 ov t. tev Areber 'lrtaltisl.4 1t'!tr°'4.tt(:Fsa iAt,,,„31<1rMfN1 r1:.,1 l:lJNC 40, 1tJ40-0 ,y- W7J;7i3IO +kply':r4'w ( i ,),;i tA;tF;'111 .th tg 11c'N-Y :;y0 i+ l\LtNlti':tV. Wr1.40.0V 1 000 -3 :Upliv nant&fi.1yi qr.'34tt Cti 1 t 1,titaiJn g,s t te4p) nntii ", 1 ( Uiuit v�plc i qly,; 1#00 bi#] CPI$1G4 aitii knit•u (q i lti. rrttkiius ri(slatuiii,iniifilli4 t .1114fi*,,ti .al rii. i-,;r:; r t l I ., . . Pir.0.0.0.4affialf040 - • - ■ L. . . , , • ,-. ., . -•••• ,•:•••' ••••'••• •••;-••••,',•-r: -, .-- ---:-•:- ‘, . , ...- k .'..P.0'.."' ''''''' :":.'....R 0.: f A„HT.T.... ..0. .M'' EH Y... ''... . TH E:-.HARTFORD • -: . .....„..,••....: ..., • 43.0*.T.74• .....,. . .. ...: . ....,..... ..,..... .• .. .......: .......,..........• .., .:.• ..,--;••.,:•.7-, .....,, •,•-:. .r. - ....0.000001,444--•-:,- •-.1. kki.tic44)***SIg . . . . 011.;'1.00.0440.8:;4*.:A9.4:04$45' ••• •..:..3•KyiowAtt•FitikftiNtettiltt.tpittN.10iiki:...:. •••••••••-•••••-,,,•••••-•-•.• •••••• ••-••••••-••••• •• •. 4ienccode••:•:,'IY041m40.9.- • • ••••::••? .•.::•:••.. 1!3x.*:.•t:kititleid,F10400400.4.1.4:01W'#A0..10,0.40.00,1.40.:*04.40,010:40,*.t0iii10.41). • .. . 4•...- • . . • I-,•::::-.':.1)1.04041.".0#01W4n5!i0001 Cmpany t''''."'-I:!44i404414I10-ri44:gliii4 6:t.riig 4n Y'ir.:00:1;iii0T1-41#.x.ir ga Oizciii;riler..-.41 in-'1iiis4,6fitietiliatiE.C6itiiUlkiit - -• • . ---• • - -- ---.. - - - • . . .. .... .•: . .. . t. I ..., . ..,._ ,.. ' •'•..-:,.....1:-''..."t*thrstPThofortgitOr.01115tiratICe'Cciniptitrfa:tktOtatiiiiiii1iiiklAitiiitlibil4blef.-thea'aiiril(0540tei0iii41441: I" 'LIi.O.'ikaltf:"Firetiig***00010afiti.:04074kdi' likjAitfiltifiti44:10.14:10.0/44:011-idflitai . - .. • rT[iiiiiitfool40664ivkilii-644iiiiiohliy4-4,t4oielAii4ftiiiiii. t'iiiAtAiiWziirilo$1641p6is: 1 •-••:......:.44/041004-464g0;iii*.*:#.i4,60:44,;10441415.1.s1.-Orprxink4w441Wioletik)411,::Staw•ofilidialsi... •••-.... - . • '..1-:.•''. ::::;.1:14'., .qt.0 In§ura40.iigoop.,nr,otogAgotoa.t,t-ktotpoouioqiiycirooii.4iirrodi.0446906fikstio:4iffi!iiidii: .:•:.1) M01401(!ifiMt-0114:Y!32,t1400- 0*."."--'--176': 010,0*:01100i#Y•ieit1401163*ItiCFP0#0114040.:.tiii*I***ei."011itigit.64*#1*46C.: ...10:,-ktti0-0..0.000firOgq044*4-J.MI•TgP 7.rq4fi*O,WOO.,ki014::141:00C.':t04441*.':Otl'04$-ti 4if1o0-i,40s.0*:::-,-40.0r#00iS.. • •-• ,..:411:00004.004t.'Wfitgooa..•;;144:yo.*-1004.40-0(40100,00:::*000:T4::&:014-0000U .i446".:10,,,.iottio:,"•ot,Rifiniiiico„.. :4404.4.ithiiiiiiir4:Rideit.:-•".• '' --' - •'' •• • ' '' ' . ••. -:..:• • ..... . riol./ ,kif,116r;b2444:-/A0441•:-Fr.argpi-iikitisgoi;tt ,,..4* 64m-iieri,..-..Estrtraild.--Gog•gatitt.i..•.4#300.10:.814700 ..„ •.::.:•• ••..•„7•,:-. . ' •::-iit..).**4*C-00, W.. '' f:.th Ot I.C.?0•::04'.14.40•Altor9e.Y(0)-iitizFadP•.e40-1:Wtif4*-411Wiit '•* irtitiiii;iii'fiiiii:Vre,teiiiiiiitt416tkoji,:.iiiiii.66•:iigViiiii 066.44,: 01,1cmY,Abcy.Of.:121,.:•-0.14o',f004,--;0000:;:#0001.0.094fliork-400:••:aJrfirm41 (#V.0111154*;,.p.§0404:•0014:pttier,yiritoirt,10.trutopt ,.jiy,00, . ....;_efA_Aitit11*r64111.1.i:$4401-0#*.c07.0006,1041it.141*.4:q**11041**00.4t4094.0*.ii00150.401?:=VIP:rOfrtkki.Oi"*.*01#0,*'46F1 V.c1N.4:ti*i4tsiii_4r.00ii-4bOnd00ii010iiiii.404.0iiiittia-PoiniiitOtfin:**66fi0-:pird6600:ifp4O0iiti:0.40;16-4 •- •-,•• . . -•.. ".•".• • • •.•••••:•'-;, . -•• --- .•'- • : . . • ... „ . ... ......... ...... . . • --„...,..-.._•_••....-....— • .- --.:••-•-1-9•=',,Itle"‘t,,V4!?-13ACIk.10*4kittfc1;t0A00.0.004110;•*.tiAe.E44i0FPW.6404'46**000400'•!ort0040.•14qP..-1.. :,99M001,0. ... 4**:,‘400:•******3.0:**410-..00*:f*.ygoi401.01,00:40.0,040401.100:404**0-lia-:;ppOftio**.:11*•,:00,0-!•00itt* ••...0.-tof4.1i.i.or401*$2064004*:#10..B42*644**014itAavoilligir*I*0-,y.imiopiiii**400:04.gowoolik*P0* 04* :1*..00.• *:00100004.440illiaiittiOit.441)0141.6,,tiliOOhii*:g4iiii4.:-- •--'-•-':'-'""' •'• • - ---• -• - • •• ••-• • •--. • . -•• ....„. •. •... .... .. .. ... ..... .. . • • - • • • .._. . ... „ . •. .: .. • ,.: ;.4; . A'.'.!• „., a:, ,_,',,,,..3. ,d,t,,:.\:)..:4:1.Ao!„.ttibtf.., AStp.t1...',..:... ,,,...._'f!.. .t.:r..i:N.i.,.„_,!-.44•,'i.",.'0,';.; . . • • .:.- •• •••. .a I.. .,''.,,, ..'i'•) ).):1,'1.4 _.R' Z'•111.V,Wifitaiz. Iiiii.. - • 'ik•it-t-'4,'fk• •••••-1,''',ir 1•••"]-----•-•;.x.';•, - • -• -••N -.•4....''. -.''.: 1'.'.'.=6's' ,-,It.:W.:•.k..-}N:;. ..:...:4; ..'.. •-•.,-•,-.••<fv.,:'-;:.••;,+,, ;,;;,,',pfj.1. ..-.-,..--,1 .1.....1.. :knil.:;-.,•?:.,' . C ....,,,..,„.. ..,..., . -..• . . . ..... . ... . . . • . . • _ .- - -.Lasstp•-- - - - • - ....... .. . .. . .. . .. .. .,. ,.... . ..... .„. . .... . _...... .,...„.... . .. . .. • • • •• • • • . . . . . ..,.• • • • - ••• ........„ . •.• . . . .. ....... --• • • • -•-••11..v.v4! Y P.-PoN9,10M.4410 411.1-; .6,.!..tr.9.1.4iry 'htiketwFishaii-Vica.P.Mtkieht •••••:•:::.-:',•.•• - . '-•..-- - -.-- • ----•---- • -- • . ASWE.'()EC.P Rif:CPPVT-....." • . • , • - - • . :,.•.,.,.,a... -Hartford . ..„...,.„.„ ..,...,...,._,,...,.,..,„,....... . , ,.. ,..,,.., POO*.Y.:Olt/OW[1RD.:: -:• . •• - ---- • .-::. .. ...Oft'1.1'4.:141.-ilV.0"..Agif,i1012,;:•:);•efditiir4i16:45-defiiily.,eaiiict:M.A45:?Ft$4i-:',td me kiiii.iotVgicybotilt.:tWfwcYJY.;.*cta,:41.14.::ctepOie460: • . .. :-AY-•:.:',1:*-iiOi4A:*i.4i,fkTh*:t:,O4-i**•44a0.;:*i4il'•-z..tzd6ti6Qf40t4.'o:tWikiiiii;:MO.).*it.00afii:;fi.tioii:COt.ilifiri14:•**iio*;i*.::00'ot6:00 - -.• _..-..*yo..s-*tff.44.44o:*-tot*z-4..io:4N-gifitl.fao*.*0.ot-eoi.k*;p:.o;h.oiioi-.6r*o*t*%o.*i4f4k-*kiAiikit005.::000io,-)zno*ko!f..*_Afch,_, - •- -0440.#•*.k.*::04410 ***0.,0001*.4.-0.,wiitopoi*•:403,06.4"..04-io:::•00.0.000140.40.0.0.00100.:.6.4.-:•:ro.P.Ov.r.P.-44:1.0 . .. . . . . .... .. •,••:,;.,,,o,r,,„,%•,.,-:,-,.:- ,„,,,Lik104, .-.•• 7-t‘a;it.ir,-47-ii1ar4: ,1057<it...N10,14 ..-,. . . • • . .. . . .•A:44sktitif.W.,,... .-... . , ... cpliiikiliE . ......,.....„.....,.,„... • . •,....:i.-,.,•,,1i.:*,•:0400gliOd,WWP.O..P.100(10)**.:00t4h104.3)q)t OIEBY.O.MMItik,Oiiii**=****ii:61600.64***0..OPY# 0*)?!.iivio,60.Atoji. cot*.iii:*14i4#610k.kOtif*ii4tiffii*It Mi.:6i'Ai4i.f.,:-.AiitifIttii:404:':- :" -—-— ••• • '•- •-' —-- •r '..•-:.•.- •149.tietPalIdtiiiilOir.e'.1tici'C*oltAlftifd,-•• ...,...,., . ••• .....—......,. ,...•.:•,.: . .. .,:,.. •-:''' ...:,•,.-.N. :-.2e2A.:"'N' '4:'•;IM:'-'•,,:,:•4` ..:: •• -•:••• •.:. . ...'._, ..•..,,,,,... ....‘•••:..•.#14't',.-':: 4,-..'..-•••:.c''• . .. , e41.r,- ,.-...:000;,,t,,,,--..,- ki.,4i-1--..,,t. . . •. . ,.. :.• • ' ..2.-',...=7..:• •,. ,,..it) '11:(;.‘e4il•if,,.. 04fr• 'p.‘......,,, •• :.• -4: .• • , • -•,.,r,..-„..•:... ....: 4:•...'3-,:. . ....:.:,,,,,,,;,..4.k7,,...,t..-4 + (2;--.`kot7.': ,',.':,•.,'..l'e..4.17firt:05''''...... .r...;.4a71.1...0!':-':' Aki,..4.14.7.:.i.::.v..i.,:...k62,..,.. . )4. k ...iiii.„••,,,,.-:... • • y•r;,01.•,••• • ...•• • - . . ook•w...stoot).0.,,miopto$ont. ... . . . . . . . . . • .