Loading...
HomeMy Public PortalAboutORD11189 BILL NO. 88-172 SPONSORED BY COUNCILMAN HALSEY ORDINANCE NO. U AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH PIERCE MANUFACTURING OF APPLETON, WISCONSIN, FOR THE REPAIR AND REHABILITATION OF A 1982 E-1 TANKER-PUMPER. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk are hereby authorized and directed to execute an agreement with Pierce Manufacturing of Appleton, Wisconsin, for the repair and rehabilitation of a 1982 E-1 Tanker-Pumper, for a sum not to exceed $10, 000.00. Section 2. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. ® Passed I "aj- o2-6, Approved Ilk Presi Officer or .ATTEST: City Clerk ® SERVICE AGREEMENT This Agreement made and entered this of l 1989, by and between the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as "City, " and Pierce Manufacturing, Incorporated, hereinafter referred to as "Company. " 4 WHEREAS, City has one (1) 1982 Emergency One (E-1) Tanker- Pumper fire truck which needs to be repaired and rehabilitated; and WHEREAS, Company is willing to enter into this Agreement with respect to employment and services upon the terms and conditions herein set forth, NOW, THEREFORE, be it agreed as follows: 1. Pcope of Work. The work under this Agreement shall consist of the repair and rehabilitation of one (1) 1982 Emergency one (E-1) Tanker-Pumper fire truck. 2 . Specifications. It is understood that the attached documents, . labeled Exhibit "A" are hereby made a part of this contract, and each of the parties hereto agrees to carry out and perform each and all of the provisions of said documents upon his or its part to be performed. ® 3 . Contract Terms. The cost of this repair and rehabilitation work shall not exceed $10,000.00. The work to be accomplished shall be as per the attached Quotation, marked Exhibit A. No additional charges shall be assessed nor shall any additional work be performed until written approval has been obtained from the Fire Chief. 4 . Inspection. The City shall have the right to inspect the work performed by Company to ensure compliance with the terms and conditions of this Agreement. 5. Insurance. The Company shall furnish certificates of the types of insurance indicated below. . • The City must be specifically named as an additional insured under -the policies for the purpose of this contract or may be covered through an Owner's Protective Liability Policy issued in the name of the City. This certificate must be returned with the signed contract. . Type Limits General Liability 1000000/800,000 Contractual Insurance 100,000/800,000 Worker's Compensation Statutory Bodily injury 100,000/800,000 Property Damage 100, 000/800,000 6. Failure to Perform. Should Company fail to provide services • as set forth pursuant to this contract, or fail to meet any of the contract provisions, this contract, may be cancelled at the sole ® option of the City upon giving ten (10) days written notice to Company. 7. Cancellation. This contract shall be subject to cancellation by the City at any time following forty-five (45) days' notice. S. Company's Responsibility Limitations. Company shall not be obligated to make other safety tests, or to install new attachments whether or not recommended or directed by insurance companies, or by federal, state, municipal, or other governmental or non- governmental authorities. Company shall not be required to make renewals or repairs necessitated by the negligence, misuse or obsolescence of the equipment or any other cause beyond its control except ordinary wear and tear. 9. notices. All notices, consents, authorizations, requests and statements hereunder shall be deemed to have been properly given if delivered by hand or mailed by first class United States mail, postage prepaid, if to the owner to 320 E. McCarty, Jefferson City, Missouri 65101, and if to the Company to P.O. Box 2017, Appleton, Wisconsin 54913. IN WITNESS WHEREOF the parties hereto have set their hands and seals on the day and year first above written. CITY OF JEFFERSON, MISSOURI• May ATTEST: City lerk By Company ATTEST: Secretary • To , SCHUHMACHER FIRE EQUIPMENT INC. 308 East 8th Street P.O. Box 342 1699 WASHINGTON, MO 63090 PLEASE INDICATE THE ABOVE NUMBER WHEN ORDERING 239.3867 TO Jefferson City Fire Department OUOTATION DATE SALESPERSON 320 East McCarty Street Jefferson City, MO 65101 INQUIRY AT INOUIRV NUMBER *0V"M TED I*PIfjG DATE SHIPPED VIA F.O.B. TERMS ASAP Net G1UAI�IT1 tY DESCRIPTION PRICE } AMOUNT - Replace air system on. 1982 E-1 Tanker-pumper includinj 5500 00 new air lines, tanks, rebuild or replace valves, new fittings. Replace treadle valve if necessary. 366 00 Replace air dryer with B/W AD-4. 654 00 Air Compressor and Brake Chambers will be inspected and repaired after authorization of customer. Delivery and pick-up add. 1750 00 WE ARE PL E EO U8 THE ABOVE O T FOR YOUR CONSIDERATION.SHOULD YOU PLACE AN ORDER,BE ASSURED IT WILL RECEIVE OUR PROMPT ATTENTION.THIS QUOTATION 1 U ECT THE CONDITI P D EV E SIDE,AND IS VALID FOR DAYS.THEREAFTER IT IS SUBJECT TO CHANGE WITHOUT NOTICE. BY ACCEPTED DATE SIGN AND RETURN YELLOW ACCEPTANCE COPY WHEN ORDERING. C1.7�' OW SPECIFICATIONS for Replacement of Air System of Fire Truck The Jefferson City Fire Department is requesting a proposal to replace the air system on a 1982 Emergency One pumper/tanker . The chassis is a Hendrickson (S/N 15960) tandem axle. Air powered accessories are; air brakes, air horns, air pump shift , air bleeder for booster reel and air dryer. Proposal to include the price to remove all air lines, tanks, valves, fittings, air dryer, and replaced with a complete new system. The new air dryer will be a Bendix Westinghouse AD-4 with heated automatic moisture ejector. The system is to meet or exceed 'current FMVSS-121 requirements. Successful bidder shall provide a 100% Performance Bond . - The successful bidder must carry adequate insurance to cover any damage to the unit, which many occur while in the possession of ® the bidder. Bidder shall provide two proposals; one to include truck delivery to and from facility/factory where -replacement work will be preformed, and one without transporta,tion/delivery of truck . For additional information contact 'Fire Chief Robert Rennick pr Training Officer .Wayne Hammann on 314/634-6401 or 634-6403. SENTRY INSURANCE A MUTUAL COMPANY r STEVENS POINT, WISCONSIN (A PARTICIPATING MUTUAL COMPANY) A MEMBER OF THE SENTRY FAMILY OF INSURANCE COMPANIES ® CERTIFICATE OF INSURANCE ACCOUNT NUMBER 33-17891 This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies below. Name and Address of Name and Address Certificate Holder of the Insured CITY OF JEFFERSON FIRE DEPT. PIERCE MFG INC 320 E. MC CARTHY P 0 BOX 2017 JEFFERSON CITY, MO 65101 APPLETON, WI 54913 This certificate is issued on 02-17-89 and is effective until 02-17-90. It certifies that policies of insurance listed below have been issued to the insured named above. Notwithstanding any requirement, term or condition of any contract or other docureat 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. Coverage Provided Policy Number All Limits in Thousands General Liability 33-17891-01 Bodily Injury and OCCURRENCE General Aggregate $ 500 Property Damage Combined Products Aggregate $ 500 Pers/Adv Injury $ 500 Each Occurrence $ 500 Fire Damage $ 100 Medical Expense $ 5 Automobile Liability 33-17891-01 Includes: Bodily Injury Each Person/BI $ 250 -Property Damage Each Accident/BI $ 500 -Any Auto Each Accident/PD $ 100 Umbrella Liability 33-17891-01 Each Occurrence $ 7,500 Aggregate $ 7,500 Workers' Compensation and 33-17891-02 Employer's Liability Statutory Each Accident $ 100 Each Disease/Employee $ 100 Each Disease/Policy $ 500 ONE EMERGENCY-ONE PUMPER WHILE UNDER OUR CARE, CUSTODY, AND CONTROL DURING PERIOD OF SERVICE WORK TO BE PERFORMED AT OUR PREMISES. • SO-C1035 (MECH) PIE 33-17891 20-222422 02-21-89 Page 001 (289) ® (cant) ACCOUNT NUMBER 33-17891 Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 10 days written notice to the certificate holder named above. 80-C103S (MECH) PIE 33-17891 20-222422 02-21-89 Pago 002 (289)