Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1987 3/4 Ton Pickup Ford
OWNERCARD WARRANT itiortl itftwTT a NAME 14168 No. 57th St. ADDRESS ,- *Ilwatcre Aliy, 55062 CITY & STATE . - IN SERVICE DATE 9-9-r7 DEALER SALlieS CODE i OWNER'S SIGNATURE 0'` r This vehicle is covered by the 4..7 I MINNESOTA MOTOR VEHICLE I Ford Extended Service Plan Yes w�,aa NO • REGISTRATION/CAB CARD '.`� ` 4 1i 1 ,i t � ' x H DF T420814) DEPUTY 065 I rMOTOR VEHICLE tk,(r -.‘:,4'.,' ._. , STILLWATER MN < - , _ DUE TAX EXPIRES FEB 94 10.00 FEB29196k NO SALE .00 a 4001H0101 14.138 u u CITY OF OAK PARK HEIGHTS" 612430.2610 14168 57TH ST c t,1r■�w1_ OAK PARK MN 55 082 DEPUTY 065 -RlOI o MOTOR VEHICLE STILLI>aATER PIN ver balky Auto Sales 1450 45 V2570770b 0 SEP10 a PLATE NO. I yi TITLE NO. I TAX BASE 11020 NORTH 60TH ST. FORD 87 PKREG I TAX 10.00 (LAKE ELMO AVE. & HWY. 36) MAKE I YEAR I TYPE REG TAX 5.00 DONOWNER JOB STILLWATER. MN 55062 1FTHF26H8HP657594 NO MV TAX 4.00 VEHICLE IDENTIFICATION NUMBER I AGREEMENT TITLE 2,00 PLEASE USE THIS FORM FOR RENEWAL CATTY FEE 3.25 SUETOTAL 24.25 2/1.21 MINNDEPARTMENTESOTA L!,,I,:,7,,,..,,,,..:E SA ETY ISTRATION ARD\ #flIH0102 14:15R ___ - : ____ OWNERCARD WARRANTY IDENTIFICATION CARD li E( t1" 7 111'"x© NAME 0,,,.:., ea r+.,WO,,`Lata' t X91 at�#�PO Ni ADDRESS I I {{ CITY & STATE ZIP FEB 88 ! 20.0OFEB28.90 il..t. ..—i'-._— iAX _._.�.___ E —.... IN SERVICE DATE CITY' OF OAK PARK HEIGHT DEALER SALES CODE I ° OWNER'S SIGNATURE , u 3.4168 57TH ST This vehicle is covered by the ❑ i OAK PARK MN 55082 x 1^ W .. PLATE NO. I TITLE NO. I TAX BASE itk'` A-4, ' d,,,m., ' Y „.,.et �raeF g - N FORD ,8? K 0 Iv 1 1 :� � `�r= MAKE I 1�EAR TYPE _. ,. ; , t :,l IFTHF26H8HP1357 5941 NO I , VEHICLE IDENTIFICATION NUMBER I AGREEMENT PLEASE BRING THIS FORM WHEN APPLYING FOR RE •�Y• c: :.i . ;•vim'=i,... .... — .••.%1. .•i1.^..c ..�.^•�, 040 .....„ pirwl Minnesota VehicleVEHICLE `�( ij) (�ii;�;ijj) ` Inspection spection INSPECTION ®31 6 4 6 6 ((�.��jj) 04 Certificate ID No. ORO Program REPORT +�1i,t,�+t,E, htet 0):1* CERTIFICATE AT BOTTOM NEEDED FOR LICENSE REGISTRATION RENEWAL1111 THANK YOU for cleaning up our air.Your vehicle's inspection results are printed below. If your vehicle passed ('`"�) (�i�il) ((ilii)) (��►�� present or mail the Inspection Certificate to the registrar when you purchase your vehicle license tabs. Ifyour ••' the back of this form for information on repair and retest requirements. Note: Repairs may be covered by the 5 year/50,000 (`IllT (1:!1:1:1) car failed, see (•'••.) mile warranty provisionsalit' ((viii)) of the Clean Air Act. ••�•:, (Pliii) (This emissions test complies with the EPA short ( ) C�; ) test requirements.) �(ii)� ('' ) INSPECTION FACILITY INFORMATION ((„�!1) (�;�'�;�;�) ((•....) Inspection Date/Time Station ID/Fleet ID (((1::::::) (1;1;1;1)) Lane No. Inspector ID/Fleet (•"••) +��, r Signature Analyzer No. 11,1,1;1 ((1't'1'i1)) 1 t:f/3`� 10: 9 fL++Z+a 03 /�:.;• �, i C11+iG +149 (( ..:::::::•• 04 CO 400WO VEHICLE INFORMATION (•:•:s) (1,111;1) (•i••) License Plate Vehicle Identification Number ((�1;�1�) 11'1'1) Year Make C• •:•� 000 14:a+��� Type Engine Yr. Mileage ((11111)) ((1;1;111) TI�Fl+I itI I)!I�5Jr3'F 198-t_ 111!/0,, a..!'�'1.4 �L.• ((ilii%�)) EXHAUST EMISSIONS READINGS ��� !�) 1111), I FAST IDLE C(1:111)� LOADED (11'111 ((1;111;1,) INITIAL IDLE ('•�`* CONDITIONING FINAL IDLE (���!.1 (((ii:ii�)� HC(ppm) CO(%) z(° ) HC(ppm) CO(%) °/ ) Test Maximums etc c r r Minimum CO2( °) HC(ppm) CO(%) CO2(%) 0,!t!!) ((1,11,1;1) F Minimumz( ) �•:.: 0 r1i;,�F. F . i:z k r Minimum �� ORO Initial Test Readings f lk'+`j'j +�'lh'I (Ilii!) 1'1'1'1'1 ( ;) ��•:::�) Retest Readings !((11,1,1) ((1:0 �($:::;1)) Initial Test Serial No. Retest Serial No. (������)) `,"'" No.of fee bearingreins p. ((111;11)) 0:. 1 p• Waiver Serial Number Insp./Reinsp.Indicator(1=Initial Test) 11;1;1 11111111111111 ((11.1;11) 1 (11111) EQUIPMENT INSPECTION RESULTS00 ����:�:�:l00 ((•:::::: DIAGNOSTIC CODE (I���i) ::::::. Fuel Inlet Catalytic Unvented INSPECTION �'<•:•� Restrictor Converter Fuel Cap RESULT ���!!•!��� ( 1 ), .,.,011•( ) PASS t WIXO PASE PASS 11(11 OY 111) COMMENTS: h.,:.::::::. 44 (..v) _ ((11'1'1 ) . ((1;0,'1,1;1,), O -4 caw F—+ Nrt ,. 0 0 -0 ._ ' } 00 ,vo m i m -i µ s - { cis. > N` 1 - s c Xas r el,,, t t ,. xl Z '0n �i --I m i V't P. = I�.- _ ;et a - 1 N }' r tai 1. a' t-4 , C7 m ,a''':" y w 0 j a iv 7C yf • oD „ r mTm Z 7 �f m ` 2 .4' � .4 D r 2 u 3 2 Z "�.. 4 O m Q I r yk ' O ~\ "'� _ N .re rp W '133,1 1 ,x '4'}' Q ' A W w - p'',,,.,* --''. ;."C",...410.1-- ....,�._.- ,.��. -.res - 1, o � ' t7 Ly'� m cn o O , > � n1F-1,F.1.1- n .:. a. oo . -m wrn oao�Q000na000 { I + o 1 �_T. • Y :: • -rd Replaeement Re u .., ®PRINT: dl { . i-- i r ' U fir ` osWOW $•L R NAME • I _ .»- .4.-wc..wwr ®CHECK(✓)ONE: UNI RECEIVED OWNERCARD Fo�d use^owhj..,... WITHQoII,,L�T 1981 MISPLAC'rZ OVALF,,,R A440.....«. OR LOST _ - ,.-.,+. .o„,..,..o.»,,• ........w ®ENTER VEHICLE IDENTIFICATION NUMBER BELOW 0 2�J 2 6 • FOR 1981 AND SUBSEQUENT MODELS, ENTER 17 CHARACTER NUMBER • FOR 1980 MODELS,ENTER 11 CHARACTER NUMBER,PLUS COLOR AND DSO mon IJi1L N� ,,L.,„_ DSO ®PRINT RETURN •._r �rlr'` �� ! •I __, ADDRESS: ) ,_ ✓ f NAME . �-... I ,� ( I ADDRESS s. 9 CITY / I STATE ALL, N �` -� ZIP CODE FCs-•775 E,-TEl.IzS MUST ET COMPLETED ND ACCURATE FOR PPROC G MAIL COMPLEVCARD TO APO&iESS PRINTED ON REVERSE SIDE VEHICLE STILLWATER FORD PURCHASE :,t CONTRACT r.,, UNCOLNeiIRERCIJ rill', INC. ' _I 12960N.eom St. Mtnnetaata 55082 Phone 430.2400 >; ro 1, �}`- .''` _ r' _ / t'2 F. /�� /' stock_ Date ✓ ! ` Salesman: Ire:: � Buyer Name: (Last)fA1f' /„!4' ,�l/ �,��r t) —$^ (Middle) N ex Co-Buyer Name: (Last) - (First) (Middle) Address;Vie' iv `�? .J City(.10 j�f a;')`j( T//04-(r5 St 'wi,,,,,,f County: >�'ixj, �i '- 4 Zip 4-5 en �Ugi2 i Home Phone:' �'7:ry,3 Q, Bus.Phone Buyer DOB: Co-Buyer DOB: A Buyer D.L.# Co-Buyer D.L. ccoo LIEN HOLDER NAME: I, Buyers Insurance Co. Policy st ,o / LIEN HOLDER ADDRSS: M PLEASE ENTER MY ORDER FOR: New L�1 Used E Demo❑ as follows: Q 0 YE1fz3791 MAK ,QJ///f MO/e20 0.J{r�3B--OOy. TRAj/NSM N rin/LFAJ� J(�i,Arp IN V�f4"��.. a seRIAL# -. a�{LIC. _ TAB EXPDATE �� . 11-BAtE NP1GE D IVERED . ON OR ABOUT i >{"� , . BASE PRICE OF VEHICLE INCLUDING FREIGHT fl$j/ , 2 (Ai VEHICLE PRICE 0$ CODE # n)L' FACTORY INSTALLED OPTIONS DEALER INSTALLED OPTIONS 7M .- c,c-2-- - ..3-5:7 .r-_,71^29 1. —f.W7f- _____ an i lei-f-'`�.� ,'r) ! ° 4' 2. �' 22eLi !/- `y _.,„.0.4.e,„4„/„..:/� fFF'.•'C'r - ...-.../ i i r' z� 3. ;, r;, _ ` J ,. t, �'r "---- 44---.40'Ya t: c y / ""-;;"1.--1614.s /rr a r'e r /1/ I ," 4 o. (G -1 /'Y` /A? e'•' •• %'iJ Js t L2 5, 1 _-¢ga` f g3 fis,,, F' G,s' ` is 6. to > ,! -- /7-f/.5---- y7 v"" . TOTAL PURCHASE PRICE $ _4 .4 +; /' ' fl; / s_=--;;i Trade-In or Discount (—) w �/ ✓ f /,,, %'- f qis ',?1' f _r 7 :*. -'- TOTAL TAXABLE SALE r$ 2 ;76�y;� A..// - Sales Tax n r'- ! - License Fee& Exp. Date ( I '::v '''''''''''.,r- -'1f-"T' i'r r- '''-c.! / _`i•T,cC r1/L/.% ` F'- V ,,j ! .,,,,f, Title Fees � ! coi to Lien Registration Fee )et..,/.i J /,2 is m1 r ;'r g U i. ,;�_ ,+yffi`' 5/- �' •f;-, f 9 � 1 J•G/ * Document Administration Fee $25 00 cc tf-2re r . I� r .meati / ,rr-' •_I 4 Buyer certifies that all pollution control equipment CUSTOMER INITIALS SUB-TOTAL 11$ 0 on the trade-in vehicle is intact and in operating 2 condition. x Cash Down Payment 2 Year `t'` r " Make �.rj.r ModeL._ ,'. -+. y f Cash on Deliver tic Serial Number re--;i1.1.7:"4/ (---",/ '-'.'! it '0. ' t VEHICLE DESCRIPTION1987 IN 1FTHF26H8HPB57594 *-1, 451;;;;51 EXTEIOR CUSTOM-250H133D XWB4 RSTYLESIDE DARKRSHADOW BLUE METALLIC . F - SERIES 5.8L HO V8 ENGINE INTERIOR AUTOMATIC TRANSMISSION REGATTA BLUE VINYL Quality is Job 1. STANDARD EQUIPMENT PRICE INFORMATION Manufacturer's Re ail Price THE FEATURES LISTED BELOW ARE INCLUDED AT NO EXTRA CHARGE STANDARD VEHICLE PRICE 514130 . 00 IN THE STANDARD VEHICLE PRICE SHOWN AT RIGHT: OPTIONAL EQUIPMENT • 5.8L HO V-8 ENGINE • BLACK FOLD—AWAY MIRRORS TACHOMETER 59 . 00 • AUTOMATIC TRANSMISSION • EASILY REMOVABLE TAILGATE AXLE—LIMITED SLIP—REAR 98. 00 •, 2—SPEED TRANSFER CASE • COURTESY LIGHT SWITCHES BRIGHT L/MOUNT S/AWAY MIRRORS 87. 00 • POWER STEERING • DOME LIGHT SUPER ENGINE COOLING 101 . 00 • POWER BRAKES • BLACK RUBBER FLOOR MAT HD FRONT SUSPENSION PACKAGE 778. 00 • REAR ANTILOCK BRAKE SYSTEM • AMMETER, OIL PRESSURE AND HD REAR SUSPENSION PACKAGE 154.00 • MAINTENANCE FREE''BATTERY TEMPERATURE GAUGES ARGENT REAR STEP BUMPER 130 . 00 • 19. 0 GALLON FUEL TANK • INSIDE HOOD RELEASE 4 LT235/85RX16E BSW ALL—TER. 111 .80 • MANUAL LOCKING FRONT HUBS • SIDE WINDOW DEMISTERS • GAS—FILLED SHOCK `ABSORBERS • ELECTRONIC AM RADIO WITH • TWIN—TRACTION BEAM DIGITAL CLOCK TOTAL VEHICLE & OPTIONS 15648.80 INDEPENDENT FRT SUSPENSION • SHOULDER BELT COMFORT DESTINATION & DELIVERY 500.00 • LT235/85RX16E BSW ALL— REGULATOR FEATURE SEASON RADIAL TIRES • THREE PASSENGER BENCH SEAT • CHROME FRONT BUMPER • FOLDING SEAT BACK • HALOGEN HEADLIGHTS WITH • PIVOTING VENT WINDOWS HIGH IMPACT LENSES Compare this vehicle to others in the FREE GAS MILEAGE GUIDE available at :he dealer. CITY MPG Gas Mileage HIGHWAY MPG iiimummime nformation Ir „ A I I'A \ii • ,Actual Wisp will vary with For Comparison piling, options,driving conditions, N O T APPLICABLE T O THIS UNIT all vehicles classified as driving habits and vehicle's have been issued mileage ratings condition.Results reported to EPA indicate that the majority ranging from to mpg city of vehicles with these estimates Estimated Annual Fuel Cost $ and to mpg highway. will achieve between TOTAL 416148.80 and mpg in the city, and between and mpg on the highway. SOLD TO SHIP TO(IF OTHER THAN SOLD TO) SHIP THROUGH STILLWATER FORD L—M INC 12969 NORTH 60TH STREET STILLWATER MN 55082 . VEHICLE IDENTIFICATION NO. DEALER NO. FINAL ASSEMBLY POINT METHOD OF TRANSP. ONE TWO THIS LABEL IS AFFIXED PURSUANT TO FEDERAL AUTOMOBILE INFORMATION DISCLOSURE ACT. F T H F 2 6 H 8 H P B 5 7 5 9 4 58B 607 TWIN CITIES CONVOY C A 31 GASOLINE,LICENSE AND TITLE FEES.STATE AND LOCAL TAXES AND DEALER INSTALLED OPTIONS ARE NOT INCLUDED. HHO1 N RBF2X 715 001566 ITEMI: 58H7436 APPLICA-ION TO TITLE/REG. A VEHICLE PLATE NUMBER 02 FOR CENTRAL OFFICE USE ONLY YEAR FOR VALIDATION AND OFFICE USE ONLY H " — ° `f � STICKER NUMBER 01 7 YEAR . t4 a TITLE REG. REG. PREVIOUSPLATENUMBER0q - 8 r+ A ONLY ONLY CHANGE® EXPIRATION MONTH YEAR ttE-y® DATE LLL 0..,,,„:' • PURCHASER(S) DATE OF PURCHASE 36 y( Al OWNER(S) a. - G) , , SEP 1 0 1987 MUST03 USED FUEL GASOLINE OTHER COMPLETE MODEL EAR 04 TYPE 66 al' MAK$45 BO MODEL TYPE OB vehicle Io « information �/ rl�(��"Y ' , VEHICLE/IDENTIFICATI(�'O)�N NUMBER 06 .''py�q��(,� �^ r0 WASHINGTONSCOU�Ys� I 1. • „, Y, f.7 f f//, ' CODECOLOR BODY 8 ROOF B PURCHASER(S)110IacT,FIRST,AND MIDDLE NAME 1019 OWNER(S) DRIVERS LICENSE NO . information T Q {?�, 1/ �r t, J P I DATE OF BIRTH 14 ADDITIONAL PU• HASER(S)OWNER(S)LAST,FIRST,AND MIDDLE NAME(S)Irl&12 NI DRIVERS LICENSE NO. DATE OF BIRTH(S)64 - STREET I (ADDRESS 13 ,V�Ij^ (� I ' 6 y , ^ 1 +- _\ COUNTY 16 VI /// r f ZIP CODE 17 NAME OF INSURANCE CO. - .?1N �„- S kr �. POLICY NUMBER HOME TEL NO. B 11B. IS THIS VEHICLE SUBJECT TO SECURITY AGREEMENT(S)? YES NO FIRST SECURED PARTY(PRINT NAME)21 ■ RI IF YES, COMPLETE SECTION BELOW. PURCHASER(S) `DATE OF LOAN 23 NOTE WHEN THERE IS A LIEN THE TITLE M UER(5) STREET ADDRESS 24 MUST GO TO THE FIRST SECURED PARTY. MUST OCOMPLETE CITY 25 STATE 26 ZIP CODE 27 LOAN SECOND SECURED PARTY(PRINT NAME)28 information DATE OF LOAN 30 FOR ADDITIONAL SECURED PARTIES,ATTACH STREET ADDRESS 31 COMPLETED FORM NO. PS2017. STATE 33 ZIP CODE 34 C MILES/KILOMETERS 59 I(WE)THE WER(S)OF THE VEHICLEODOMETER STATEMENT AND ASSIGNMENT BY SELLER(SEE WARNING ON BACK OF LAST PAGE) KILOME ERS ASN SHOWN ON THE LEFT.DI(WE)TTESCRIHE OWNER($)OFF THIS VEEHICC EECERTIFY THE VEHICLE IS FREE OFD AVE,CERTIY THE ODOMTER ON THE VEHICLE NOW D ALL SECURITY SELLER(S) INTERESTS,WARRANT TITLE,ASSIGN THE VEHICLE AND TAXES PAID TO THE PERSON(S)NAMED ABOVE. MUST CHECK 0 I hereby certify that to the best of my knowledge the odometer reading as stated above reflects the actual mileage of the vehicle described above. COMPLETE ONE 0 I hereby certify that to the best of my knowledge the odometer reading as stated above reflects the amount of mileage in excess of designed mechanical AND BOX odometer limit of 99,999 miles/kilometers of the vehicle described above. SIGN ONLY 0 I hereby certify that to the best of my knowledge the odometer reading as stated above is not the actual mileage of vehicle described above and should not be relied upon. CHECK 0 I hereby certify that the odometer of said vehicle was not altered,set back or disconnected while in my possession and I have no knowledge of anyone ONE else doing so. BOX 0 I hereby certify that the odometer was altered for repair or replacement purposes while in my ONLY repaired or replacement odometer was identical to that before such service. 0 I hereby certify that the repaired or replacement odometer was incapable of possession and that the mileage MUSregT SIGN)on the MILES/KILOMETERS registering the same mileage,that it was reset to zero,and that SELLER'S TRANSFEROR'S)SIGNATURE(S)(ALL SELLER'S MUST the mileage on the original odometer or odometer before repair X was as shown on the left. STREET ADDRESS STATE ZIP CODE D PURCHASER'S EXCISE(SALES)TAX DECLARATION BASE VALUE OR $ GROSS WGHT 20 REFLECTORIZING FEE 15 REGISTRATION TAX+ $ C 1.FULL PURCHASE PRICE PURCHASER(S) OWNER(S) 2.LESS TRADE-IN ALLOWANCE REGISTRATION PERIOD _ y COMPLETE ITEM NO.a ARREARS TAX&PENALTY MUSTFROM TO .de.3.NET PURCHASE PRICE CONVERSION FEE CHANGE OF GROSS VEHICLE WEIGHT AND TIME OF SIGN 4' 'i'e OF LINE 3 _CHANGE HOURS S.LESS TAX PAID TO ANOTHER STATE NET EXCISE TAX DUES DATE OF EMEEZ ' c CHANGE t, 0 6.TRADE-IN WAS A: MAKE- EXCISE TAX MODEL YEAR PLATE NUMBER DATE CHANGE EXPIRES CHANGE OF WG7.AND/OR CLASS SUB-TOTAL$ I t, 40 I DECLARE I.D.NUMBER FROM TO STATE/DEPUTY FILING FEE THIS TAX EXEMPTION CODE:y,� ~ s 1 Vo cE.r.P..MwE E,moo'"� TOTAL DUE; NOTARY SIGNATURE ;'R LL"L,"""TO ^ SUBSCRIBED AND SWORN TO BEFORE ME. LIENS SHOWN 1 DATE ::«:":°o"���`0UPON THE PU•LIC 0 X . x__________________._._._.__ COUNTY i:Xoe Leel.-IF:Ii^E'il`:4AFCop L= X DATE MY COMMISSION EXPIRES ',EM`ERT NAV[AT IF THIS o::',ER 1 AND CODE OF FEDERAL REGULATIONS,TITLE AS. tfl $ MINNESOTA DEPARTMENT OF PUBLIC SAFETY "`61 80:53 TF "o'A":'c FAllTi.�"r�i°:"TA: SIGNATURE(S)(ALL PURCHASERS OWNER(S)MUST SIGN) DATE ICES TRANSIORTON OATION BLDG., PAUL,MNF DRIVER AND VEHICLE V55155 ,f3� 5— `114 DO NOT SIGN UNTIL COMPLETED DIVISP.S.Z000 PURCHASER'S (OWNER'S COPY) sPPLICATION TO TITLE/REG. A VEHICLE PLATE NUMBER 02 YEAR � FOR VALIDATION AND OFFICE USE ONLY FOR CENTRAL OFFICE USE ONLY /ft a.�)� (\_ - C.) STICKER NUMBER 01 - YEAR � � x'-78 ABV. f TITLE REGI REG TER PREVIOUS PLATE NUMBER YEARV 8 ONLY ONLY CHANGE EXPIRATION MONTH YEAR DATE SEP PURCHASERS) DATE OF PURCHASE 36 61 0 1987 OWNER(S) / USED FUEL GASOLINEOBER 1 --y INgN l CHECK I MUST / Dr ,,.. COMPLETEMODE yEA KE D5 + . ! ((77'' I MABOMODEL TYPE 08 +, ��yl vehicle jr . UNTY information VEHICLE IDENTIFICATION{ NUMBER 06 ({ �,,(}. ,j, (,,,I • caa' W j.4 !' J� � P COLOER BODY I I ROOF I p PURCHASER(S) ff)A,T,FIRST,AND MIDDLE NAME 1019 OWNER(S) ( - DRIVERS LICENSE NO. DATE OF BIRTH IA information 1 C S Cv fc , h � v'•'v-1 -11,-( I I ADDITIONAL PURCHASER(S)OWNER(S)tLAST,FIRST,AND MIDDLE NAME(S)II B 12 DRIVERS LICENSE NO DATE OF BIRTH(S)64 STREET ADDRESS 13 CITY 15 I ( \ / COUNTY 16 STATE ZIP CODE 17 NAME OF INSURANCE CO. / (._„1 l"' r.. , I` jy1,. I L' ''-- / -j,yf ) C? d,.,� POLICY NUMBER I HOME TELEPHONE NO. B ► IS THIS VEHICLE SUBJECT TO SECURITY AGREEMENT(S)? YES 1 J NO I. IF YES, COMPLETE SECTION BELOW. FIRST SECURED PARTY(PRINT NAME)21 PURCHASER(S) DATE OF LOAN 23 NOTE: WHEN THERE IS A LIEN THE TITLE OWNER(S) STREET ADDRESS 24 MUST GO TO THE FIRST SECURED PARTY. MUST I CITY 25 STATE 26 ZIP CODE 27 COMPLETE SECOND SECURED PARTY(PRINT NAME)28 I LOAN DATE OF LOAN 30 information FOR ADDITIONAL SECURED PARTIES,ATTACH STREET ADDRESS 31 COMPLETED FORM NO. P$201I. ICITY 32 STATE 33 ZIP CODE 34 gi MILES/KILOMETERS 59 ODOMETER STATEMENT AND ASSIGNMENT BY SELLER(SEE WARNING ON BACK OF LAST PAGE) I(WE)THE OWNER(S)OF THE VEHICLE DESCRIBED ABOVE,CERTIFY THE ODOMETER ON THE VEHICLE NOW READS THE MILES/ SELLER(S) KILOMETERS AS SHOWN ON THE LEFT. I(WE)THE OWNER(S)OF THIS VEHICLE,CERTIFY THE VEHICLE IS FREE OF ALL SECURITY 0. INTERESTS,WARRANT TITLE,ASSIGN THE VEHICLE AND TAXES PAID TO THE PERSON(S)NAMED ABOVE. MUST CHECK 0 I hereby certify that to the best of my knowledge the odometer reading as stated above reflects the actual mileage of the vehicle described above. COMPLETE ONE 0 I hereby certify that to the best of my knowledge the odometer reading as stated above reflects the amount of mileage in excess of designed mechanical AND BOX odometer limit of 99,999 miles/kilometers of the vehicle described above. SIGN ONLY 0 I hereby certify that to the best of my knowledge the odometer reading as stated above is not the actual mileage of vehicle described above and should not be relied upon. CHECK 0 I hereby certify that the odometer of said vehicle was not altered,set back or disconnected while in my possession and I have no knowledge of anyone ONE else doing so. BOX 0 I hereby certify that the odometer was altered for repoir or replacement purposes while in my possession and that the mileage registered on the ONLY repaired or replacement odometer was identical to that before such service. 0 I hereby certify that the repaired or replacement odometer was incapable of SELLER'S TRANSFEROR'S)SIGNATURE(S)(ALL SELLER'S MUST SIGN) MILES/KILOMETERS registering the same mileage,that it was reset to zero,and that Y the mileage on the original odometer or odometer before repair was as shown on the left. STREET ADDRESS I CITY BP. I STATE I ZIP CODE D PURCHASER'S EXCISE(SALES)TAX DECLARATION BASE VALUE OR • E REGISTRATION TAX+ S C 1.FULL PURCHASE PRICE GROSS WGHT.20 REFLECTORIZIN G FEE 16 PURCHASER(S) REGISTRATION PERIOD • ! h OWNER(S) 2.LESS TRADE-IN ALLOWANCE ARREARS TAX&PENALTY MUST COMPLETE ITEM NO.6 FROM TO CONVERSION FEE COMPLETE 3.NET PURCHASE PRICE CHANGE OF GROSS VEHICLE WEIGHT ND TIME OF ` SIGN <. '�OF LINE 3 CHANGE HOURS TRANSFER TAX [,.f 5.LESS TAX PAID TO ANOTHER STATE DATE OF I I TITLE/TRANSFER FEE F NET EXCISE TAX DUES CHANGE ..F. t.. '- EXCISE TAX 6.TRADE-IN WAS k MAKE PLATE NUMBER MODEL YEAR DATE LATE TRANSFER PENALTY CHANGE I EXPIRES SUB-TOTAL$ 1 / co CHANGE OF WGT.AND/OR CLASS STATE/DEPUTY FILING FEE ' s �'� 1• I DECLARE I.D.NUMBER FROM TO THIS TAX j �-`(�/ TOTAL DUE$ C EXEMPTION CODE ! / f���4�r/ �°6 r ,IwE�� ,I.LE,.»,0. e To ^ ' NOTARY SIGNATURE SUBSCRIBED AND SWORN TO BEFORE.ME. DATE •E INSURED WEISE STREETS `f 7 E vEN1c1.14 wILI.DE • `o"«to.C'E`. '`Wel X COUNTY DATE MY COMMISSION EXPIRES " "„' X JJff) tOPS MINNESOTA DEPARTMENT OF PUBLIC SAFETY SIGNATURE(S)(ALL PURCHASERS OWNER(S)MUST SIGN) DATE DIVISION OF DRIVER AND VEHICLE SERVICES o L)' ,L,:3 ..�I4y-" "116 DO NOT SIGN UNTIL COMPLETED TRANSPORTATION BLDG.,ST.PAUL,MN 55155 P.S.2000 SELLER'S COPY IAPPLICA1IONTO TITLE/REG. A VEHICLE PLATE NUMBER 02 • YEAR :''FOR.VALJDATION AND OFFICE USE ONLY FOR CENTRAL OFFICE USE ONLY �. / '') ' R/ STICKER NUMBER 01 YEAR Q I" ' f. .. L y y DEeu 1.11 P.EC-,, - I 7 A 8 TLE I ONLY ONLY ICHANGE! REGTER PREVIOUS PLATE NUMBER YEAR EKPDATE0N MONTH YEAR WASHING TON c 6 PURCHASER(S) DATE OF PURCHASE 36 OWNER(S) NEWT 1l CHECK MUST ', I 7 p3 1 1, USED TYPE GASOLINE OTHER COMPLETE MODEL YEAR 04 BODY/,MODEL TYPE y / DEL 08 vehiclePi' i / / MAKEgS W e, .. i 1"'° -,1 l information VEHICLE IDENTIFICATION NUMBER 06 .y� COLOR ¢ i I- 2 I -..5 4.. j 4 �,r�' f�ti .G /• CODE: BODY ROOF }'f PURCHASER(S) MIDDLE 1 19 LAST,FIRST,AND DLNAME 10� DRIVERS LICENSE NO. DATE OF BIRTH 14 OWNER(S) information 11 ;s t<ti if. 1.1 1 Y, k I I ADDITIONAL PURCHASER(S)OWNER(S)LAST,FIRST,AND MIDDLE NAME(S)11&12 DRIVERS LICENSE NO. ., DATE OF BIRTH(S)64 STREET ADDRESS 13 _ I CITY 15 COUNTY 16 STATE ZIP CODE 17 NAME OF INSURANCE CO. POLICY NUMBER HOME TELEPHONE NO. B ► IS THIS VEHICLE SUBJECT TO SECURITY AGREEMENT(S)? YES NO IF YES, COMPLETE SECTION BELOW. FIRST SECURED PARTY(PRINT NAME)21 DATE OF LOAN 23 PURCHASERS) NOTE: WHEN THERE IS A LIEN THE TITLE owNER(s) MUST GO TO THE FIRST SECURED PARTY. STREET ADDRESS 24 CITY 25 MUST STATE 26 ZIP CODE 27 COMPLETE SECOND SECURED PARTY(PRINT NAME)28 DATE OF LOAN 30 LOAN FOR ADDITIONAL SECURED PARTIES,ATTACH information COMPLETED FORM NO. PS2017. STREET ADDRESS 31 CITY 32 STATE 33 ZIP CODE 34 All data collected on a motor vehicle application, with the exception of your home telephone number,are required by law.These data are used to identify your motor vehicle. Failure to provide required data may result in denial of the transfer of ownership, registration of this vehicle,or other requested action. Except for excise (sales) tax data, your motor vehicle record is public and transcripts may be issued to anyone. LENDER'S COPY P.S.2000-09 CITY OF OAK PARK HEIGHTS 14168 • 57th Street North - Box 2007 STILLWATER, MINNESOTA 55082 439-4439 September 9, 1987 Stillwater Ford 12969 North 60th St. Stillwater, MN 55082 Gentlemen, Herewith being returned is your certified check #2025 in the amount of $708 .05 for bid on 1987 F250 Pickup with 8 foot snow plow. Sincerely, CITY OF OAK PARK HEIGHTS aVonne Wi son Administrator/Treasurer CITY OF OAK PARK HEIGHTS MINUTES OF MEETING HELD MONDAY, MAY 11 , 1987 Call to order by Mayor Sommerfeldt at 7 :00 P.M. Present: Doerr, Seggelke , Torgerson, O'Neal, Eckberg and Wilson. Clerk read public hearing notice, presented affidavit of publication and mailing list on request for rezoning and conditional use permit from Robert Hagstrom (Orchard Park Project. ) Mayor called for comments and discussion ensued. O'Neal , seconded by Torgerson, moved to close hearing. 5 aye votes. Hearing closed. Seggelke , seconded by Doerr, moved to adopt Resolution #87-5-9 accepting rezoning on above property to Residential/Business Transitional (R-B) . Roll call vote taken with 5 aye votes cast. Resolution adopted. O'Neal, seconded by Torgerson, moved to adopt Resolution #87-5-10 granting the conditional use permit on the above project subject to City Engineer' s report. Roll call vote taken with 5 aye votes cast. Resolution adopted. Continued hearing on request from Francis Development for rezoning. request. Mayor called for comments and O'Neal , seconded by Doerr, moved to close hearing. 5 aye votes. Hearing closed. Doerr, seconded by Torgerson, moved to adopt Resolution #87-5-11 reclassifying zoning on above request from RB to B2 . Roll call vote taken with 5 aye votes cast. Resolution adopted. Doerr, seconded by O'Neal, moved , to accept bid from Stillwater Ford for 41987 4tigO Pickiip with 8 ft. show- pi.nw . A t ,.1 $14, 161.00. Any remaining balance to be taken from Gendta''i 10646/. 5 aye votes. Carried. O'Neal, seconded by Seggelke, moved to schedule public hearing for sign set back variance at Greenbriar Office Bldg. Tuesday, May 26, 1987 at 7 :00 P.M. 5 aye votes. Carried. O'Neal, seconded by Doerr, moved to adopt Resolution #87-5-12 authorizing Clerk to devise application for wagon vendors as specified in Ordinance #1401. Fee for first year to be $25 .00 and $10. 00 each succeeding year. Roll call vote taken with 5 aye votes cast. Resolution adopted. Torgerson, seconded by Doerr, moved to direct Clerk to contact City Engineer requesting them to proceed with city street study. 5 aye votes. Carried. .1911W----- St Minya it rer FORD•LINCOLN•MERCURY, Inc. OAK PARK HEIGHTS .00 528 1987 F250 4x4 Pickup over 8500 GVWR $13,528.00 Freight N .C. 99-H Engine 601.00 44G Auto 601.00 624 Super Cooling Engine 01.00 Optional Rear Axles 44 778 00 674 H.D. Front End 59.00774 683 H.D. Rear End 4.00 152 Tachometer .00 545 Mirrors 15987 .00 762 Rear Step Bumpers 130 .00 All Terrain LJ235-85RX16E 9.95 Two Inch Ball Rear Bumper Top Safety TrStead 5 .00 Wire for 4 wire connectiontrailer 21.00 Rust Proof 269 .00 r40, - 71/2 Foot Lift & Strobe Light Crysteel Tommy3 ,3� 78.00 on Top of Cab Total 19 ,776. 75 1980 Chev 3/4 Ton 4x4 5 615 .75 Bench Seat Oh $ .uu . i i f6'1' jj a 12969 North 60th Street•Stillwater, Minnesota 55082 612-430-2400 PROPOSAL FOR MAINTENANCE DEPARTMENT TRUCK CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: 1987 F250 4x4 Pickup q.ver 8500 C VWR (Description) & BOB: Tnn1 hnw anrngg front of hog (Description) & LIFT TAILGATE: Tommy T.1 ft- (Description) & PLOW 71 pooh (Description) 19 , 776 DOLLARS 75 CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: 5 , 615 DOLLARS 75 CENTS LUMP SUM TRADE-IN DEDUCT $14, 161 _ 00 P-1 OPH-3123e 1. r M 0 Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. • Accompanying t s bid is a bidder's bond, certified check or cash deposit in the amount of G` DOLLARS CENTS ($ Qd?G/S- ) which is at least five percent 5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Stillwater Ford (An Individual) Name of Bid Partnership) Byloyd Potter Title Fleet Manager Lloyd Potter Printed Name of Signer 12969 N 60th St Address Stillwater, MN 55082 City, State & Zip Code 430-2400 Telephone No. P-2 OPH-3123e i . _ , _____ • __...._,....„_._.,,__ _, _ I PAPlil NOTE FROM TO DATE 4 23,1F 7 1 WI . • • 1 . ' Pr ,- Cit-,/ of (7.1a."1;-. Park id -1 Pi - a„5'e *-.)ub_ i e , ..... • i 0 -F. • i .., 'T"'• • t".•.x . -- • 74 - . •-•,11 p.-7 • - z.. c7 . • : 7_ ..., * .. 2 r is , . , . SIGNEf1T7),'- ) vmsopid!il,.7." '1 'It4F9 N 4/23/87 DATE 6 OTE ' i FROM TO 1 1 wa fpr ra1-f ' '11' City of Oak Park heights . . . .., • ... • 4" 6 • . • • .. • - 13 .. . , si •• ,.. . a ii . • April 7 q, 1qR7 -91hn1 e Ynn • . . - ' SIGNED- - — ' - ,. --- - ,.. .._ TOPS NO.3702 • _ r, ...,' ITNO U.S A. , i N • -- - - - ---•• -- - • 't• • • Evening Gazette,April 29,IINIV ADVERTISEMENT fOR SIDS !' Seated�rWi he�ecxived by t►te Citi Cpun, Affidavit of Publication cit of the City of Oak Park Heights,IAnnesoq. pin the HeiCityghtsHall, M,14168nnesot-57tha Street55082North,Oak STILLWATER EVENING GAZETTE i , until 2.•00 P.M.,C.D.S.T.on Monday,May 11,1987,at which time they will be publicly opened and STATE OF MINNESOTA read aloud for the furnishing of the following: ' 'One(1)3/4 ton 4 x 4 Pidtup with snow ss. Plow and correlated • COUNTY OF WASHINGTON ) appurtenances, Specifications, proposal forms and contras ' John Easton,being duly sworn,on oath says that he is the publisher or authorized agent documents may be seen by contacting the City C�* and employee of the publisher of the newspaper known as Stillwater Evening Gazette,and Oak Park Heights,Minnesota.Each bid shall be accompanied by a bidder's has full knowledge of the facts which are stated below: bond,certified check,or cash deposit in the (A) The newspaper has complied with all of the requirements constituting qualification amount equal to at least five percent(5%)of the amount of the bid which shill be forfeited as a qualified newspaper,as provided by Minnesota Statute 331A.02,331A.07,and other a to the City in the event that the successful bid- e der fails to enter Into a contras plicable laws,as amended. The City Council reserves the right to retain (B)The printed Advertisement for Bids :the deposits of the three lowest bidders for a period Re: City of Oak Park Heights and timeset%eth'exceed 3i days0 after the date g Payment will be opening of bide. by cash or check. Suppliers desiring a copy of the specifications which is attached was cut from the columns of said newspaper, and was printed and and proposal forms may obtain them from the City Clerk. published once each week, for one surr.ssive dayi-VroX; it was first The City Council reserves published on Wednesday the right to reject the 29th day of April any and all bids,to waive irregularities and in- 19 87 ,and was thereafter printed and published on every -- to and in- formalities therein and further reserves the ^phi[°award the contract to the best interests eluding the -- day of -- 19 — and of the City printed below is a copy of the lower case alphabet from A to Z, both inclusive,which is /s/LaVonneWlilson La Vonne WlRison,City Clerk hereby acknowledged as being the size and kind of type used in the composition and City of Oak Park Heights publication of the notice: Oak Park Heights,Minnesota abcdefghijklmnopgrstuvwxyz /� 4/29 BY/:/ TITLE Publisher Subscribed and sworn to before me on this 29th day of _April 19 87 BEVERLY HARJIEU., • _fik rt " NOTARY PUBLIC-MINNESOTA ' Notary Publi, - ' WASHINGTON COUNTY L My Commission Expires Feb.28,1991 RATE INFORMATION (1) Lowest classified rate paid by com- „[/ �i mercial users for comparable space $ 7 /7, (Line,word,or inch rate) (2)Maximum rate allowed by law for the $ 1/0 �-- above matter (Line,word,or inch rate) (3) Rate actually charged for the above (O matter $ l (Line,word,or inch rate) Received Payment 19 STILLWATER EVENING GAZETTE By Bonestroo, Rosene, Anderlik & Associates, Inc. OtloG.Bonestroo,P.E. Glenn R.Cook.P.E. Robert W.Rosen,P.E. Keith A.Gordon.P.E. Joseph C.Anderlik,Y.E. Thomas E.Noyes.P.E. Bradford A.Lemberg,P.E. Richard W.Foster.P.E. \.., 2335 W. Trunk Hi hWa 36 Richard E.Turner.P.E. Robert G.Schunichr,P.E. 9 r Engineers & Architects James C.Olson,P.E. Marvin L.Sorvala,P.E. St. Paul, MN 55113 Donald C.Burgardr.P.E. 612.636.4600 Jerry A.Bourdon,P.E. Mark A.Hanson.P.E. Ted K.Field.P.E. Michael T.Raulmann,P.E. Robert R.PfeJlede.P.E. David 0.Laskota,P.E. April 14, 1987 Thomas W.Peterson.P.E. Michael C.Lynch,P.E. Karen L. Willis,P.E. James R.Maland,P.E. City of Oak Park Heights Kenneth P.Anderson.P.E. Keith A.Bachmann,P.E. 14168 - 57th Street North Mark R.Rolls,P.E. P.O. Box 2007 Robert C.Russek,A.1.A. Thomas E.Angus,P.E. Stillwater, MN 55082 Scott L. Maung,P.E'. Charles A.Erickson Leo M.Pawelsky Attn: Mr. Roger Benson Harlan M.Olson Susan M.Eberlin Re: 3/4 Ton Pickup Specification City of Oak Park Heights Our File No. 55 Dear Roger: Transmitted herewith are ten (10) copies of the proposed specifications for your 3/4 ton pickup. Please review carefully and notify our office if there are any desired changes. If not, have the bid date inserted and they are ready to go. Yours very truly, BO STROO, ROSENE, ANDERLI'`'' SOCIATES, INC. ',071/--&-/ or,,- / ' Bradford A. Lemberg, P. : . BAL/aes Enclosures AO 4 1 3140e / ., ii Evening Gazette,Apdt 29,1107 ADVERTISEMENT FOR IS Sealed lil irwit be received by the City Coun- cil of the City of Oak Park Heights,AA'innesota, Affidavit of Publication in the City Hall,14168-57th Street North,Oak :Park Heights, Minnesota 55082, until 2:00 STILLWATER EVENING GAZETTE P.M.,C.D.S.T.on Monday,May 11,1987,at which time they will be pub!"Gy opened and read aloud for the furnishing of the following: STATE OF MINNESOTA ) :One(1)3/4 ton 4 x 4 Pickup with snow )ss. plow and correlated appurtenances. • COUNTY OF WASHINGTON ) Specifications, proposal forms and contract . documents may be seen by contacting the John Easton,being duly sworn,on oath says that he is the publisher or authorized agent City Clerk,Oak Park Heights,Minnesota. and employee of the publisher of the newspaper known as Stillwater Evening Gazette,and Each bid shall be accompanied by a bidders has full knowledge of the facts which are stated below: fid,certified check,or cash deposit in the :amount equal to at least five percent(5%)of (A) The newspaper has complied with all of the requirements constituting qualification the amount of the bid which shell be forfeited as a qualified newspaper,as provided by Minnesota Statute 331A.02,331A.07,and other a to the City in the event that the successful bid- e- 'der fails to enter into a contract plicable laws,as amended. The City Council reserves the right to retain (B)The printed Advertisement for Bids .the deposits of the three lowest bidders for a period not to exceed 30 days after the date Re: City of Oak Park Heights and time set for the opening of bids. Payment will be by cash or check. Suppliers desiring a copy of the specifications which is attached was cut from the columns of said newspaper, arc' was printed and and proposal forms may obtain thorn from the City Clerk. )ublished once each week, for one sur'Pcsive dayX-XnXlys; it was first The City Council reserves the right to reject )ublished on Wednesday , the 29th day of April , any and all bids,to waive irregularities and in- 9 87 ,and was thereafter printed and published on every -- to and in- frmalities therein and further reserves the right to award the contract to the best interests :luding the -- day of -- , 19 — ; and of the City ni/La irinted below is a copy of the lower case alphabet from A to Z, both inclusive,which is ne LaVonWWilson La onneVlfilson,City Clerk iereby acknowledged as being the size and kind of type used in the composition and City of Oak Park Heights Oak Park Heights, wblication of the notice: Minnesota bcdefghijklmnopgrstuvwxyz 4/29 BY// ,- / TITLEiPublisher ubscribed and sworn to before me on this 29th day of _April 9 87 • ..44;71.4;•S �tBEVERLYHAR`JI'�U,: It_ Atfele_ L NOTARY PUBLIC-MINNESOTA ' otary Publi, WASHINGTON COUNTY My Commission Expires Feb.28,1991 RATE INFORMATION I) Lowest classified rate paid by corn- 7�— iercial users for comparable space $ ] / , (Line,word,or inch rate) !)Maximum rate allowed by law for the / /Q )ove matter $ [ (Line,word,or inch rate) ) Rate actually charged for the above 1 atter $ l!1 (Line,word,or inch rate) tceived Payment 19 'ILLWATER EVENING GAZETTE ( Q6_ec 8OYUM EQUIPMENT,PMENT, INC. 7780-215th St. West Lakeville. MN 55044 612-469-5650 3 / SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA ADVERTISEMENT FOR BIDS Sealed bids will be received by the City Council of the City of Oak Park Heights, Minnesota, in the City Hall, 14168 - 57th Street North, Oak Park Heights, Minnesota 55082, until 2:00 P.M. , C.D.S.T. on Mo_ n_ dVy, May 11 1987, at which time they will be publicly opened and read aloud for the fur- nishing of the following: One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. S , al mnd cacbby contact ingpecificationsthe City Clerkpropos, Oak for Park Hes aights,ontrMinnesotat documents. Each bid shall be accompanied by a bidder's bond, certified e seen check, or cas deposit in the amount equal to at least five percent (5X)may of the amount of eh bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 30 days after the date and time set for the opening of bids. Payment will be by cash or. check. Suppliers desiring a copy of the specifications and proposal forms may obtain them from the City Clerk. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Ltavoncne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota • • OPH-3123e • PROPOSAL FOR MAINTENANCE DEPARTMENT TRUCK • CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) 6 BOX: (Description) 6 LIFT TAILGATE: (Description) 6 PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ P-1 OPH-3123e Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ which is at least five percent (5X) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bide and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No. P-2 OPH-3123e OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the drive furnishingmaintenance to the Citytruck of Oakwith Parkcab, box,Heightslift, oneta (1)ilgate,1987and 3/4 Ton,related 4x4appur4-wheeten- 1 ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS• The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snow plow equipment, box, lift tailgate, controls, and other components. B. Gross Vehicle Wei ht (G.V.W.): Unit shall be provided for a net ve is a capacity o ton pus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer a standard. The wheelbase dimensions shall be standard. D. En ine: The unit. shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not lees than 350 cubic inches, equipped with throw away oil filter, ther- mostat. • E. Air Cleaner: Unit shall be equipped with a dry type air cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 • OPH-3123e 1 . G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front Axle: The front axle shall be heavy duty. J. Springs: The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parking Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in bid.) • Q. Steering Gear: Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body: The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as. follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator System: The unit shall be equipped with heavy duty alternator, with a fully transistorized voltage regulator. V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e W. Accessory Equipment: The following equipment, along with complete line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored, per SAE Standards ASBI approved all metal buckle quick detachable type. 5. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. Furnish with a simultaneous flashing warning switch, and backup lights. • 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjustable by operator, West Coast Jr. Type. 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-in model, one quart capacity. 10. Front and rear bumper. Front and rear tow hooks - two pair. Rear bumper to be full one piece molded with two inch ball trailer hitch and top safety tread step. 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame on front bumper with all necessary switching controls. Lights to be self contained seal beam units equal to standard headlight. Lights to have waterproof quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. S-3 0PH-3123e , 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tailgate, Tommy Lift or equal with all necessary controls. Tailgate, when in up and closed position, shall be same height as top of box. X. Cab and box shall be painted Midnight Blue Metallic. Frame and run- ning gear to be black. Y. SNOW PLOW: The bidder shall furnish and install ready for complete operation, 96" adjustable snow plow, L-Z or equal. Installation shall include necessary cab controls, electric, front mounted and all mount- ing brackets. Z. TRAILER HITCH: Unit shall be equipped with heavy duty trailer hitch using two inch ball. GENERAL REQUIREMENTS: BIDS: Complete manufacturer's specifications, illustrated description and completed bid form shall be submitted with each bid. Bids must be accompanied by a certified check or bidder's bond in the amount of five percent (5%) of the bid and made payable to the City Clerk. DELIVERY: The unit shall be delivered complete to the City of Oak Park Heights, Minnesota, in first class operating condition with acceptance subject to inspection and approval. • MANUALS: Complete repair manuals, parts book, lubrication charts and opera- to—r s handbooks shall be supplied for each unit. These items shall be deli- vered to the City Clerk's office before final payment is made. WARRANTY: Successful bidder shall warrant for the period of one year any parts which fail due to defective materials, improper workmanship or inade- quate design and shall replace same at no cost to the City. MANUFACTURER'S SPECIFICATION: Complete Manufacturer's Specifications and illustrated description shall be furnished in duplicate with bid. TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired by the City, of t e existing 1980 4-wheel drive Chevrolet 3/4 ton pickup and plow. Unit has standard transmission, six (6) cylinder engine, and plow. Tool box that i existing will be removed by City. To inspect the unit contact Roger Bens n at 439-4439 by phone at the City Hall. • PAYMENT: Payment will be made by the City in the manner provided by law for payment of claims against the City. AWARD: Award of the contract by the City will be based upon factors of price, delivery date, parts and service facilities, analysis and comparison of speci- fication details. S-4 OPH-3123e SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA • ADVERTISEMENT FOR BIDS Sealed bids will be received by the City Council of the City of Oak Heights, Minnesota, in the City Hall, 14168 Park Heights, Minnesota 55082, until 2:00 P. - S. onh Street North, Oak Park M 1987, at which time they • , C.D.S.T �� will be publcly opened and read aloud for the fur- nishing of the following One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. Specifications, proposal forms and contract documents may be seen by contact- ing the City Clerk, Oak Park Heights, Minnesota. Each bid shall be accompanied by a bidder's bond, certified check, or cash deposit in the amount equal to at least five percent (5X) of the bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. amount of theul The City Council reserves the right to retain the deposits bidders for a period not to exceed 30 days after the date and the three lowestrh opening of bids, time set for the Payment will be by cash or check. • Suppliers desiring a copy of the specifications and proposal them from the City Clerk. P forms may obtain The City Council reserves the right to reject any irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. and all bids, to waive Ltavonne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota OPH-3123e PROPOSAL FOR MAINTENANCE DEPARTMENT TRUCK CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) & BOX: (Description) & LIFT TAILGATE: (Description) b PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ P-1 OPH-3123e Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ ) which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No. P-2 OPH-3123e OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the furnishing to the City of Oak Park Heights, one (1) 1987 3/4 Ton, 4x4 4-wheel drive maintenance truck with cab, box, lift tailgate, and related appurten- ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS: The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snow plow equipment, box, lift • tailgate, controls, and other components. B. Gross Vehicle Weight (G.V.W.): Unit shall be provided for a net vehicle capacity of 3/4 ton plus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer's standard. The wheelbase dimensions shall be standard. D. Engine: The unit shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not less than 350 cubic inches, equipped with throw away oil filter, ther- mostat. E. Air Cleaner: Unit shall be equipped with a dry type it cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 OPH-3123e G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front. Axle: The front axle shall be heavy duty. J. Springs: , The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parking Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. • 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in bid.) Q. Steering Gear: Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body: The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as• follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. \, T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator System: The unit shall be equipped with heavy duty alternator, with a fully transistorized voltage regulator. V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e W. Accessory Equipment: The following equipment, along with complete line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored, per SAE Standards ASBI approved all metal buckle quick detachable type. S. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. Furnish with a simultaneous flashing warning switch, and backup lights. 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjustable by operator, West Coast Jr. Type. 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-in model, one quart capacity. 10. Front and rear bumper. Front and rear tow hooks - two pair. Rear bumper to be full one piece molded with two inch ball trailer hitch and top safety tread step. 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame on front bumper with all necessary switching controls. Lights to be self contained seal beam units equal to standard headlight. Lights to have waterproof quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. S-3 OPH-3123e • 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tailgate, Tommy Lift or equal with all necessary controls. Tailgate, when in up and closed position, shall be same height as top of box. X. Cab and box shall be painted Midnight Blue Metallic. Frame and run- ning gear to be black. Y. SNOW PLOW: The bidder shall furnish and install ready for complete operation, 96" adjustable snow plow, L-Z or equal. Installation shall include necessary cab controls, electric, front mounted and all mount- ing brackets. Z. TRAILER HITCH: Unit shall be equipped with heavy duty trailer hitch using two inch ball. GENERAL REQUIREMENTS: BIDS: Complete manufacturer's specifications, illustrated description and completed bid form shall be submitted with each bid. Bids must be accompanied by a certified check or bidder's bond in the amount of five percent (5%) of the bid and made payable to the City Clerk. DELIVERY: The unit shall be delivered complete to the City of Oak Park Heights, Minnesota, in first class operating condition with acceptance subject to inspection and approval. MANUALS: Complete repair manuals, parts book, lubrication charts and opera- tor's handbooks shall be supplied for each unit. These items shall be deli- vered to the City Clerk's office before final payment is made. WARRANTY: Successful bidder shall warrant for the period of one year any parts which fail due to defective materials, improper workmanship or inade- quate design and shall replace same at no cost to the City. MANUFACTURER'S SPECIFICATION: Complete Manufacturer's Specifications and illustrated description shall be furnished in duplicate with bid. TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired by the City, of the existing 1980 4-wheel drive Chevrolet 3/4 ton pickup and plow. Unit has standard transmission, six (6) cylinder engine, and plow. Tool box that is existing will be removed by City. To inspect the unit contact Roger Benson at 439-4439 by phone at the City Hall. PAYMENT: Payment will be made by the City in the manner provided by law for payment of claims against the City. AWARD: Award of the contract by the City will be based uponfactors of price, delivery date, parts and service facilities, analysis and comparison of speci- fication details. S-4 OPH-3123e SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA ADVERTISEMENT FOR BIDS • Sealed bids will be received by the City Council of the City of Oak Park Heights, Minnesota, in the City Hall, 14168 - 57th Street North, Oak Park Heights, Minnesota 55082, until 2:00 P.M. , C.D.S.T. on Mondays May 11 1987, at which time they will be publicly opened and read aloud for the fur- nishing of the following: One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. Specifications, proposal forms and contract documents may be seen by contact- ing the City Clerk, Oak Park Heights, Minnesota. • Each bid shall be accompanied by a bidder's bond, certified check, or cash deposit in the amount equal to at least five percent (5%) of the amount of the bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 30 days after the date and time set for the opening of bids. Payment will be by cash or check. • Suppliers desiring a copy of the s+,ecifications and proposal forms may obtain them from the City Clerk. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. C` onne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota OPH-3123e • • PROPOSAL FOR • MAINTENANCE DEPARTMENT TRUCK CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) & BOX: (Description) & LIFT TAILGATE: (Description) & PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ • P-1 OPH-3123e Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bide may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No. P-2 OPH-3123e OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the furnishing to the City of Oak Park Heights, one (1) 1987 3/4 Ton, 4x4 4-wheel drive maintenance truck with cab, box, lift tailgate, and related appurten- ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS: The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snow plow equipment, box, lift tailgate, controls, and other components. B. Gross Vehicle Weight (G.V.W.): Unit shall be provided for a net vehicle capacity of 3/4 ton plus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer's standard. The wheelbase dimensions shall be standard. D. Engine: The unit shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not less than 350 cubic inches, equipped with throw away oil filter, ther • - mostat. E. Air Cleaner: Unit shall be equipped with a dry type air cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 OPH-3123e G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front Axle: The front axle shall be heavy duty. J. pr_ ings_ The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parkin Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in bid.) Q. SteerinGear• Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body• The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as• follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator Svstem• The unit shall be equipped w duty alternator, with a fully transistorized voltage r gu atorth heavy V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e W. Accessory Equipment• The following equipment, line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored approved all metal buckle quick detachable� tper SAE Standards ASBI YPe• 5. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. flashing warning switch, and backup lighteah with a simultaneous 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjust operator, West Coast Jr. Type. l able by 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-in model, one ne quart 10. Front and rear bumper. er. Rear bumper to be full ones piece molded towt and rear hooks - two. pearl trailer hitch and top safety tread step. with two inch ball 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame bumper with all necessary switching controls. on front be contained seal beam units equal to standard headl ghtt to elf to have waterproof quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. • OPH-3123e S-3 • 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tail ate equal with all necessary controls. t when' TO�i Lift or closed position, shall be same height as top of box. n up and X. Cab and box shall be painted Midnight Blue Metallic. Frame and r ning gear to be black. un- Y. SNOW PLOW: The bidder shall furnish and install readyfor co operation, 96" adjustable snow plow, L-Z or equal. Installation mshall include necessary cab controls, electric, front mounted mount- ingtandall brackets. Z. TRAILER HITCH: Unit shall be equipped using two inch ball. q peed with heavy duty trailer hitch GENERAL REQUIREMENTS BIDS: Complete manufacturer's specifications, illustrated description completed bid form shall be submitted with each bid. and by a certified check or bidder's bond in the amount of five mustpercentbe °(52) lof the bid and made payable to the City Clerk. DELIVERY: The unit shall be delivered complete to the City of Oak Heights, Minnesota, in first class operating condition with acceptance s Park to inspection and approval. • P subject MANUALS:i Complete repair manuals tors handbooks shall be supplied fora each unit.rts book, lubric a it chartsshand opera-. deli- vered to the CityClerk's office before final payment items shall be p yment is made. WARRANTY Successful bidder shall warrant for the period of oneear parts e h ch fail due to defective materials, improper workmanshipy dey quate design and shall replace same at no cost to the City. or inae MANUFACTURER'S SPECIFICATION• illustrated description shall •be furnishednComletea duplicate withSpecand TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired b -----7—:- the C , of the existing 1980 4-wheel drive Chevrolet 3/4 ton is plow. Unit has s andard transmission, six (6) cylinder engine, andplow.. Tool box that is pickup and Tool b Roger Benson t in 4willb be removed by City. To inspect the unit y phone at the City Hall. PAYMENT: Payment willbe made by City in the manner provided by law for payment of claims against the Cit AWARD: Award of the contract by delivery date, parts and service facilities, analysis8eand p omfaar son of price,p fication details. comparison of speci- S-4 OPH-3123e SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA • ADVERTISEMENT FOR BIDS Sealed bids will be received by the City Council of the City of Oak Park Heights, Minnesota, in the City Hall, 14168 - 57th Street North, Oak Park Heights, Minnesota 55082, until 2:00 P.M. , C.D.S.T. on Mondayflay 11 1987, at which time they will be publicly opened and read aloud for the fur- nishing of the following: One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. Specifications, proposal forms and contract documents may be seen by contact- ing the City Clerk, Oak Park Heights, Minnesota. • Each bid shall be accompanied by a bidder's bond, certified check, or cash deposit in the amount equal to at least five percent (5X) of the amount of the bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 30 days after the date and time set for the opening of bids. Payment will be by cash or check. • Suppliers desiring a copy of the specifications and proposal forms may obtain them from the City Clerk. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. vonne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota OPH-3123e PROPOSAL FOR MAINTENANCE DEPARTMENT TRUCK • CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) & BOX: (Description) & LIFT TAILGATE: (Description) 6 PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ P-1 OPH-3123e a. Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ ) which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No. P-2 OPH-3123e OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the furnishing to the City of Oak Park Heights, one (1) 1987 3/4 Ton, 4x4 4-wheel drive maintenance truck with cab, box, lift tailgate, and related appurten- ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS: The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use 'in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snow plow equipment, box, lift tailgate, controls, and other components. B. Gross Vehicle Weight (G.V.W.): Unit shall be provided for a net vehicle capacity of 3/4 ton plus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer's standard. The wheelbase dimensions shall be standard. D. Engine: The unit shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not less than 350 cubic inches, equipped with throw away oil filter, ther- mostat. E. Air Cleaner: Unit shall be equipped with a dry type a r cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 OPH-3123e G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front Axle: The front axle shall be heavy duty. J. Springs: The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parking Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. • 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in • bid.) Q. Steering Gear: Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body: The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as• follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator System: The unit shall be equipped with heavy duty alternator, with a fully transistorized voltage regulator. V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e W. Accessory Equipment: The following equipment, along with complete line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored, per SAE Standards ASBI approved all metal buckle quick detachable type. 5. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. Furnish with a simultaneous flashing warning switch, and backup lights. 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjustable by operator, West Coast Jr. Type. 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-in model, one quart capacity. 10. Front and rear bumper. Front and rear tow hooks - two pair. Rear bumper to be full one piece molded with two inch ball trailer hitch and top safety tread step. 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame on front bumper with all necessary switching controls. Lights to be self contained seal beam units equal to standard headlight. Lights to have waterproof quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. S-3 OPH-3123e 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tailgate, Tommy Lift or equal with all necessary controls. Tailgate, when in up and closed position, shall be same height as top of box. X. Cab and box shall be painted Midnight Blue Metallic. Frame and run- ning gear to be black. Y. SNOW PLOW: The bidder shall furnish and install ready for complete operation, 96" adjustable snow plow, L-Z or equal. Installation shall include necessary cab controls, electric, front mounted and all mount- ing brackets. Z. TRAILER HITCH: Unit shall be equipped with heavy duty trailer hitch using two inch ball. GENERAL REQUIREMENTS: BIDS• Complete manufacturer's specifications, illustrated description and completed bid form shall be submitted with each bid. Bids must be accompanied by a certified check or bidder's bond in the amount of five percent (5X) of the bid and made payable to the City Clerk. DELIVERY: The unit shall be delivered complete to the City of Oak Park Heights, Minnesota, in first class operating condition with acceptance subject to inspection and approval. MANUALS: Complete repair manuals, parts book, lubrication charts and opera- tor's andbooks shall be supplied for each unit. These items shall be deli- vered to the City Clerk's office before final payment is made. WARRANTY: Successful bidder shall warrant for the period of one year any parts which fail due to defective materials, improper workmanship or inade- quate design and shall replace same at no cost to the City. MANUFACTURER'S SPECIFICATION: Complete Manufacturer's Specifications and 1.llustrated description shall be furnished in duplicate with bid. TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired by the y, of the existing 1980 4-wheel drive Chevrolet 3/4 ton pickup and plow. Unit has standard transmission, six (6) cylinder engine, and plow. Tool box that is existing will be removed by City. To inspect the unit contact Roger Benson at 439-4439 by phone at the City Hall. PAYMENT: Payment will be made by the City in the manner provided by law for payment of claims against the City. AWARD: Award of the contract by the City will be based upon factors of price, delivery date, parts and service facilities, analysis and comparison of speci- fication details. p S-4 OPH-3123e SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA ADVERTISEMENT FOR BIDS Sealed bids will be received by the City Council of the City of Oak Park Heights, Minnesota, in the City Hall, 14168 - 57th Street North, Oak Park Heights, Minnesota 55082, until 2:00 P.M. , C.D.S.T. on Monday , May 11 1987, at which time they will be publicly opened and read aloud for the fur- nishing of the following: One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. Specifications, proposal forms and contract documents may be seen by contact- ing the City Clerk, Oak Park Heights, Minnesota. • Each bid shall be accompanied by a bidder's bond, certified check, or cash deposit in the amount equal to at least five percent (52) of the amount of the bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 30 days after the date and time set for the opening of bids. Payment will be by cash or check. • Suppliers desiring a copy of the specifications and proposal forms may obtain them from the City Clerk. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. L vonne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota OPH-3123e • • PROPOSAL FOR • MAINTENANCE DEPARTMENT TRUCK CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) 6 BOX: (Description) 6 LIFT TAILGATE: (Description) 6 PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ P-1 OPH-3123e Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ ) which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No. P-2 OPH-3123e • OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the furnishing to the City of Oak Park Heights, one (1) 1987 3/4 Ton, 4x4 4-wheel drive maintenance truck with cab, box, lift tailgate, and related appurten- ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS: The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snowplow equipment, box, lift tailgate, controls, and other components. B. Gross Vehicle Weight (G.V.W.): Unit shall be provided for a net vehicle capacity of 3/4 ton plus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer's standard. The wheelbase dimensions shall be standard. D. Engine: The unit shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not less than 350 cubic inches, equipped with throw away oil filter, ther- mostat. E. Air Cleaner: Unit shall be equipped with a dry type air cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 • OPH-3123e G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front Axle: The front axle shall be heavy duty. J. Springs: The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parking Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in bid.) Q. Steering Gear: Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body: The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as. follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator System: The unit shall be equipped with heavy duty alternator, with a fully transistorized voltage regulator. V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e W. Accessory Equipment: The following equipment, along with complete line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil Pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored, per SAE Standards ASBI approved all metal buckle quick detachable type. 5. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. Furnish with a simultaneous. flashing warning switch, and backup lights. 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjustable by operator, West Coast Jr. Type. 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-in model, one quart capacity. 10. Front and rear bumper. Front and rear tow hooks - two pair. Rear bumper to be full one piece molded with two inch ball trailer hitch and top safety tread step. 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame on front bumper with all necessary switching controls. Lights to be self contained seal beam units equal to standard headlight. Lights to have waterproof g p quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. S-3 OPH-3123e 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tailgate, Tommy Lift or equal with all necessary controls. Tailgate, when in up and closed position, shall be same height as top of box. X. Cab and box shall be painted Midnight Blue Metallic. Frame and run- ning gear to be black. Y. SNOW PLOW: The bidder shall furnish and install ready for complete operation, 96" adjustable snow plow, L-Z or equal. Installation shall include necessary cab controls, electric, front mounted and all mount- ing brackets. Z. TRAILER HITCH: Unit shall be equipped with heavy duty trailer hitch using two inch ball. GENERAL REQUIREMENTS: BIDS: Complete manufacturer's specifications, illustrated description and completed bid form shall be submitted with each bid. Bids must be accompanied by a certified check or bidder's bond in the amount of five percent (5%) of the bid and made payable to the City Clerk. DELIVERY: The unit shall be delivered complete to the City of Oak Park Heights, Minnesota, in first class operating condition with acceptance subject to inspection and approval. • MANUALS: Complete repair manuals, parts book, lubrication charts and opera- tor's handbooks shall be supplied for each unit. These items shall be deli- vered to the City Clerk's office before final payment is made. WARRANTY: Successful bidder shall warrant for the period of one year any parts which fail due to defective materials, improper workmanship or inade- quate design and shall replace same at no cost to the City. MANUFACTURER'S SPECIFICATION: Complete Manufacturer's Specifications and illustrated description shall be furnished in duplicate with bid. TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired by the—City, of the aisting 1980 4-wheel drive Chevrolet 3/4 ton pickup and plow. Unit has ata and transmission, six (6) cylinder engine, and plow. Tool box that is exiting will be removed by City. To inspect the unit contact Roger Benson at 439-4439 by phone at the City Hall. PAYMENT: Payment will be made by the City in the manner provided by law for payment of claims against the City. AWARD: Award of the contract by the City will be based upon factors of price, delivery date, parts and service facilities, analysis and comparison of speci- fication details. ,,. S-4 OPH-3123e MOM SPECIFICATIONS FOR CITY MAINTENANCE DEPARTMENT TRUCK FOR OAK PARK HEIGHTS, MINNESOTA 1987 FILE NO. 55 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ENGINEERS & ARCHITECTS ST. PAUL, MINNESOTA ADVERTISEMENT FOR BIDS Sealed bids will be received by the City Council of the City of Oak Park Heights, Minnesota, in the City Hall, 14168 - 57th Street North, Oak Park Heights, Minnesota 55082, until 2:00 P.M. , C.D.S.T. on Monday ' May 11 • 1987, at which time they will be publicly opened and read aloud for the fur- nishing of the following: One (1) 3/4 ton 4 x 4 Pickup with snow plow and correlated appurtenances. Specifications, proposal forms and contract documents may be seen by contact- ing the City Clerk, Oak Park Heights, Minnesota. • Each bid shall be accompanied by a bidder's bond, certified check, or cash deposit in the amount equal to at least five percent (5X) of the amount of the bid which shall be forfeited to the City in the event that the successful bid- der fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 30 days after the date and time set for the opening of bids. Payment will be by cash or check. • Suppliers desiring a copy of the. specifications and proposal forms may obtain them from the City Clerk. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Lavonne Wilson, City Clerk City of Oak Park Heights Oak Park Heights, Minnesota • OPH-3123e PROPOSAL FOR MAINTENANCE DEPARTMENT TRUCK CITY OF OAK PARK HEIGHTS OAK PARK HEIGHTS, MINNESOTA 1987 OPENING TIME: 2:00 P.M. , C.D.S.T. OPENING DATE: Honorable City Council City of Oak Park Heights 14168 - 57th Street North Oak Park Heights, MN 55082 Gentlemen: We, the undersigned, have examined the contract documents, including the Advertisement for Bids and detailed specifications on file in the City Office and hereby propose to furnish the following: One (1) 3/4 ton, 4 wheel drive pickup truck complete with plow, box, lift tailgate, and related appurtenances: TRUCK: (Description) 6 BOX: (Description) & LIFT TAILGATE: (Description) 6 PLOW (Description) DOLLARS CENTS $ f.o.b. Oak Park Heights, Minnesota In the event the City wishes to trade in the existing 1980, 3/4 ton, 4 wheel drive Chevrolet pickup and plow as is, we will deduct the Lump Sum from the above new vehicle price of: DOLLARS CENTS LUMP SUM TRADE-IN DEDUCT $ P-1 OPH-3123e Descriptive literature and complete accessory and specification lists on all items bid are included. The undersigned further proposes, that upon written notice of acceptance of bid, the vehicle, complete with the specified items and indicated alternates will be delivered in days. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of DOLLARS CENTS ($ ) which is at least five percent (5%) of the amount of my/our bid made payable to the City of Oak Park Heights, Minnesota, and the same is subject to for- feiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bide and to waive irregularities and informalities therein and to award the contract to the beet interests of the Owner. In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 30 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 30 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) By Title Printed Name of Signer Address City, State & Zip Code Telephone No, P-2 OPH-3123e OAK PARK HEIGHTS, MINNESOTA SPECIFICATIONS FOR ONE (1) 1987 3/4 TON (4x4) 4 WHEEL DRIVE PICKUP TRUCK AND APPURTENANCES SCOPE OF WORK: The equipment contemplated under this specification is the furnishing to the City of Oak Park Heights, one (1) 1987 3/4 Ton, 4x4 4-wheel drive maintenance truck with cab, box, lift tailgate, and related appurten- ances, as herein specified. The successful bidder shall deliver the complete, assembled unit to the City and shall instruct the proper City personnel on the care, maintenance and operation of the unit and all related appurtenances. GENERAL: Each unit bid shall be the current 1987 or latest model advertised and shall be provided with all latest changes and features. Each unit bid shall conform to all latest local, State and Federal safety requirements and shall in all cases meet all OSHA requirements. It shall be the supplier's responsibility to bring the unit into complete compliance with these requirements if not factory supplied or so equipped. SPECIFIC REQUIREMENTS: The unit bid shall meet the following minimum require- ments: A. Proposed Use: The unit proposed herein is to be for use in touchup snowplowing and as a general purpose maintenance pickup truck. The unit shall be equipped with necessary snow plow equipment, box, lift tailgate, controls, and other components. B. Gross Vehicle Weight (G.V.W.): Unit shall be provided for a net vehicle capacity of 3/4 ton plus accessories. C. Wheelbase & Cab to Axle Dimensions: The chassis shall be the manufac- turer's standard. The wheelbase dimensions shall be standard. D. Engine: The ' unit shall be supplied with a gasoline fueled, 8 cylin- der, V-8, internal combustion engine with a piston displacement of not less than 350 cubic inches, equipped with throw away oil filter, ther • - mostat. E. Air Cleaner: Unit shall be equipped with a dry type ai cleaner sized to be compatible with engine. . F. Radiator: Unit shall have a heavy duty radiator. S-1 OPH-3123e G. Transmission: The unit shall be equipped with a heavy duty automatic transmission compatible with engine supplied to have proper gear ratios and be suitable for use in snowplowing and normal City work. H. Rear Axle: The unit shall be equipped with low speed rear axle. I. Front Axle: The front axle shall be heavy duty. J. Springs: The unit shall be equipped with springs of sufficient and compatible capacity to the intended use of the unit. It shall have rear stacked leaf springs with extended rear suspension. K. Frame: The chassis frame shall be pickup truck factory assembly. Frame shall be heavy duty suitable for the intended use. L. Service Brakes: Unit to be furnished with heavy duty brakes. M. Parking Brakes: Furnish standard type parking brake. N. Wheels: Wheels to be standard type. 0. Rims: Rims shall be the tire manufacturer's recommended, split rims, 7:50 x 16. P. Tires: Unit shall be equipped with full set of tires not less than first line nylon. Tires to be 8 ply, traction tread. (State size in bid.) Q. Steerin* Gear: Unit shall be equipped with completely installed hydraulic actuated power steering. R. Steering Wheel: Steering wheel shall be heavy duty type. S. Cab and Body: The unit shall be supplied with the manufacturer's con- ventional style, size and type cab. Cab to be of the latest design, fully ventilated, and with all safety glass windows. Box to be stan- dard Fleetside type. Seats shall be as. follows: Split seat for driver and passenger. All upholstery shall be heavy duty vinyl. T. Fuel Tank: The unit shall be equipped with standard fuel capacity. U. Generator-Regulator System: The unit shall be equipped with heavy duty alternator, with a fully transistorized voltage regulator. V. Battery: Unit shall be equipped with a heavy duty 12 volt battery. Battery shall be mounted for protection from damage and shall be read- ily accessible for servicing. S-2 OPH-3123e • W. Accessory Equipment: The following equipment, along with complete line of regular equipment, whether or not standard, shall be furnished and installed: 1. Dash mounted fuel, engine temperature, ampere ammeter, oil pres- sure, mechanical tachometer, air pressure and running hour meter, direct reading gauges and headlight beam indicator. 2. Fresh air hot water heater and defroster, largest available. 3. Heavy duty, dual automatic wipers and dual frost resistant wind- shield washers. 4. Two safety belts, floor or frame anchored, per SAE Standards ASBI approved all metal buckle quick detachable type. 5. Manufacturer's standard turn signals and reflectors are required to meet SAE Class A Standards. Furnish with a simultaneous flashing warning switch, and backup lights. 6. Dual sun visors, 7" x 19" approximately. 7. Rear view mirrors, outside right and left of cab, adjustable by operator, West Coast Jr. Type. 8. Inside rear view mirror. 9. Oil filter to be engine manufacturer's built-ia model, one quart capacity. 10. Front and rear bumper. Front and rear tow hooks - two pair. Rear bumper to be full one piece molded with two inch ball trailer hitch and top safety tread step. 11. Complete lighting in accordance with Minnesota Motor Vehicle and Traffic Laws latest edition, including rotating strobe light WARN 2-100 mounted on top of cab. 12. Wire for four wire trailer connection. 13. Standard horn. 14. Complete undercoating. 15. Snow plowing lights mounted on raised detachable frame on front bumper with all necessary switching controls. Lights to be self contained seal beam units equal to standard headlight. Lights to have waterproof quick coupling wiring connectors for easy mount- ing or detaching. 16. Standard A.M. Radio. S-3 OPH-3123e 17. Tool box across front of box with liftup access for each side. 18. Detachable electric operated lift type tailgate, Tommy Lift or equal with all necessary controls. Tailgate, when in up and closed position, shall be same height as top of box. X. Cab and box shall be painted Midnight Blue Metallic. Frame and run- ning gear to be black. Y. SNOW PLOW: The bidder shall furnish and install ready for complete operation, 96" adjustable snow plow, L-Z or equal. Installation shall include necessary cab controls, electric, front mounted and all mount- ing brackets. Z. TRAILER HITCH: Unit shall be equipped with heavy duty trailer hitch using two inch ball. GENERAL REQUIREMENTS: BIDS: Complete manufacturer's specifications, illustrated description and completed bid form shall be submitted with each bid. Bids must be accompanied by a certified check or bidder's bond in the amount of five percent (SX) of the bid and made payable to the City Clerk. DELAY: The unit shall be delivered complete to the City of Oak Park Heights, Minnesota, in first class operating condition with acceptance subject to inspection and approval. MANUALS: Complete repair manuals, parts book, lubrication charts and opera- toor s handbooks shall be supplied for each unit. These items shall be deli- vered to the City Clerk's office before final payment is made. WARRANTY_ Successful bidder shall warrant for the period of one year any parts which fail due to defective materials, improper workmanship or inade- quate design and shall replace same at no cost to the City. MANUFACTURER'S SPECIFICATION Complete Manufacturer's Specifications and illustrated description shall be furnished in duplicate with bid. TRADE-IN: Each bidder shall list a deduct price for trade-in, if desired by the City, of the existing 1980 4-wheel drive Chevrolet 3/4 ton pickup and plow. Unit has standard transmission, six (6) cylinder engine, and plow. Tool box that is existing will be removed by City. To inspect the unit contact Roger Benson at 439-4439 by phone at the City Hall. PAYMENT: Payment will be made by the City in the manner provided by law for payment of claims against the City. AWARD: Award of the contract by the City will be based upon factors of price, delivery date, parts and service facilities, analysis and comparison of speci- fication details. S-4 OPH-3123e