HomeMy WebLinkAboutBrooks Tractor, Inc 6/20/1986 AGREEMENT
THIS AGREEMENT made and entered into this 20th day of June,
1986, by and between BROOKS TRACTOR, INC. , P.O. Box 430, DePere,
WI 54115 party of the first part, and the CITY OF OSHKOSH, a
municipal corporation located in Winnebago County, Wisconsin,
hereinafter referred to as the "City", and party of the second
part.
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by reso-
luton duly adopted on the 19th day of June, 1986, accepted the
bid of the first party and authorized and directed the proper City
officials to enter into an agreement with the party of the first
part for:
One (1) hydraulic excavating machine
for Street Department
according to the specifications and bid for same on file in the
office of the City Clerk.
NOW, THEREFORE, pursuant to said resolution of the Common
Council of the City of Oshkosh, the parties hereto agree as
follows:
1. That the party of the first part will furnish same to the
City, all in accordance with the specifications and bid on file in
the office of the City Clerk.
2. That no assignment of this agreement or of any rights
thereunder by said party of the first part, shall be valid with-out
the written consent of the City; and that this document including
the specifications and bid, constitutes the entire agreement be-
tween the parties hereto and that any understanding either oral or
written, not a part hereof shall not be binding on either party.
3. That in consideration thereof, the City will pay to the
first party the sum of $77,424.00 , upon presentation of a proper
voucher, and delivery and acceptance by the City in conformity on
said specifications and bid.
1
IN WITNESS WHEREOF, the parties hereto have caused this agree-
ment to be signed by the proper officers of each party and their
corporate seals to be hereunto affixed all on the day and year
first above written; then if first party is a corporation or part-
nership, the signing of this agreement shall constitute a warranty
by the person(s) so signing the proper authority so to do.
In the Presence of: BROOKS TRACTOR, INC.
Lam- '7 BY:
Signature of the sole pro-
prietor, or name • r Co :,• ratio
or partnershi• / ili 4
s:
"��'�� ►/1 l m► _
Pre•i•en0 or Pe-E-tmer/
Al; 4.:#Sec '* arw
■
CITY OF OS OSH
4 i V r r r,. - _ ( Kd) ( c BY:
��z -d
William D. Frueh, City
Ma,ia e r �/
// /id << / /�.`�s 'l And: i, Z711/1,Ld l , I .,V .?
Donna C. Serwas,
-
/ City C lerk
Appro ed as t• firm and -xecution: I hereby certify that the
necessary provisions have
A 1+, • A 11111 , ,IlL! , i been made to pay the ha-
Warren P. Kraf' , bility that will accrue
Asst. City Attorney under this Contract.
c�
EDWARD A NOKES,
City Comptroller
2
>• I~ •
E-• a) c. a) $. .. $. •
z v -0 $-■ • v) 3 Cr cd U cd c0
Q N 0 0 \ 0 U Er 0 •r1 a) cd a) 0
04 •-...., 0.•r4 •.. 0 0. 0 >. 0. cd >. E >. a)
O4 N cd >.0 a f-.
Q. r. 0 s. a— O (r) Cl) N 0 4-. r• O N 0
04-) N d 0 0 0
>-• v) co
CY. A 0) to +) Cl) v)
W cd r•- >•. U G >. >.
O
H C4 >. -0 ••O. 0 a) ..0-0 -0
•--7 O Q ••I ..0•,-4 ••4 4-1 O
W N 0 It) 0 $-. cd •r'1 O U) c4
A r- '-) a— C/) 0. v) 3 '0 v Q
.-,
O LA 0 a o 0
CI) N •• 0 •r4 Cr) r-
Cl) Cl) a) v) v)
o. j.) >s >, U 4-) >•+ 4-) >'
•I,U a) Cd a) Cd a) a) a) cd a) cd
E-• z-0 Z 7 Z L. Z •7 Z-0
O CD 0 0 0
O O 0 0 0
o O C> 0 0 • a
O N 0 0 d-
3 W O co co CO N.
A Q N '0 t0 it)
H (44 r O O 0) 0)
CO E-+ a— • • • ■
W
Z
F"') O O O O O
Z A CU O O O O O
U l-i A
Q COQ CD a) 0 O)
M %0 a 0 CO O N Co
co E--. E—• O co 0) M
C7 E— 0) CU\
Z Z Z 3 _ l0 V" -
N. CO
i-+ W Ch CO Co N. N.
E-+ M -
Q E-H N
> a CU
U a CU d r') s.� 0 0 0 O 00
>< w Z a N. .- • •
W A 0 E-• 0) Q oo 0 o O 0
'•7 e— 1 et N M 0) O CD
)--1 W A . ao d'Cl)' 'r--• 0 -
.a W CU CU a-- I. LA M 0) O O
C4 Z .a%-'U co N. M U) N
< E— w
x Cr) a
0 0
>-• a
= 0 Cl) 0 0 CD O C) O
u. A 'o 0 0 O I. 0
5--1 • • sr • • a) •
•— Cca. ao Z 0) 5.4 o•--I v a) 0)
v A Q cd O C) M r•-1 (z3 CO CO
H et E A O .0 N N. cd 0) M C) LA
W Oa -t,O ...C) r- -b A •• C: - Cl) CO
Z N. 11),""" 0 C) 0) ‘Co Cd 3 N. ...g L) CO cd O
0 N.,-14 Z V0-r-1 I N I•. M N 0 0) 0) U
•
CI., ,
•ri a)
Z N. N. •
N. Cr N a O u
• CO CU • N S.. M 0 C.A oa -- . -
U (1)••". 4) M a) et H a— 04 ••-
= > M Cr) C/) LA > • u7 - a— re) • r-
r--c Q u) C) '-1 0 N. L. et L. U 00 07
-
+-) .0 •-+ 7 U V•- 0 Lt) 0 g C Il)
. co•r•i cd 4-) 3 U c)3 4-) CD 4•1 c-••c •r- {
•• i En u 0 - 5-' C; r— - cd et 3 cd - 0 3
=•--4 - 0 •— C) C) Q) >+ 5- F.. QO C)
I. cd Q 1-4 C) > E X C E- X - CO f•• .0 -
Cr N„0 0 ••..s4 •r•1 ca.CO A r0� C) /a)) U C)
cd a V) u • C/) = C4 .r•{ O V) V f•-■ I•. V) $M
E C) •ri 0 cd = x C) a) v) a)
,.,LA ..4 c. U CI -) 3 Q• • Cl., 0 •0. r-1 •.-4 N. a
00 g (1) ill v--4 $. CUOa) 00 r--1 04 N.
..s4 0 cd E O •r•1 cd • . $.. • a) •ri a)
Q•— 3 < (-4 M CO a'':)" CO Cl., A M r- A
- I
1?!!y
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
ONE ( 1 ) HYDRAULIC EXCAVATING MACHINE
FOR THE CITY OF OSHKOSH STREET DEPARTMENT
2 . Bids must be _addressed to Oshkosh Purchasing Division , P.O. Box
1130, City Hall , Oshkosh, Wisconsin 54902 . Envelope shall show .
name of bidder , and must be plainly marked in the lower left
hand corner "Bid for Excavator".
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 :30 a .m. , C.D.S .T. , Thursday , 'June 12 , 1986
Any bids received after that hour and date will not be opened and
will be returned to the bidder unread.
4 . A written request for the withdrawal of a bid or any part thereof
may be granted if the request is received by the City prior to the
specified time of opening .
5 . All formal bids submitted shall be binding for thirty-five (35)
calendar days following bid opening date , unless the bidder(s)
upon request of the Purchasing Agent , agrees to an extension.
6 . Bids will publicly opened and read at the hour and date above
stated. Award, if any, will be made as soon thereafter as practical
7 . Although no certified check , cashier 's check , or bid bond must
accompany the proposal , if the bid is accepted , the bidder must
execute and file the proper contract within ten (10) days after
award by the Common Council and receipt of the contract form for
signature .
8 . The City reserves the right to reject any and all bids and to
waive any informalities in bidding .
9 . For specifications and further information concerning this
invitation to bid, contact Donald La Fontaine , Purchasing Agent ,
Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: June 2 , 1986
CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1130 - OSHKOSH , WI 5u902
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet .all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11. Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
The following are minimum specifications for one (1 ) self contained,
multi-purpose, hydraulic excavating machine. The vendor shall com-
plete every space in the "Bidder's Proposal" column with an "as spec-
ified or a description to indicate any deviation of the item being
bid from the "specification column". Any additions, deletions or
variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
General Upper structure and lower struct- Upper & lower structure
ure shall be one integral unit. one integral unit with one
There shall be one operator stat- operator station.
ion from which both functions (road-
ing and excavating) can be perfor-
med.
Cab All weather All weather
Bucket seat & seat belt Bucket seat with belt, Bost'
360° continuous swing with positive
operator control & with house lock 360° Continuous swing
Speed continuous at 8.0 r.p.m. 8.0 RPM
Swing brake foot swing brake
Unit must have swing lock for
transportation house lock "360°"
Insulated Insulated cab
All vision design all vision desien
OSHA approved cab OSHA approved cab
Heater & defroster system w/fan heater & defroster & fan
Windshield wipers 7 PA- winshi eld wipers &
washers
Instruments Positive reading gauges including
an engine hour meter " yes, tackometer
Lights Headlights, taillights, spotlights, headlights, taillights, turn
turn signals, 4 way flashers and signals, reflectors, 4 way
reflectors as required by State of flashers, compartment lights.
Wisconsin
Light Strobe or rotating light, cab Rotating warning light,
mounted, w/cage protector unit
work lights 6 each.
to have work light package
•
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Mirrors Two rear view mirrors - left and Three mirrors - left, right, centE
right mounted
Controls For production and roading to be OSHA Controls, Servo Hydraulic
located in one cab within easy controls in one cab
reach of operator
Controls to be OSHA approved OSHA Approved
Carrier 4 x 4 mounting 4x4 mounting
Tire Size ' Minimum 18 - 19..5 super ground
grip 1$-19_5 dinar mri n
Axles Shall be torgue proportions
with outboard planetaries outboard planetaries
Oscillating front axle w/lock-
outs oscillating front axle w/
lock
No spin rear axle No-Nospin
Wheel Base 9'1 "
9'1"
Tread Width 6'2" 8' 1" outside of tire
Four wheel drive four wheel drive
Minimum gradeability 45° 65°
Minimum travel speed 18 m.p.h. 16.2 M.P.H.
Brakes Service brakes, foot operated
on each wheel font nparntad on all wheels
Parking brake located on drive
shaft parking brake drive shaft
Working brake hand operated on
each wheel digging brake on all wheels
air over hydraulic hydraulic over hydraulic
maximum outside turning radius
31 '8" 31 '6" _
maximum overall length in travel
28'3"
position 35 ' 0"
Maximum overall height in travel
position 13' 0" 11'7"
Maximum overall width with out-
riggers raised 8'0" 8'2"
Maximum tail swing 7'5" from
center line of rotation 8'10"
Minimum ground clearance 12" 11.8
Four (4) hydraulic stabilizers four hydraulic stab.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Engine One engine minimum of 95 net
horsepower providing power for
both roading and excavations one engine 166 H.P.
Turbo-charged diesel engine turbo-charged diesel
Minimun of 4 cylinders 6 cylinders
Minimum of 276 C.I.D
Liquid cooled liquid cnnl Pd
Minimum 24 volt electrical
starting system 24 volt electrical
Minimum 35 AMP alternator 45 amp alternator
Minimum SAE net horsepower of
95 at rated R.P.M. 166 H.P. at 2100
Boom Execavtor auxiliary hydraulics
on boom Auxiliary hydraulic on boom
A bucket tilt mechanism shall be 45° each side
provided that will give a minimum
of 40° tilt to either side of
center for a total of 80° Bucket tilt 90° total
Operational Minimum digging depth 20'10" 19'8" with 9'10" stick
Minimum reach 30'9" w/without
extenable dipper 31 '6" at ground 1 Pvel
Mechanical "quick" coupler fea-
ture for changing of buckets Akerman n ,i ck-f;r
Bucket A ditching bucket with a mini-
mum struck capacity of 3/4" d. bucket 3/4 cu.
cu. yds. y
Minimum depth of cut for 8'
level bottom, shall be 16'5" 19'
Minimum reach at grade level 29'0" - 31 '6"
Minimum dump height 19'2" max dump 22'
Minimum operating weight 35,600 lbs 41,400 lbs
Lift capacity over end at 20' 10,000 lbs . 9.3301 lbs.
Dipper breakout force of not
less than 12,000 lbs . 17.200 lbs.
Bucket breakout force of not
less than 19,000 lbs. 27,780
Fuel Tank Capacity for a minimum of eight
(8) hours operation 22 hrs. 4 gal. per hr.
•
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Pumps Hydraulic pump or pumps capable
of providing the nec3ssary gpms
to adequately perform the require- 2 pump at 39.9 GPM
ments of this unit. 1 pump at 23.4 GPM
Miscellaneous Drawbar Draw bar
Rear pintle hook Rear PJ ntle Hook
Hydraulic system to have a
replaceable 10 micron oil filter visual oil level t E v o c ro a
and visual oil level check replaceable oil filters
Backup alarm back up alarm
Paint shall be construction yellow construction yel i ow
Manuals Furnish parts, repair, and two Parts manuals & wiring diagram
operator manuals and wiring and repair manuals
diagram
v
Warranty 2 year power drive train 9 yaar nn train
successful bidder must have a
franchised service center with- factory at Waukesha WI.
in 75 miles of Oshkosh, WI Service Mobil out of Waukesha
Delivery By authorized representative Service Rep. will install
who will instruct and train on Machine & we also will train
unit
=ice men.
Trade In One (1 ) 1973 Drott Cruz-Air
excavator. For arrangements to view
trade, contact Ken Robl
(414) 236-5180
PROPOSAL
•
One (1 ) self-contained, hydraulic excavating machine
for City of Oshkosh Street Department.
We, the undersigned, propose to furnish one (1 ) self-
contained hydraulic excavating machine F.O.B. 639 Witzel
Avenue, Oshkosh, WI per specifications or noted deviations
for the following amount:
Akerman HIOB 1986 $177,448
Make Model # Bid
Less trade of one (1 ) 1973 Drott Cruz-Air
excavotor
Net bid with trade $92,000
Bid without Trade-in $112.000
Warranty 12 m0. and 24 mo. on power train
Delivery 12n days
Terms net 20 days
Service Center Waukesha, WI
Akerman H.W. . Inc
Name of Company
Submitted by: Noel E. Aspenson Factory Sales Representative
Name & Title of Individual
11 June 1986 Completing this Bid
Date 1005 Perkins Ave..
Address
Waukesha, Wis. 53187
City State Zip
( )
Telephone
Note : Descriptive literature to accompany bid.
June 9, 1986
SUBJECT: Bid Addendum - Hydraulic Excavating Machine
BID DUE: 10:30 am CDST Thursday June 12, 1986
The following information is requested and to be included in the
bid for one (1 ) Hydraulic Excavating Machine :
1 . State the Fuel consumption per hour as per Manufacturers
specification.
Gallons per hour Approx. 4 Gal/per Hr.
2. Hydraulic capacity in gallons per minute 115.7 GPM
3. Pressure in PSI and Manufacturers of hydraulic system.
365OPs1..
This Addendum shall be included and returned with Bid Proposal.
Cordially,
ICDIr\
Don LaFontaine
Purchasing Agent
O'f OSH,ro
(5< sS
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
ONE ( 1 ) HYDRAULIC EXCAVATING MACHINE
FOR THE CITY OF OSHKOSH STREET DEPARTMENT
2 . Bids must be addressed to Oshkosh Purchasing Division , P.O. Box
1130, City Hall , Oshkosh, Wisconsin 54902 . Envelope shall show.
name of bidder , and must be plainly marked in the lower left
hand corner "Bid for Excavator".
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 :30 a.m. , C. D.S .T. , Thursday, June 12 , 1986 •
Any bids received after that hour and date will not be opened and
will be returned to the bidder unread.
4 . A written request for the withdrawal of a bid or any part thereof
may be granted if the request is received by the City prior to the
specified time of opening.
5 . All formal bids submitted shall be binding for thirty-five (35)
calendar days following bid opening date , unless the bidder(s )
upon request of the Purchasing Agent , agrees to an extension .
6 . Bids will publicly opened and read at the hour and date above
stated. Award, if any, will be made as soon thereafter as practical
7 . Although no certified check , cashier 's check , or bid bond must
accompany the proposal , if the bid is accepted, the bidder must
execute and file the proper contract within ten ( 10) days after
award by the Common Council and receipt of the contract form for
signature.
8 . The City reserves the right to reject any and all bids and to
waive any informalities in bidding.
9 . For specifications and further information concerning this
invitation to bid, contact Donald La Fontaine , Purchasing Agent ,
Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: June 2 , 1986
CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1130 - OSHKOSH , WI 54902
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
The following are minimum specifications for one (1 ) self contained,
multi-purpose, hydraulic excavating machine. The vendor shall com-
plete every space in the "Bidder's Proposal" column with an "as spec-
ified or a description to indicate any deviation of the item being
bid from the "specification column" . Any additions, deletions or
variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
General Upper structure and lower struct-
ure shall be one integral unit.
There shall be one operator stat-
ion from which both functions (road-
ing and excavating) can be perfor-
med.
Cab All weather Yes
Bucket seat & seat belt Yes
360° continuous swing with positive
operator control & with house lock `'es
Speed continuous at 8.0 r.p.m. 10 . 0 R.P.M.
Swing brake Yes
Unit must have swing lock for
transportation Yes
Insulated Yes
All vision design Yos
OSHA approved cab Yes
Heater & defroster system w/fan Yes
Windshield wipers Yes
Instruments Positive reading gauges including
an engine hour meter Yes
Lights Headlights, taillights, spotlights,
turn signals, 4 way flashers and
reflectors as required by State of
Wisconsin Yes
Light Strobe or rotating light, cab
mounted, w/cage protector unit
to have work light package Yes
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Mirrors Two rear view mirrors - left and
right mounted Yes
Controls For production and roading to be
located in one cab within easy
reach of operator Yes
Controls to be OSHA approved Yes
Carrier 4 x 4 mounting Yes
ire ize 'inimum - super groun•
grip 4-18. 00X19. 5 Michelin
Kdu1dl�
Axles Shall be torgue proportions
with outboard planetaries Xes
Oscillating front axle w/lock-
outs Yes
No spin rear axle Not Available
Wheel Base 9'1 " 8 ' 6"
Tread Width 6'2" _ 6 ' 6"/8 ' 0" Wide
Four wheel drive Yes
Minimum gradeability 450 Yes-50 degree
Minimum travel speed 18 m.p.h. 20 MPH
Brakes Service brakes, foot operated
on each wheel Yes
Parking brake located on drive
shaft Yes
Working brake hand operated on
each wheel Yes
air over ydraulic YPs
maximum outside turning radius 22 ' 11"
31 '8"maximum overall length in travel 29 ' 5"
position 35' 0"
Maximum overall height in travel
position 13' 0" 11 ' 6"
Maximum overall width with out- 8 ' 0"
riggers raised 8'0"
Maximum tail swing 7'5" from
center line of rotation 8 ' 0"
Minimum ground clearance 12" 13"
Four (4) hydraulic stabilizers Yes-with independent
control of all four
outriggers.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Engine One engine minimum of 95 net
horsepower providing power for
both roading and excavations 152 H.P.
Turbo-charged diesel engine Yes
Minimun of 4 cylinders Six (6) Cylinders
Minimum of 276 C.I.D 374 cu. inch
Liquid cooled Air Cooled
Minimum 24 volt electrical
starting system 24 Volt
Minimum 35 AMP alternator 30 Amp
Minimum SAE net horsepower of 152 H.P. SAE @ 2300 R.P
95 at rated R.P.M. M
Boom Execavtor auxiliary hydraulics
on boom Yes
A bucket tilt mechanism shall be
provided that will give a minimum Yes
of 40° tilt to either side of 45 degree left & 45 degre
center for a total of 80° r; C
Operational Minimum digging depth 20'10" 22 ' 6" digging depth
Minimum reach 30'9" w/without
extenable dipper 31' 0" reach
Mechanical "quick" coupler fea-
ture for changing of buckets Yes-Wain-Roy
Bucket A ditching bucket with a mini-
mum struck capacity of 3/4"
Cu. yds . 3/4 cubic yard
Minimum depth of cut for 8' 19 ' 0"
level bottom, shall be 16'5"
Minimum reach at grade level 29'0"
31 ' 0"
Minimum dump height 19'2" 21' 0"
-
Minimum operating weight 35,600 lbs 38, 580 lbs.
Lift capacity over end at 20' 10,000 lbs . 10, 320 including
bucket.
Dipper breakout force of not
less than 12,000 lbs . 22, 000 lbs.
Bucket breakout force of not 26, 500 lbs.
less than 19,000 lbs .
Fuel Tank Capacity for a minimum of eight 23 hour capacity
(8) hours operation
70 Gallon fuel tank - fuel almost 3 shifts of 8
consumption of approximately 3 hrs . each.
gallons per hour. 2,4 .yk
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Pumps Hydraulic pump or pumps capable
of providing the necessary gpms
to adequately perform the require-
ments of this unit. Yes
Miscellaneous Drawbar 18,500 lbs.
Rear pintle hook Yes-Front & Rear
Hydraulic system to have a
replaceable 10 micron oil filter Yes
and visual oil level check
Backup alarm Yes
Paint shall be construction yellow Yes
Manuals Furnish parts, repair, and two
operator manuals and wiring Yes
diagram
Warranty 2 year power drive train 3 year/5000 hour
successful bidder must have a
franchised service center with-
in 75 miles of Oshkosh, WI Yes-2
Delivery By authorized representative
who will instruct and train on
unit Yes
Trade In One (1 ) 1973 Drott Cruz-Air
excavator. For arrangements to view
trade, contact Ken Robi
(414) 236-5180
PROPOSAL
One (1 ) self-contained, hydraulic excavating machine
for City of Oshkosh Street Department.
We, the undersigned, propose to furnish one (1 ) self-
contained hydraulic excavating machine F.O.B. 639 Witzel
Avenue, Oshkosh, WI per specifications or noted deviations
for the following amount:
Liehherr A-912 Speeder 1986 $ 160 , 009. 00
Make Model # Year Bid
Less trade of one (1 ) 1973 Drott Cruz-Air
excavotor $ 73,120. 00
Net bid with trade $ 86, 889 . 00
Bid without Trade-in $ 106 , 950 . 00
Warranty See Below
Delivery July 1986
Terms Net Cash 15 Days of Invoice
Service Center Milwaukee & Wausau, Wisconsin
American State Equipment Co. , Inc.
Name of Compan d
Submitted by: David L. Birkhauser-Vice Presid.entp,.
Name & Title of Individual
June 9, 1986 Completing this Bid
Date
2055 S. 108th St.
Address
Milwaukee, WI 53227
City State Zip
(414 )541-8700/800-242-7905
Telephone
Note : Descriptive literature to accompany bid.
- WARRANTY: One Year/2000 Hours.
40/60 Parts Exchange Program (Major Hydraulic Components)
Three year/5000 Hour Extended Warranty (See Attached)
LIEBHERR
5/36 EXTENDED WARRANTY
This 5/36 Extended Warranty applies to the Liebherr Excavator / Crawler Dozer / Crawler
Loader /Wheel Loader, Model , Serial No. -
delivered by
to on
This 5/36 Extended Warranty is a supplement to Liebherr-America, Inc.'s Standard Warranty (a
copy of which has been delivered to and signed by the customer). After the Standard Warranty expires.
Liebherr-America, Inc. and the selling Distributor warrant the major comp nents listed below to be
free from mechanical failure due to defects in material and /or workmans under normal use and ser-
vice for a total period of 36 months after delivery of the machine to e o • inal purchaser or 5,000
hours of use, whichever occurs first.
Machine Components
Axial Piston Pumps& Motors Final rives
Engine Speed Sensing Control Swing ing & G r
Main Control Valves tiple pee Gear Box
Splitter Box A es & ' e Shafts
Exclusions: Primary and secondary relief valves, ction valves, filters o filter eleme seals or
gaskets, brake linings or other service items, o amage an otherwise cored compo ''nt which is
caused by failure of an excluded component. / / .
Engine Components: j
Engine block, crank and cap. shafts, onnec ing ods and 4olts, cylind heads and bolts, rocker
lever housings and valve covers, 1 and a cessory drive gears and gear box, air intake manifold, water
pump housing, oil cooler ousi _ fly eel h sing and oil pan.
Liebherr's and th• selling z t, out', 's sole obligatidn and the exclusive remedy under this war-
ranty shall be the rep. r or rep ac.,\ ent, at . 'ebherr's option, of any/part acknowledged by Liebherr to
be defective when eturned o t e selling Distributor of Liebherr, transportation charges prepaid.
within the warrant period - •air to or replacement of parts found by Liebherr to be defective shall
be made by Lieb -rr o e sa.'ng Distributor at no charge'to the customer for the labor and parts re-
quired to make s c -pairs or r placements. ;;/
This 5/36 xtended War . shall t apply to normal maintenance service, including. but not
limited to, oil changes, lubric. ions, by aulic an 'fuel systems inspections, cleaning or adjustments.
nor to any product which • .s been aged in/ accident or by fire, flood or any Act of God or
abused or misused or .• . thorized terationor repairs by anyone other than an authorized Liebherr
Distributor.
The following conditions and limitations shall apply during the 5/36 Extended Warranty. and
failure to comply with these conditions will cause the 5/36 Extended Warranty to become void:
1. Only original Liebherr or original engine manufacture spare parts can be used. including all
maintenance and repair components.
2. The inspections, maintenance schedule, and operation procedures must be followed as outlined
in the Liebherr and original engine manufacturer's operators manuals.
3. The customer must take oil sa;nples (A) from the engine, hydraulic tank and splitter box every
six (6) months or 500 hours of operation, whichever occurs first, and (B) from the final drives
on crawler dozer/loaders every 12 months or 1,000 hours, whichever occurs first; before a
scheduled oil change and send samples back to the specified laboratory for analysis. Sufficient oil
sampling kits will be made available to the customer free of charge by
4. The customer must allow personnel reasonable
access to the machine during normal working hours for repairs on components covered under the
5/36 Extended Warranty.
5. Machine transportation costs or field service travel expenses to and from the machine location are
not included in the 5/36 Extended Warranty and must be paid by the customer.
6. Repairs or component replacements are warranted only for the remainder of the 5/36 Extended
Warranty period.
In no event shall Liebherr or the selling Distributor be liable for any delay, work stoppage. loss
of use of equipment, loss of time, inconvenience, loss of profit, or any indirect, incidental, special, or
consequential damages resulting from or attributable to, defects in Liebherr products or services,
whether resulting from negligence, breach of the promise to repair or replace contained herein. or
otherwise.
THE STANDARD WARRANTY AND THIS 5/36 EXTENDED WARRANTY ARE THE ONLY
WARRANTIES APPLICABLE TO LIEBHERR PRODUCTS AND ARE EXPRESSLY IN LIEU OF
ANY WARRANTIES OR CONDITIONS OTHERWISE IMPLIED BY LAW, INCLUDING, BUT NOT
LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICU-
LAR PURPOSE. THE REMEDIES UNDER THE STANDARD WARRANTY AND THIS 5/36 EX-
TENDED WARRANTY SHALL BE THE ONLY REMEDIES AVAILABLE TO THE OWNER OF
LIEBHERR PRODUCTS OR ANY OTHER PERSON, AND NEITHER LIEBHERR NOR THE SELL-
ING DISTRIBUTOR ASSUMES ANY OTHER OBLIGATION OR RESPONSIBILITY WITH RE-
SPECT TO THE CONDITION OF LIEBHERR PRODUCTS AND AUTHORIZES NO OTHER PER-
SON TO ASSUME FOR ANY OF THEM, ANY OTHER OBLIGATION OR LIABILITY.
Liebherr-America, Inc. reserves the right to make changes in design or add any improvements on
its product at any time without incurring any obligation to install same on units previously delivered.
The undersigned acknowledge that they have read and understand the conditions and limitations
of this 5/36 Extended Warranty.
DATE:
OWNER: DISTRIBUTOR:
Signature of Authorized Representative Signature of Authorized Representative
Company Name Company Name
Address Address
If the machineis sold, the remaining period of the 5/36 Extended Warranty may be transferred to
the new owner by filling in the blanks, and having the parties sign in the space provided below. and
mailing this certificate within 30 days of the date of sale •
DATE: MACHINE HOURS:
BUYER: ORIGINAL OWNER:
Signature of Authorized Representative Signature of Authorized Representative
Company Name Company Name
Address
OF OSHA Quotation 6-103-86
�
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
ONE ( 1 ) HYDRAULIC EXCAVATING MACHINE
FOR THE CITY OF OSHKOSH STREET DEPARTMENT
2 . Bids must be addressed to Oshkosh Purchasing Division, P .O. Box
1130 , City Hall, Oshkosh, Wisconsin 54902 . Envelope shall show .
name of bidder , and must be plainly marked in the lower left
hand corner "Bid for Excavator" .
•
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a .m. , C.D.S .T. , Thursday , 'June 12 , 1986 ,_•
Any bids received after that hour and date will not be opened and
will be returned to the bidder unread.
4 . A written request for the withdrawal of a bid or any part thereof
may be granted if the request is received by the City prior to the
specified time of opening .
5 . All formal bids submitted shall be binding for thirty-five (35)
calendar days following bid opening date , unless the bidder(s )
upon request of the Purchasing Agent , agrees to an extension.
6 . Bids will publicly opened and read at the hour and date above
stated. Award, if any, will be made as soon thereafter as practical
7 . Although no certified check , cashier ' s check , or bid bond must
accompany the proposal , if the bid is accepted, the bidder must
execute and file the proper contract within ten (10) days after
award by the Common Council and receipt of the contract form for
signature .
8 . The City reserves the right to reject any and all bids and to
waive any informalities in bidding .
9 . For specifications and further information concerning this
invitation to bid, contact Donald La Fontaine , Purchasing Agent ,
Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: June 2 , 1986
CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1 130 - OSHKOSH , WI 512902
GENERAL PROVISIONS
1. Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
The following are minimum specifications for one (1 ) self contained,
multi-purpose, hydraulic excavating machine . The vendor shall com-
plete every space in the "Bidder's Proposal" column with an "as spec-
ified or a description to indicate any deviation of the item being
bid from the "specification column". Any additions, deletions or
variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
General Upper structure and lower struct- 3 forward - 3 reverse
ure shall be one integral unit.
There shall be one operator stat-
ion from which both functions (road-
ing and excavating) can be perfor-
med.
Cab All weather OK
Bucket seat & seat belt Ok
360° continuous swing with positive -
operator control & with house lock OK
Speed continuous at 8.0 r.p.m. 8.1 rpm
Swing brake OK
Unit must have swing lock for
transportation OK
Insulated Yes
All vision design Yes
OSHA approved cab Yes
Heater & defroster system w/fan Yes
Windshield wipers Yes
Instruments Positive reading gauges including
an engine hour meter Yes
Lights Headlights, taillights, spotlights,
turn signals, 4 way flashers and
reflectors" as required by State of Standard
Wisconsin
Light Strobe or rotating light, cab
mounted, w/cage protector unit
OK
to have work light package
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Mirrors Two rear view mirrors - left and
right mounted Standard
Controls For production and roading to be
located in one cab within easy Standard
reach of operator
Controls to be OSHA approved Standard
Carrier 4 x 4 mounting Yes
Tire Size Minimum 18 - 19.5 super ground
grip 18:00 x 22.5 Traction Grip
Axles Shall be torgue proportions
with outboard planetaries 16,000# front/23,000# rear
Oscillating front axle w/lock-
outs Standard
No spin rear axle Standard
Wheel Base 9'1 " 13'
Tread Width 6'2" 8' overall
Four wheel drive Yes
Minimum gradeability 450 60° _
Minimum travel speed 18 m.p.h. 45 mph _
Brakes Service brakes, foot operated
on each wheel Standard
Parking brake located on drive
shaft on rear axle
Working brake hand operated on
each wheel Automatic
air over hydraulic Yes
maximum outside turning radius
31 '8" 38.9'
maximum overall length in travel
position 35 ' 0" 24'9"
Maximum overall height in travel
position 13 ' 0" 12'3"
Maximum overall width with out-
riggers raised 8'0" 8'4" outside of tires
Maximum tail swing 7'5" from
center line of rotation 7'6"
Minimum ground clearance 12" 12"
Four (4) hydraulic stabilizers none required
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Engine One engine minimum of 95 net
horsepower providing power for
both roading and excavations 160 hp
Turbo-charged diesel engine Turbo
Minimun of 4 cylinders 6 ryl .
Minimum of 276 C.I .D 359 C.I.D.
Liquid cooled Yes
Minimum 24 volt electrical 12 volt start
starting system
Minimum 35 AMP alternator 60 amp
Minimum SAE net horsepower of 143 @2800
95 at rated R.P.M.
Boom Execavtor auxiliary hydraulics
on boom Yes
A bucket tilt mechanism shall be
provided that will give a minimum
of 40° tilt to either side of
center for a total of 80° 95
Operational Minimum digging depth 20'10" 21'8"
Minimum reach 30'9" w/without
extenable dipper 30'4"
Mechanical "quick" coupler fea-
ture for changing of buckets Standard
Bucket A ditching bucket with a mini-
mum struck capacity of 3/4" 5/8 cu. yd.
cu. yds.
Minimum depth of cut for 8' „
level bottom, shall be 16'5" 19'5"
Minimum reach at grade level 29'0" 30'4"
Minimum dump height 19'2" 18'4"
Minimum operating weight 35,600 lbs 33,500
Lift capacity over end at 20' 10,000 lbs. 3,940#
Dipper breakout force of not N/A
than 12,000 lbs .
Bucket breakout force of not
15,155#
less than 19,000 lbs .
Fuel Tank Capacity for a minimum of eight
(8) hours operation OK
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Pumps Hydraulic pump or pumps capable
of providing the nec3ssary gpms
to adequately perform the require-
ments of this unit. Yes
Miscellaneous Drawbar Yes
Rear pintle hook Yes
Hydraulic system to have a
replaceable 10 micron oil filter
and visual oil level check Standard
Backup alarm Standard
Paint shall be construction yellow Standard
Manuals Furnish parts, repair, and two
operator manuals and wiring
diagram OK
Warranty 2 year power drive train Yes
successful bidder must have a
franchised service center with-
2/one Milw/one Green Bay
in 75 miles of Oshkosh, WI
Delivery By authorized representative
who will instruct and train on Yes
unit
Trade In One (1 ) 1973 Drott Cruz-Air
excavator. For arrangements to view
trade, contact Ken Robl
(414) 236-5180
PROPOSAL
One (1 ) self-contained, hydraulic excavating machine
for City of Oshkosh Street Department.
We, the undersigned, propose to furnish one (1 ) self-
contained hydraulic excavating machine F.O.B. 639 Witzel
Avenue, Oshkosh, WI per specifications or noted deviations
for the following amount:
Gradall G3WD 1986 $ 126,730.00
Make Model # Year Bid
Less trade of one (1 ) 1973 Drott Cruz-Air
excavotor $ 392830.00
Net bid with trade $ 86,900.00
Bid without Trade-in $ 106,900.00
Warranty As per specs
Delivery 15 days after order, subject to prior sale
Terms Net cash on receipt of invoice
Service Center Milwaukee and Green Bay
7
Bark River Culve t & Equipment Company
N/ el of Co
�;-cc 4/cc:firSubmitted by: George abriga, Terri ory Manager
Name & Title of Individual
June 12, 1986 Completing this Bid
Date
P.O. Box 10947
Address
Green Bay, WI 54307-0947
City State Zip
( 414 ) 435-6676
Telephone
Note : Descriptive literature to accompany bid.
c.\�4.OF OSH,�.0
MAY 2 7 1986
•
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
ONE ( 1 ) HYDRAULIC EXCAVATING MACHINE
FOR THE CITY OF OSHKOSH STREET DEPARTMENT .
2 . Bids must be addressed to Oshkosh Purchasing Division, P.O. Box
1130 , City Hall , Oshkosh, Wisconsin 54902 . Envelope shall show
name of bidder , and must be plainly marked in the lower left
hand corner "Bid for Excavator" .
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a .m . , C.D.S .T. , Thursday , 'June 12 , 1986 •
Any bids received after that hour and date will not be opened and
will be returned to the bidder unread.
4 . A written request for the withdrawal of a bid or any part thereof
may be granted if the request is received by the City prior to the
specified time of opening.
S . All formal bids submitted shall be binding for thirty-five (35)
calendar days following bid opening date , unless the bidder(s)
upon request of the Purchasing Agent , agrees to an extension.
6 . Bids will publicly opened and read at the hour and date above
stated. Award, if any, will be made as soon thereafter as practical
7 . Although no certified check, cashier 's check , or bid bond must
accompany the proposal , if the bid is accepted, the bidder must
execute and file the proper contract within ten (10) days after
award by the Common Council and receipt of the contract form for
signature .
8 . The City reserves the right to reject any and all bids and to
waive any informalities in bidding.
9 . For specifications and further information concerning this
invitation to bid , contact Donald La Fontaine , Purchasing Agent ,
Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: June 2 , 1986
CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1130 - OSHKOSH ,, WI 54902
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet ,all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
The following are minimum specifications for one (1 ) self contained,
multi-purpose, hydraulic excavating machine . The vendor shall com-
plete every space in the "Bidder's Proposal" column with an "as spec-
ified or a description to indicate any deviation of the item being
bid from the "specification column" . Any additions, deletions or
variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
General Upper structure and lower struct-
ure shall be one integral unit.
There shall be one operator stat-
ion from which both functions (road-
ing and excavating) can be perfor-
med. Yes
Cab All weather Yes
Bucket seat & seat belt Yes
360° continuous swing with positive
operator control & with house lock vPs
Speed continuous at 8.0 r.p.m. Yes
Swing brake Yes
Unit must have swing lock for
transportation Yes
Insulated Yes
All vision design Yes
OSHA approved cab Yes
Heater & defroster system w/fan Yes
Windshield wipers Yes
Instruments Positive reading gauges including
an engine hour meter Yes
Lights Headlights, taillights, spotlights,
turn signals, 4 way flashers and
reflectors as required by State of
Wisconsin YPs
Light Strobe or rotating light, cab
mounted, w/cage protector unit
to have work light package Yes
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Mirrors Two rear view mirrors - left and
right mounted Yes
Controls For production and roading to be
located in one cab within easy
reach of operator Yes _
•
Controls to be OSHA approved Yes _
Carrier 4 x 4 mounting Yes _
Yes
Tire Size Minimum 18 — 19..5 super ground
grip 17. 5 x 25
Axles Shall be torque proportions
with outboard planetaries Yes
Oscillating front axle w/lock-
outs Yes
No spin rear axle Yes
Wheel Base 9'1 " 9 ' 1"
Tread Width 6'2" 6 ' 6" _
Four wheel drive Yes _
Minimum gradeability 45° Yes _
Minimum travel speed 18 m.p.h. _ 28 mph _
Brakes Service brakes, foot operated
on each wheel Yes _
Parking brake located on drive
shaft Yes _
Working brake hand operated on
each wheel Yes
air over hydraulic Yes
maximum outside turning radius
31 '8" 31' 8" -
maximum overall length in travel
30 ' 2"
position 35 ' 0"
Maximum overall height in travel '
position 13' 0" 12 ' 8"
Maximum overall width with out-
riggers raised 8'O" 8 '
Maximum tail swing 7'5" from
center line of rotation 6 ' 11"
Minimum ground clearance 12" _
Four (4) hydraulic stabilizers _Yes _
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Engine One engine minimum of 95 net
horsepower providing power for 128 net H. P.
both roading and excavations
Turbo-charged diesel engine Yes
Minimun of 4 cylinders 6 cylinders _
Minimum of 276 C.I .D 359 in3 _
Liquid cooled Liquid
Minimum 24 volt electrical
starting system 24 Volt _
Minimum 35 AMP alternator 42 amp. _
Minimum SAE net horsepower of
95 at rated R.P.M. 128 net H P
Boom Execavtor auxiliary hydraulics
on boom Yes -
A bucket tilt mechanism shall be
provided that will give a minimum
of 40° tilt to either side of
center for a total of 80° Yes
Operational Minimum digging depth 20'10" 18 ' 10" -
Minimum reach 30'9" w/without
extenable dipper 30 ' 1" -
Mechanical "quick" coupler fea-
ture for changing of buckets Yes
Bucket A ditching bucket with a mini-'
mum struck capacity of 3/4"
cu. yds. Yes _
Minimum depth of cut for 8'
level bottom, shall be 16'5" 17 ' 1" _
Minimum reach at grade level 29'0" 29 '
Minimum dump height 19'2" 20 ' 9"
Minimum operating weight 35,600 lbs 38 , 875#
Lift capacity over end at 20' 10,000 lbs . 8 ,nnn _
Dipper breakout force of not
less than 12,000 lbs . 12 ,100 _
Bucket breakout force of not
less than 19,000 lbs . 22 , 438
Fuel Tank Capacity for a minimum of eight
(8) hours operation 50 gallons _
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Pumps Hydraulic pump or pumps capable
of providing the nec3ssary gpms
to adequately perform the require-
ments of this unit. Yes
Miscellaneous Drawbar
•
YPs
Rear pintle hook Yes
Hydraulic system to have a
replaceable 10 micron oil filter
and visual oil level check Yes
Backup alarm Yes
Paint shall be construction yellow Yes
Manuals Furnish parts, repair, and two
operator manuals and wiring
diagram Yes
Warranty 2 year power drive train Yes
successful bidder must have a
franchised service center with-
in 75 miles of Oshkosh, WI Yes
Delivery By authorized representative
who will instruct and train on
unit Yes
Trade In One (1 ) 1973 Drott Cruz-Air
excavator. For arrangements to view
trade, contact Ken Robl
(414) 236-5180
PROPOSAL
One (1 ) self-contained, hydraulic excavating machine
for City of Oshkosh Street Department.
We, the undersigned, propose to furnish one (1 ) self-
contained hydraulic excavating machine F.O.B. 639 Witzel
Avenue, Oshkosh, WI per specifications or noted deviations
for the following amount:
Case 1085B 1986 $ 94 ,746 .00
Make Model # Year Bid
Less trade of one (1 ) 1973 Drott Cruz-Air
excavotor $ 20 ,000. 00
Net bid with trade $ 74 ,746. 00
Bid without Trade-in $ 94 ,746 . 00
Warranty One (1) year-basic machine Two (2) years on engine
Delivery Forty-five (45) days after receipt of order
Terms Net 10
Service Center De Pere, WI 54115
Miller, Bradford & Risberg, Inc.
N e of .mpany
Submitted by: de27, / A/ d� �S
Name e&J1 le'o1 1ndlivi p r entat:ive
June 12 , 1986 Completing thi8 Bid
Date
1177 Scheuring Road
Address
De Pere, WI 54115
City State Zip
( 414 ) 3360473
Telephone
Note : Descriptive literature to accompany bid.
OPTION: Digmor Hydraulic Extending Dipper $3 ,643.00
CITY HALL JUN 1 0 1986
215 church Avenue
P O Box 1130
Oshkosh. W'xconsin
549021 3C City of Oshkosh
(41)
OfHKOIH
ON THE WATER
June 9, 1986
TO: Miller Bradford & Risberg
SUBJECT: Bid Addendum - Hydraulic Excavating Machine
BID DUE: 10:30 am CDST Thursday June 12, 1986
The following information is requested and to be included in the
bid for one (1 ) Hydraulic Excavating Machine :
1 . State the Fuel consumption per hour as per Manufacturers
specification.
Gallons per hour 4. 29 gph tal,Prge)
2. Hydraulic capacity in gallons per minute 114 gpm
3. Pressure in PSI and Manufacturers of hydraulic system.
2600 psi - Sperry Vickers
This Addendum shall be included and returned with Bid Proposal.
Cordially,
&4 :b.
Don LaFontaine
Purchasing Agent
• ``may OF OS1iros,
PURCHASING DIVISION
NOTICE TO VENDORS :
1 . We are submitting herewith for your consideration an invita-
tion to bid on:
ONE ( 1 ) HYDRAULIC EXCAVATING MACHINE
FOR THE CITY OF OSHKOSH STREET DEPARTMENT
2 . Bids must be addressed to Oshkosh Purchasing Division, P.O. Box
1130 , City Hall , Oshkosh, Wisconsin 54902 . Envelope shall show.
name of bidder , and must be plainly marked in the lower left
hand corner "Bid for Excavator" .
3 . Bids must be on file in the office of the Purchasing Agent no
later than 10 : 30 a .m. , C. D.S .T. , Thursday , June 12 , 1986
Any bids received after that hour and date will not be opened and
will be returned to the bidder unread.
4 . A written request for the withdrawal of a bid or any part thereof
may be granted if the request is received by the City prior to the
specified time of opening .
5 . All formal bids submitted shall be binding for thirty-five (35)
calendar days following bid opening date , unless the bidder(s)
upon request of the Purchasing Agent , agrees to an extension.
6 . Bids will publicly opened and read at the hour and date above
stated. Award, if any, will be made as soon thereafter as practical
7 . Although no certified check , cashier ' s check , or bid bond must
accompany the proposal , if the bid is accepted, the bidder must
execute and file the proper contract within ten (10) days after
award by the Common Council and receipt of the contract form for
signature .
8 . The City reserves the right to reject any and all bids and to
waive any informalities in bidding .
9 . For specifications and further information concerning this
invitation to bid, contact Donald La Fontaine , Purchasing Agent ,
Room 312 , City Hall or telephone (414) 236-5100 .
William D. Frueh
City Manager
PUBLISH: June 2 , 1986
CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1130 - OSHKOSH , WI 5x902
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer's current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet _all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for "all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
The following are minimum specifications for one (1 ) self contained,
multi-purpose, hydraulic excavating machine . The vendor shall com-
plete every space in the "Bidder's Proposal" column with an "as spec-
ified or a description to indicate any deviation of the item being
bid from the "specification column". Any additions, deletions or
variations from the specifications must be noted.
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
General Upper structure and lower struct-
ure shall be one integral unit.
There shall be one operator stat-
ion from which both functions (road- As Specified
ing and excavating) can be perfor-
med.
Cab All weather As Specified
Bucket seat & seat belt As Specified
360° continuous swing with positive
operator control & with house lock As Specified
Speed continuous at 8.0 r.p.m. As Specified 0-13 . 6 Cont
Swing brake As Specified)
Unit must have swing lock for
transportation As Specified
Insulated As Specified
All vision design As Specified
OSHA approved cab As Specified
Heater & defroster system w/fan As Specified
Windshield wipers As Specified
Instruments Positive reading gauges including As Specified
an engine hour meter
Lights Headlights, taillights, spotlights,
turn signals, 4 way flashers and
reflectors as required by State of
Wisconsin As Specified
Light Strobe or rotating light, cab
mounted, w/cage protector unit As Specified
to have work light package
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Mirrors Two rear view mirrors - left and
right mounted As Specified
Controls For production and roading to be
located in one cab within easy
reach of operator As Specified
Controls to be OSHA approved As Specified
Carrier 4 x 4 mounting As Specified
Tire Size Minimum 18 - 19..5 super ground
grip As Specified
Axles Shall be torgue proportions
with outboard planetaries As Specified
Oscillating front axle w/lock- As Specified
outs p
No spin rear axle As Specified
Wheel Base 9'1 " 10 ' 2"
Tread Width 6'2" As Specified
Four wheel drive As Specified
Minimum gradeability 45° As Specified + 65°
Minimum travel speed 18 m.p.h. As Specified
Brakes Service brakes, foot operated
on each wheel As Specified
Parking brake located on drive As Specified
shaft
Working brake hand operated on As Specified
each wheel
air over hydraulic As Specified
maximum outside turning radius
31 '8" As Specified
maximum overall length in travel
position 35 ' 0" As Specified
Maximum overall height in travel
position 13 ' 0" As Specified
Maximum overall width with out-
riggers raised 8'0" As Specified
Maximum tail swing 7'5" from As Specified
center line of rotation
Minimum ground clearance 12" As Specified
Four (4) hydraulic stabilizers As Specified
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Engine One engine minimum of 95 net
horsepower providing power for
both roading and excavations As Specified
Turbo-charged diesel engine As Specified
Minimun of 4 cylinders As Specified
Minimum of 276 C .I.D As Specified
Liquid cooled As Specified
Minimum 24 volt electrical
starting system As Specified
Minimum 35 AMP alternator As Specified 42 Amp.
Minimum SAE net horsepower of
95 at rated R.P.M. As Specified
Boom Execavtor auxiliary hydraulics
on boom As Specified
A bucket tilt mechanism shall be
provided that will give a minimum As Specified 45°
of -4O° tilt to either side of Total - 90°
center for a total of 80°
Operational Minimum digging depth 20'10" As Specified
Minimum reach 30'9" w/without As Specified
extenable dipper
Mechanical "quick" coupler fea- As Specified
ture for changing of buckets
Bucket A ditching bucket with a mini-
mum struck capacity of 3/4"
Cu. yds. As Specified
Minimum depth of cut for 8' As S ecified + 20 ' 2" at 8
level bottom, shall be 16 5�� p
As Specified
Minimum reach at grade level 29'0" As Specified + 30 ' 9"
Minimum dump height 19'2" As Specified + 20 ' 1"
Minimum operating weight 35,600 lbs As Specified
Lift capacity over end at 20' 10,000 lbs. As Specified
Dipper breakout force of not As Specified + 14 , 300 lbs
less than 12,000 lbs.
Bucket breakout force of not
less than 19,000 lbs . As Specified
Fuel Tank Capacity for a minimum of eight
As Specified
(8) hours operation
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
Pumps Hydraulic pump or pumps capable
of providing the necessary gpms
to adequately perform the require- As Specified
ments of this unit.
Miscellaneous Drawbar As Specified
Rear pintle hook AS Specified _
Hydraulic system to have a
replaceable 10 micron oil filter
and visual oil level check As Specified
Backup alarm As Specified
Paint shall be construction yellow As Specified
Manuals Furnish parts, repair, and two
operator manuals and wiring As Specified
diagram
Warranty 2 year power drive train As Specified
successful bidder must have a
franchised service center with-
in 75 miles of Oshkosh, WI As Specified
Delivery By authorized representative
who will instruct and train on As Specified
unit
Trade In One (1 ) 1973 Drott Cruz-Air
excavator. For arrangements to view
trade, contact Ken Robl
(414) 236-5180
PROPOSAL
One (1 ) self-contained, hydraulic excavating machine
for City of Oshkosh Street Department.
We, the undersigned, propose to furnish one (1 ) self-
contained hydraulic excavating machine F.O.B. 639 Witzel
Avenue, Oshkosh, WI per specifications or noted deviations
for the following amount:
John Deere 595 Excavator 1986 124 , 390 . 00
Make Model # Year Bid
Less trade of one (1 ) 1973 Drott Cruz-Air
excavotor $ 50,490 .00
Net bid with trade $ 73 , 900 .00
Bid without Trade-in $ 95 , 800 .00
Warranty Two year Power Drive Train as specified
Delivery Within 60 days
Terms Net 30 Days
Service Center DePere , Wis . or Municipal garage in Oshkosh
Brooks Tractor Inc .
Name of Company
Submitted by: Jim Casey ; Sales Cord ,ljyy ,G 72)
Name & Title of Individual
10 June 1986 Completing this Bid
Date
P.O. Box 430
Address
DePere , Wis . 54115
City State Zip
( 414 ) 336-5711
Telephone
Note : Descriptive literature to accompany bid.
"Option - 36" excavator bucket to fit quick-tach system. $3 , 524 .00
CITY HALL
215 Cnurch Avenue
P_ O- Box 1130
Oshk osh 902-1'30 City of Oshkosh
54902-1'3G
QIHKQfH
ON THE WATER
June 9, 1986
TO: Brooks Tractor Inc.
SUBJECT: Bid Addendum - Hydraulic Excavating Machine
BID DUE: 10 :30 am CDST Thursday June 12, 1986
The following information is requested and to be included in the
bid for one (1 ) Hydraulic Excavating Machine :
1 . State the Fuel consumption per hour as per Manufacturers
'specification.
Gallons per hour 1.9 - 2.9 gph
* medium to heavy use.
96.6 gpm Total flow 107.5gpi
2. Hydraulic capacity in gallons per minute
3. Pressure in PSI and Manufacturers of hydraulic system.
4,270 psi - dig cir.
526 psi - pilot
1,778 psi - steer
This Addendum shall be included and returned with Bid Proposal.
Cordially,
Cnr), folLq■:L7:4
Don LaFontaine
Purchasing Agent