Loading...
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