HomeMy WebLinkAboutHein Equipment Co. AGREEMENT
THIS AGREEMENT made and entered into this 19th day of April,
1985, by and between REIN EQUIPMENT CO., INC., P. 0. Box 243,
Sussex, WI 53089, 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 18th day of April, 1985, 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 truck loader
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 $18,943.00 , 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 . e Prese . e of: HEIN EQUIPMENT CO., INC.,
// S nature of the sole pro-
'' - 1 .,E _,_ prietor , or name or corporation
or partnership
President or Partner
S retary
CITY OF OSHR SH
- 1.i os.c .)k- ;\ ,(_ 4\0 t k-/ BY: e --, ) /
Will.am D. Frueh, City
Ma 'ager
� And• , i,. 4//,,f.„Lat, /)
Donna C. Serwas,
City Clerk
Approv d as tolik'o •m and execution: I hereby certify that the
necessary provisions have
. 4 been made to pay the 1ia-
Warren P. Kraft, bility that will accrue
Asst. City Attorney un1,er this Contract.
6:4, , 1" ' 'q.-641;
EDWARD A NORES,
City Comptroller
2
.. ........... ....... ..
0 • a)
m 0 H-
m •
ttl
X X A
z N H•
H W
• CD
Cw)
O rt
co
•
•
tD C�
O
H
C]
OD 0
aO z
1p H�J C=]
, E
W H
o 0 •-
o ro
t�
z K
t7 d
> c
ro
rro H
H (J
1-3
m tl o c
rt ro
3 7C
w [A
o 0) 00
CD ro
da
O
• m H
fv C
!A tr7
co
H• �C
tn
`G iG
K Z
tn
� C�J
cA
�"h M
O !�
K t+7
3 7�
H
lTJ
PROPOSAL
ONE (1 ) HYDRAULIC TRUCK LOADER
We, the undersigned, propose to furnish and mount for the Street
Division of the City of Oshkosh, Wisconsin, hydraulic truck loader
completely mounted and ready for use on a 1985 single axle truck
to be furnished by the City, as per specifications, for the
following amount:
Lodal GT5050 $ 18,943.00
Make & Model Bid
Delivery will be in 45 days after award of contract.
Terms : net 30
Warranty: 12 months
Hein Equipment Co. Inc.
Name of Company -
SUBMITTED BY: P. 0. Box 243 Sussex, WI 53089
Address of Company
Location where mounting will be
done and where parts and repair
service will be available for 414-255-0471
loader offered:
Telephone Number
Lodal Inc. Kingsford, MI 49801
April 8 , 1985
Date
BIDDER TO SUBMIT DESCRIPTIVE LITERATURE WITH BID
...4..4•47: ;::,. -? f•
6 9:X; 41Mm
,L4�•
�a.id � fi S' g ,, i•
t3{ 'kJ' �'-j� y t y:�+:'.'0,{..,�!"•1., y Y°`+v%!.:'-4'k: } 1 r r3 rt.��,p�
f 4.1. i i f"�`ckF.1 ;4.45. ig,a7( ••Pe a!, 4 A ^.gj� s4 ':3•;,
( }�;��j}.(• }jam. jµry 5511 y :1t-,.
..'l" ''..M1.J..:! i::C`...:.$'4.J�,a4 y'ti�:�! .,'r,-•.• 'Yi: :Y:rr,;'af.. 3:,.+` �'"
{' I �.i; �.;'.' .'..,,, a.:•1:;<�A' �Via'::[` may..:�.^.`.$a`.''y+'. ■.:-:� i\
r 2:.ie. .=.'"r: ,404;:1 '.C'' q 4, ar( t`'r'.'•
!f•'R:.4:'. irS,' ~%S}.y14 .j T tram:7:i:r, �1 p
- �'';'li'' t.. r W .Ng4;i:•eF? $. .f rk 'r.l. •, - 7.1!.: .• '��6 .t �. a�• s? �*i � . ro .'J^x ,:y� :�� . � ��} � :;.�. "p .�rl" aa'� r .L:. L'; ?: t :y:' •y 17.......r''' •�; 0i. x'91 y a �,•
t
ri'
k f rw :
� F
k t}Flr �`A P.::-..• .7..'.1; ".
' r � '.. ?j i 441" •• Fn yh a k r33E!:;i`* 1 ��rJ
• J r
4., f' •w.i a r ,'+„4.,`',.":r1.,. n' _7 -r...'t. ;. F4:".. .:Y i d 'r 4''
'_yy )� t - fit. *w�i.•.f fir:
_�. .;iky�, L.x ,t id'r':r,K:.;w'�� '. 5 t r.►rr�� �'�r
a.r.:r•%S: :fti,',k.,•••.:Y y44��.��'i}!y:i t...-- ::,t,1:,= 'y:t;i,.c, . '1r{� '.e-• .. .• ilx• ..t...,5'.'`-,
r
. .:,4 ... _ yr.'''fli a°.s.••1 •'i'yI'':r-4;:.. ,` • ....9•''''.''..1"...:!/e:•:...:::::.•hCys ;. r ,F. u.''• •
t1.. C. 1� � :. !' 41,..:: ty::i��:;',f3�:/.�:i�?:,�� r,'* ys�;i:
} + xC,; d� ,..4.;•:•.,,•;;,.....,!' i:?'4'F :-...:414r.:,..:‘,.:: t +'. ':'];s �r s J ,; .?".4:;.::.:.:.. y' .
Ire R1.1.:�:.G'^ '••• )
;��t.' � ;� � ':. '.:�. 4.4'44 . .. . •
ws L: ':''Aa1 y:..:. •may itc Y` 6°
�Y, >�t 'ice rl'':•,,,E,-.:S'.! .. •y ••7•r.,. -.:.b yt•
1 ,x •
} / Y c
y r FM
xJ 4
- {4 �'4' mi l '.., .p.••• .:4 y (`
r�, •;• S r
•
•si: ', .♦. L 1:•.a t'd •ty.Il1.wa$f>' 65: b !,,...1:
Y -tt
, }�, }g. +'.r 'Y° Situ '� .,,y, �,n: n .. hF
..
tY 4.. 14 �4^� Yn 1.- A:
, sup pJ.
r ",. �•' S1 'i .ti 5.. :r" Ari,,
t z tt�n ,''3'- h., "
• ��LL,,•r R 1 yt�ra•�9r•1 s.. l',I.d
ØIW$dry.. :"1: .'tF✓:. .},�•",: k� ,3,•
+}1'''''j' ..t^1:1•41:-.'.P.'51:-':'�:Y n;'t'+. . ,�J�`,Fd�rt�� ttt,t a .!i{ }t S.n F` 4 4.•1 I r$ �+ 4 Lrlbl. 'f, t . :,,!....4,....t.:.lAxiF,rr '' i,. ,..",:.:•!!.):171-9',1:::::.'••••:."...:,:... '.•
;7.:i:�: -;drop.: -' ''r.•;�1:{ .. mJi. •}k �:.:r'.: A'•.a ^.z: :.rt>.
;.,�. .r-..a.. .,Iq '� � :4.i`: .'� i1' !°.�:i '/'
.. %:•1.1 '.'r: iai.jt{e��gd.��r-'�IUA �'' .4.44:1 k '�.,''x;. ':cj.'•'t..4., , (' {•'j} k- 1111-. -4:413.^^ L� } -'1;, !I :. :.^', .r: ..t:"'e�,,,
. ? _,,. r•..(:y}•.6k!::;.�•'"i.t,.•:(' ')..n �.F :'r$ yare- aj,.^c+? .n::?.le n `..
.. . .,., i .... r ...jib^ .4.z .A. a:!.. 1 YF'a '?� +':'.W`...ya:.
, `ry
.A ai.. ..J 11.:1;:i'.•••••••:;:.s,�4i"�'� .ti+'y �'1. 1 p i•;'.�'�::+t,, �.::�.nL ' :j•-•'�:� � '
! ..� [.i'..' # .. T��`� : .,.Fr':'.r'i �; 1:..
X. r> 5 { •1R 4,...''.4'4'...:; ,..'` :�
4 t1 47.t J• 'S • •":1.`...•.:...g.,yyr.`4'Tr q .:i`•.+l"-. A 2„.',„.;....m.....,.....-...4.:-)..:.•.: ,. _ _ }`,^.S'fCi'.^�'f..la'9,iP:"';Y . .:".r; Y. f+
, , a ' Y�, '_ !f1-
T A
i
Y
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.
CITY OF OSHKOSH
TRUCK MOUNTED HYDRAULIC LOADER SPECIFICATIONS
FOR STREET DIVISION
Quantity (1 ) Loader Model GT - 5050 - or Equal
1 . Truck mounted loader shall self-load into the dump body
of the truck on which the loader is mounted, and it
shall also be capable of forward loading into other
trucks as well.
2. The loader bucket shall have a capacity of not less
than 1 cubic yard and shall be equipped with a
hydraulically actuated "grapple" or "jaw" across its
front face . This jaw shall be pivoted at the sides
of the bucket so that in the open position the dis-
tance between the jaw and the bucket cutting edge is
a minimum of 40 inches . The bucket should also be
so designed that when the bucket tilts forward, the
4aw will make contact with the ground approximately
0" in front of the bucket cutting blade . The bucket
shall be equipped with four (4) double acting hy-
draulic cylinders for actuating the bucket tilting
and the jaw.
3 . The loader boom arms on each side of the truck must
clear the front wheels at all times regardless of
loader position. The boom arms must be actuated by
two (2) double acting hydraulic cylinders under each
boom arm.
4. All hydraulic cylinders must have chromed piston rods
with dirt wiper seals .
5 . The loader must be suspended under the truck frame
with four (4) detachable pins to permit easy removal.
6. The loader controls shall consist of not more than
two (2) levers mounted inside the truck cab within
easy reach of the driver operator. The area on floor
boards where the controls are installed shall be
reinforced.
7. Two (2) West Coast type rear view mirrors are to be
included as component parts of the loader and mounted
in such a way as to be outside of the arching action
of the loader boom arms for best rear vision.
8. The hydraulic power for the loader and dump body shall
come from a hydraulic pump, drive line driven, which
is connected to the transmission power take off.
2
9. The loader shall include a Heavy Duty Air Power Take
Off (PTO) for the truck transmission. (Substitute
cable in place of air if desired. )
10. The loader shall be furnished with all component parts
necessary for a complete installation on truck chassis .
Any modification necessary to install loader unit shall
be made by bidder and all costs shall be included in
bid.
11 . The overall outside width of the loader exclusive of
rear view mirrors and brackets shall not exceed one
hundred eight (108) inches .
12. The following dimensions and capacities shall apply
to above loader:
Bucket capacity 1 - cubic yard
Loader net lift capacity 4,500 pounds
Loader outside width 108 inches
Loader weight (approx. ) 4,400 pounds
Inside bucket dimension 78" x 45" x 28"
Jaw opening 42 inches
Pavement drag 40 inches
Bucket cylinders (dia. & stroke) Four - 3i" x 10"
Boom cylinders (dia. & stroke) Two - 4" x 16"
Two - 5" x16"
Hydraulic oil reservoir 25 gallons
Hydraulic pump (gear type PTO
driven) 26 GPM @ 1800 RPM,
@ 2000 PSI
Live power pump (gear type) 38 GPM @ 1800 RPM,
@ 2000 PSI
13. The loader shall be provided with a three (3) spool
valve with power beyond feature in lieu of the standard
two (2) spool valve. The third spool will be used to
operate the dump body and a lever will be located
inside the chassis cab for operating the third spool.
An inline relief valve will be provided to enable dump
body pressures to be reduced.
14. The hydraulic oil circuit will include a return line
oil filter using 10 micron filter element.
15 . Loader to be painted DuPont Dulux 75306.