Loading...
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.