HomeMy WebLinkAboutCooleys, Inc/Sanitation diesel truck purchase 1985 AGREEMENT
THIS AGREEMENT made and entered into this 8th day of
February, 1985, by and between COOLEY'S INC., 117 Wisconsin St.,
West Bend, WI 53095 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 resoluton
duly adopted on the 7th day of February, 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) diesel truck chassis (IHC - S 1954)
for the City of Oshkosh Sanitation 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 between 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 $26,315.00 , 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
agreement 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
partnership, the signing of this agreement shall constitute a
warranty by the person (s) so signing the proper authority so to
do.
Inl the Pr serape of: COOLEY'S INC.
t / t iii 4/ i`/ BY:_ - -`) j ,4.�+ 2.r
�' ,. Signature of the sole ro-
;,.,( / ( / ,`'L. e. prietor, or name or corporation
..' I° or partnership
President or Partner
"1..1%r`: .0 e/ ) ,—4-.L"L..
Secretary
CITY 9'F OSHKOSH ; 2
Y / /;
L "," `' �r, BY: 7/,,';et?'.---'
.4`i• , ,,/i44_,_,&,/
/G44_,_, ti
4
William D. Frueh, City
f/ " Nae . f
;l
.E And: � .u, ( . A,,
Donna C. Serwas,
City Clerk
7p, oved as , form and execution: I hereby certify that the
necessary provisions have
" ��_ been made to pay the lia-
Warren P. aft, ' :; bility that will accrue
Asst . City Attorney ”der this Contrract .
EDWARD A NOKES ,
City Comptroller
2
U) U) En
0 • a) Cl) U) a) a)
H coy a) a) .-4 ,-i
H .. E N f••• 0 a) •H v) •,-•1 .. E -0 E
Z Cr) 4-) '0 •ri .. E -. E 4) +>
d CD O cd 4) +-) +J 4-) O C: O
a a 0000 I. S~ CD a) C O a) 00 4- 00 CD
a LU E000 +-) 00 Z 00 Z E a) E CD CD
d E. "O E O E CD ^ Z ^U
NNO NN N LO
1- - OO NN NN .- N
.- ix) .-- r• e-- .-
Cl)
>-' U) U) >,
>, >, CD 0 cd
W cd cd co v) co 'td
> .b ,.O >.
1-4 I CO I CD
.-7 CD O CD b O O)
W N N N N
CD r• r I-
Z CD O CD CD O
E--. 1--i CD O CD CD O
0 I
O W u) If) 0 LO
x Ca N .--- LI CO N
Ca E. < d LO r- CO N-
C: E. r• r- N 0 .-
Z M FO CO iii
CO CO
O
H
ciD
h-1 Z O \r„,
o LI) LU - ^ ^ ^ ^
I-•d co Z 3 E-, N- qD 0 C) O
H 0) N N M N M
d •-
E-
H ^
Z d-
d N
ci) Z 0 0 0 0 d•
>-. 1--1 CD CD CD CD d-
a a I
o d w tr.) 0 0 0 co
LI. O C/) Ca N O O O M
Z Cl) < O) N LO L.P) Co
Cn d ELI a ^ ^ - ^
H h a E-. M LI) .- ,- Lc)
Cl)
VD C:)
d LT-1
U W O O CD 0 d-
a 0 0 CD CD d-
x 0 CD • • b b
U H LC) U d• Ln d• 0 t. ] a
T•b O L n
O Cl) CID N x L1•) LI) L!) 0 0 Q) CO S-■ 0 •-
a Ca 4-4 o) Lr) U o) •- u+ 0 Ca. cc 0 CO d- U
H H ^ -= r- ^ co U) -LL co ^2
W . L-•1 N Z 0 Z CD
a Lam) Cl)v) M Cl) M a LI) M a d- ,�
W U
L)•7 $-.
H 4)
C)
C)
Z - - - - - .-� =
o 4)
a) N-
a) >
E d o)
ca. C) a)
•.•-I 0 L1) .0 > ,Z >
• •r-1 • a) U) < Ind
C) U) a••) CD 0 0 •— ••--
w 0 .--- Cl) M ,s4 .s4 0 .14 x 0 4) 0
0 0) Lc) •.r~ U 0) .. U O) Cl) O)
-0 U d• U) 0 d' U) 0 • • d• a)
O v) LI) • �. -H 0 b Lf) 0 b LJ) U) {'r L!)
cd •r1 U •-1 3 I•. a) 0 0
H C~ v) U) H (/) H ,-4 U) H
.14 H t'. ^ I•. 2 3 S. 2 cd •r•I
U +) O ID 0 0 Cn i. 0
O (I) 0 Cr) U C~ 4-) 4-1 ^ +•, +) • S-L • 1-4
I-. (1.) O - (f) (1) 0 (f) .0 O (f) I•. cd .0 t
O H +> >-.•.-1 CD 2 a) U) 2 a) cn a) = U) a)
Ll) a) a) s 0 0 r 1 0 'b
CO S-+ 0 H H +) .--i �4 H .4 N L() �4 cd
O O N C]. 0 c- u) ,.0 CD ,. -0 O -0 4-) CD 0 I•.
U) CO L() 0. 0 ,- a) cd — U) cd •- E7 a) N- U) f-*
O C-UNd O .- Cao) O CD0O 2N0 •k
PROPOSAL
We , the undersigned , propose to furnish the City of Oshkosh , Wis-
consin , one ( 1 ) diesel truck chassis , F.O .B . Oshkosh, 926 Dempsey
Trail , as per specifications or noted exceptions , for the following
amount :
One ( 1 ) diesel truck chassis for Sanitation Division :
A
/ / a
' 'E AND MODEL
LESS TRADE-IN:
One ( 1 ) 1977 IHC truck with 17 yard
Leach Packmaster , Fleet #14 $
NET BID WITH TRADE $ ;'b 3/ . °
BID WITHOUT TRADE $ ")21 L3"7�-
Warranty : 14,2 - ''Z.r1,& J ��
Delivery in J - G) days after receipt of order .
Terms : 1/64-V47 days
NAME OF COAPANY
SUBMITTED BY:
NAME AND TITLE OF PERSON SUBM*!`TING
BID /'
Date
1985 /7? �i';�r Ise - /�' 3 L=
ADDRESS OF COMPANY
L._5-SO 757
SPECIFICATIONS
DIESEL TRUCK CHASSIS
FOR SANITATION DIVISION
The following are MINIMUM specifications for a truck chassis on which will be
mounted a 17 cubic yard garbage and refuse packer body. The vender shall complete
every space in the "Bidder's Proposal" column with a "as specified" notation if
the item being quoted is exactly as specified, 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
1 - Quantity One Manufacturer
2 - Equipment Current year and model conventional cab type
truck chassis of not less than 34,000 lbs.
GVWR Year '2=7s Model s---ifs-17`,
GVWR , %'fib
3 - Diesel a, 210 HP a.
Engine .L/1 I D V‘ 0//'-' A
b. Dry type air cleaner b.
c. Full flow oil filter c. Acr.--(..✓
d. Engine hour meter d.
e. Disposable fuel filter e.
�., f. Provisions for a front mounted direct drive f.
J hydraulic pump including crankshaft adaptor
4 - Cooling a. Radiator to be heavy duty tube and fin type
System a. C- "J
) J.
b. Automatic air operated shutter
( c. Provisions for front mounted hydraulic pump c.
(drive through radiator)
5 - Exhaust a. Horizontal muffler with vertical exhaust a.
System stack
b. Exhaust stack to be mounted in back of cab b.
40/(--- •
c. Rain cap C. c(�
6 - Fuel Tank 50 gal, step tank mounted on right side
7 - Frame a. Reinforced channel construction with section
modulus of not less than 15.9. No fish plates a. 0 4 ,
or external reinforcing acceptable ° ,,
b. For snow plowing, it shall have a factory b. , _ _ t � ,�
mounted front frame extension �"
c. Heavy duty front bumper C.
8 - Tow Hooks Two, mounted to front of frame
ITEM SPECIFICATIONS BIDDER'S PROPOSAL
9 - Cab to Axle 120" modified for exhaust system to
accomodate packer body a . /4i22-c, ,
10 - Springs a. Front - capacity 6,000 lbs each a. ` 41
b. Rear - capacity 12,000 lbs each b. / r
c. Rear auxiliary c.
4 > ..
11 - Front Axle 12,000 lbs
C .ii _
12 - Rear Axle a. 22,000 lbs a.
l -�
b. Single reduction b. ^
c. Appx. 6.14 ratio c.
e*?...19 43,ter ,_
13 - Wheels a. Front - cast spoke a.
b. Rear - dual cast spoke b. '4
e'l l --
14 - Wheel Seals Stemco (or equal) wet-type front and rear
15 - Tires a. Front - 10.00 X 20 - 12 ply, tube type nylon a. ,
regular tread, mounted on 7.5" rims „'
b. Rear - 10.00 X 20 - 12 ply, tube type nylon b.
mud and snow tread, mounted on 7.5" rims it, --4 -c--
c. Spare rim (no tire) c.
16 - Steering Full hydraulic power steering
Cam'
17 - Brakes a. Full air brakes - S cam type - 162 X 5 a.
front, 164X 7 rear ,/-�)( :: /6' ) T `7,i -e-
b, Air tank to have automatic drain valve and b.
alcohol evaporator
e. Parking brake shall be spring actuated air c.
release type with control lever mounted (. ,
on the intsrument panel in cab
d. There shall also be quick release valves . d.
installed in the parking brake system
18 - Transmission a. Automatic 4 speed with provisions for hot a. 1 if�`� -.,tfi
shift P. T. 0. -90
b. External transmission filter with b.
replacable cartridge
(..,;(,2_,- ..,4,...e.„(1,, .,
19 - Electrical a. Battery - 12 volt, 200 amp, maintenance free a
System - ' d v' id L n C "
b. Alternator - 60 amp b.
, 6 c
c. Fresh air heater and defroster c./ ~� '
d. Dual electric, 2 speed, windshield wipers d.
L,-1_ .4z,-
e. Windshield washers e.
6E--.l - 'r[/,
f. Self canceling directional lights with ICC f.
emergency flashers r - "
g. Instruments to be positive reading gagues g. 0: -- 4
1 h. Dual electric horn h. ` ,'
I
ITEM SPECIFICATIONS BIDDER"S PROPOSAL
20 . Cab a. Primed and painted with
paint equal to DuPont Dulux
WHITE a -cam _
b. Two 6"x16" western type rear
view mirrors
c , Grab handles mounted on
each side of cab. c . ;
d. Seating for 3 men d .
e . Dual sun visor
21 . Rustproof Complete rustproofing
22 . Warranty 12 months or 12 ,000 miles c' �
Trade-in : 1977 IHC with 17 cubic yard Leach Standard Packmaster , Fleet #14
The general condition of the trade-in will remain the same as when appraised.
Tires on the trade-in may be replaced with tires serviceable only for
transportation of the truck . Items such as first aid kits , fire extinguishers
radios and paper racks will not be included with the trade-ins .
An appointment to inspect the trade-ins can be arranged by calling Steve
Langkau or Eugene Treichel at (414) 236-5149 .
i
1
1
1981 AND LATER a,:'honzecto service this series ofveh:C.e `ow a :--a-;es
NEW LIMITED MOTOR VEHICLE WARRANTY covered by the vehicle warranty wnen;-.e.e- : a s -cce z
S-SERIES 1600 to 1955 or cannot be safely driven to the nearest a..'-:-:.: sir.
. • CARGOSTAR 1600 to 1850 location regarcless of mileage during !re 5_ :alt
Basic Coverage operation
For the first 12 months $rem +e`.,cle delivery date or 2.000 5-Star Major Component Coverage
. miles (2C000 Km). whir--ever :x_urs first. International Ha,- For the first 12 months from vehicle be :env :a _ __
vester' will repair or replace any cart of this vehicle wr cr• miles (80.000 Km) or 1500 hours. wn::rive- :c:_-s s:
proves defective in T'atera' enc workmanship in norms use icocated ,n the 5-Star Prorate Tacie. inte-at'._-a -ar.=_e
and sery•ce with new or ReNEWed parts. This warranty will repair or replace any part of the Main a 0 F-x
coverage applies to the veh'c'•e iregardess of owners within Transmissions (except Allison transmiss ors a-o ar. me-.
the time and distance :im'tations specified- ly operated controls); Rear Axles lexce:r v.^ee• a cs ° x
8.9 Liter Diesel Engine Warranty controls, and attachments). Front Ax': 'e=:v:' 7--e e-
Main frame.including IH four spring and a^s_<_=ees':- -:.
For the first 12 months from vesicle deiivery date or 25.003 rig brackets, Basic IH Gasoline Enc nes lee- _c --z a:7a
miles (40 000 Km).whichever occurs `,rst. International Har- ing accessories. thermostats electncai. are a:: extar-
wester will repair or replace any part of the Basic 69 L ter mounted fuel. cooiing, and filtration syste- co- 's-
Diese: Eng ne and fuel system but exclud ng•• attacr,ng Basic IH DT Diesel Engine 5-Star 'f a-•a-ty .:.e-a;a •s
accessories, thermostats. eiectrlcai and cooling filtration months or 100.000 miles 1160.030 rt .?:_ :
systems. which proves to oe defective in materal and whichever occ.r5 first.as indicated le the :H =5a
workmanship in normal use aria service with new or ReNEWed Prorate Table international Harvester w:''reea r-r-e: aoa
parts. part of the Basic CT Series Diesei Eng'nes __ : _e __
LPG Engine Warranty and'r,ectors. but excluding-attaching access:-vs =
For the first 12 months from ve".:c e. de!,very date or :3 0)30
s'ats eiectrica and cooiing futrat,on systems re- - 7..":.e
miles 180000 Kml. whichever occurs 'irst. International Har- be defective in material worxman;Ii p :n ,__
vester will repair or replace ar part of the Basic IH i_° service with new or ReNt',ed parts.
Engine, but excluding•• attach rig accessories. thermostats 5-STAR PRORATE SCHEDULES
electrical.fuel and cooing futrat,on systems, whirr proves Distance Traveled or Month :_ : Se., _-
be defective in material and workmanship in normal use and Pe■reei Wh,cnever•.s Greatest
service with new or ReNEWed parts Fee,eee, p,yaeer 7.1 Tee •.-
9.0 Liter Diesel Engine Warranty ''es:1 MI I K"e;eil'i 1>e.>.:
For the first 24 months from vericJe delivery date er so: 'S'b 12-'`•'- d=LC.� f 25'; K,:!_ --
mees (80.000 Krn)• whichever cC:urn first. Internationa, -.a 2t.: 35oCu I +�'et 5' cry: _
venter will repair or replace any part of the Basic 90 L e• ;5': 7,iJo1- 52 not 150:X 8,8,'.:00 __ :et
Diesel Eng ne and fuel system. but excluding- attacr..ng 7e: Q',e- sC:so I 0.e• to n:
accessories, thermostats e'ectr:cal and cooling filtration 1K DT SERIES DiESEI.EP+G;aK:S
systems which proves to be defective in material and *creel
workmanship in normal:.se and service with new or ReNEWed ;Ili.LW Dee.,
Parts. C•r,•1 Me, KtMSlie(1 'i;It 4-MI
ICj' 121:1- 5"5.000 1 2:001 t:o; .
• - Excluded Engine Warranty items are covered under the
basic 12 month;12.000 mile (20 000 Km) warranty prey CC SOS, 50021 ':0000 SC 0a t6::..
C.er 10C SOC I 6.e-le,:::: -. e _'::
Provisions of Thls Limited Warranty
AN equipment or trade accessories RA-472/474 TANDEM REAR AXLE
es except those terns i slec PRORATE SCHEDULE (WHEN APPLICABLE
under"',Vhat Is Not Covered"wil!be supplied by internauora Distance Traveled or Mor.;h5 e; r13_ :-. : Se'.
Harvester prov'ding the vet■see snail be returned to the se'e's Wn,crtever:s Greatest
pace of business or f in tra-s•' to the most convenient .rite'- Proem
national Truck Dealer authorzed to service motor vehicles of PI"c'uo,r fifer`*
the models covered by this warranty Defective part or pa-ts _ —
will to repaired or repiaced eeher without charge or as ndi-
J 0� I
cated in the Basic or 5-Star Coverage Schedules 75'Sa 100001-150 500 '60:C7 ,:e:_.::
Adjustments/Towing 153 00' 220000 :,:xi 2::.:
During the first 90 days or 12.000 miles 120.000 Kmi. 25'=° 200.031.2502:0 320001..':::: :.
whichever occurs first.of ire warranty period.adjustment Sir- 2°.- C.er 250002 O,- - _:': y,:
vices required as a result of a manufacturing defic.ency vv,: be
Performed free of charge by any International Truck Dee er .,..osecuent Ow,e•Cs.er,ye rot ava•a5,e