Loading...
HomeMy WebLinkAboutBruce Municipal Equipment 4/22/1983 A G R E E M E N T THIS AGREEMENT made and entered into this 22nd day of April , 1983 by and between BRUCE MUNICIPAL EQUIPMENT. INC. of N 60 W_ 15771 Kohler Lane, Menomonee Falls. WI$.5Iparty 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 resolution duly adopted on the 21st day of April , 1983 , accepted the bid of the first party and authorized and directed the proper City officials to enter into an agree- ment with the party of the first part for: One (1) Street Sweeper for Street Department Bid: $42,890.00 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 without 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 $ 42,890.00 , upon presentation of a proper voucher, and delivery and acceptance by the City in conformity on said specifications and bid. 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 cor- poration or partnership, 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: BRUCE MUNICIPAL EQUIPMENT, INC. By: $ - - - __ - . , . name or corporation Pre dent sec e t r QA-aX.. C,O.cie . 5•.� U CITY OF OS OSH 41 A ! WI I AM D. FRl7EH, City Manager Ave i : g By /1/114/ DONNA C. LUEBKE, itYClerk I hereby certify that the necessary provisions have been made to pay the Approved as to form and liability that will accrue under this ex ec u t i ....--", ,�//,�� c o n t r�,(a,{\(j1F 1c t: , a .141 I 4 1.i '401 ,1 =''-', EDWARD A. NOKES, City Comptroller TOM W. AHRENS, Asst. City Attorney to o w n m Z CO CO w o rn C 0 o o a m a o H Z • 3 H tD C to tD F-' to O TJ J 0 N 7 Al v H (D H I-' - H Al H - O H t+i F-+ H CD • l0 1'i I- wC o cD U, rt Z O z En tT m m L0 oo m -O H H m 0 C7 n o CO H O H id d C1i H I-' C 0 N C=i ro to (n t+7 o H (n Z trl O Z t=i t11 o .3 ;i tr1 o > z o t7 ro H O C EZ H tri - '-3 y 1-3 �7 o I- tri to W to tr7 o y H o y • xi d w o o d C+7 tz ro xi Ui ■-3 N y CO H C=i 00 d Z H o t�1 E I H o H y o Z � 0 C H rn z z x1 O A Z 1-3 Z 1-3 En K C7 1-3 tt Z O C+7 C a CD > xi H DJ rt. z 3c 6( Ow Ent tnw 0 to rv,r�q m.�R�rli nr 'p rr'rr77'147 7I 97 n11 ^TMlir ir'. r r'l 1'n,' "-,''19•i"y'iif rrrllr'Tlr'In^'"'".�„rim,,IrT1 VIrrm•ea(rr ��,Fri� .i�r � I^ril.r n.r.,i�� .rivnr • Purchasing Division P.O. Box 1130 Oshkosh , WI 54902 NOTICE TO VENDORS: 1. We are submitting wherewith for your consideration an in- vitation to bid on: ONE ( 1 ) STREET SWEEPER FOR STREET DEPARTMENT 2 . Bids must be addressed to Oshkosh Purchasing Division, P .O. Box 1130 , City Hall , Oshkosh, WI 54902 Envelope shall show name of bidder , and must be plainly marked in the lower left hand corner "Bid for 3 . Bids must be on file in the office of the Purchasing Agent no later than 10: 30 a .m. , C.S .T. , Thursday April 7 , 1983 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 be 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 ) 424-0265 . William D. Frueh • City Manager PUBLISH: March 25 & 29th , 1983 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 STREET SWEEPER These specifications are to describe a 4 cubic yard street and gutter heavy duty self-propelled pick up cleaning machine which will be capable of sweeping a minimum 8 foot path by rotary and revolving brooms and picking up all types of accumulation such as sand, gravel , cinders, clay, broken glass, paper, leaves, sticks, small stones, and concrete, in a wet or dry condition, doing a clean job in one pass over. All material shall be deposited in a built-in minimum 4 cubic yard receptacle or hopper which when filled, can be dumped in compact piles, or conveyed to a dump. The unit shall be desinged to be operated by one man, capable of covering 20 to 30 sweeping miles in approximately eight hours, shall be reasonably quiet in its operation, the noise level to be low enough to permit use in a residential district without undue disturbance to the residents. A sprinkling or dust settling device shall also be furnished. The unit shall be designed and constructed for maximum production, ease of op- eration, and low maintenance. TRANSMISSION • Shall be heavy-duty type with a nominal torque input capacity at least equal to the maximum torque developed by the engine. It shall be of such design as to provide not less than 4 speeds forward and one reverse. ENGINE Sweeper to be powered by a heavy duty industrial type American-made turbo- charged diesel engine, four cycle, four cylinders, with a maximum brake horsepower of not less than 95 at 2200 RPM and net torque of not less than 265 foot pounds at 1500 RPM and not less than 276 cubic inch displacement. To be equipped with dual element dry-type air cleaner, full flow oil filter, radiator, 35 gallon fuel tank, governor and starter. Engine to be on rubber mounting to absorb vi- bration and reduce noise. Cooling system to be propelled by a 50-50 mixture of anti-freeze and water. Engine accelerator shall be hand throttle for easy con- stant speed setting. CLUTCH The clutch shall be a heavy duty enclosed type of the largest size available and not less than 12 inches in diameter. TIRES Tire size is to be as regularly supplied by sweeper manufacturer. They shall be first line heavy duty nylon tires and of the greatest number of ply available of the tire size to be furnished. Size and capacity to carry the maximum combined operating weights and loads. Drive tires shall have a tread design for good traction on wet pavements and shall withstand severe shocks. SPECIFICATIONS Continued BRAKES Service or foot brakes shall be heavy duty hydraulically activated. For emer- gencies, a hand brake on the main drive shaft shall be provided. STEERING Shall be of the rear wheel type, equipped with heavy duty truck type hydraulic power steering. MAIN DRIVE All heavy duty shafts, chains, gears and bearings shall be shielded or enclosed but have provisions for lubrication. AUXILIARY POWER MECHANISM Heavy duty power take-off from transmission or by a hydraulic motor of demon- strable equal capacity to adequately serve the brooms and conveyor belt under all operating conditions. GUTTER BROOM Shall be furnished on right side only. The broom shall have a diameter of not less than 35 inches and be filled with steel wire (unilog or equal) in removable segments. The gutter broom shall be designed for forward, backward, and side movement to protect it from damage and shall have full floating suspension to raise and lower to compensate for uneven surfaces. It may be operated by gears, chain, or hydraulic although hydraulic lift is preferred. Its position shall be controlled by the operator with controls and position indicator in the operator's compartment. MAIN BROOM The sweeper shall be equipped with POLYPROPOLENE PLASTIC fibrefilled pickup broom, a minimum of 36" in diameter. MAIN BROOM CORE MUST BE CABLE-WOUND TYPE, CAPABLE OF BEING FILLED WITH BULK FIBRE. The broom shall be hydraulic lift, and shall have full floating suspension. There shall be a position indicator in the cab. CONVEYOR Shall have a capacity ample to convey material properly to 100% of hopper rated capacity from pickup broom to dirt hopper and shall be reversible type and protected by safety control . HOPPER Not less than 4 cubic yards capacity shall be designed to dump in a neat, compact pile. Hopper doors to be activated from the cab control area, preferably by hy- draulic cylinders, and shall be equipped with a mechanical lock device. FLUSHING EQUIPMENT Sweeper must be equipped with a hopper and conveyor flusher system. SPECIFICATIONS (Continued) SPRAY SYSTEM Water capacity of tank not less than 200 gallons. Spray nozzles to cover full width of sweeping path with controls located in operator's cab. Pump to be either centrifugal or gear type. Provide a fill hose 2i" in diameter, 12 feet long with proper fittings. Should be equipped with provision for disengaging the water spray pump while sweeping. CAB Cab shall be provided with roll-down windows in full glass doors and dual elec- tric windshield wipers. It shall be full width, fully enclosed and of heavy gauge steel . It shall have safety glass windshield and rear mirror and one 5" X 9" outside mirror mounted on the left side. It shall be equipped with fresh air type heater and cab ventilating system with filtered air intake minimum 25,000 B.T.U. output. Cab to be equipped with plexiglass bubble window on right side. COOLING SYSTEM Heavy duty large capacity radiator and fan. FUEL SYSTEM Fuel tank shall be mounted in such a manner so as to be protected from vibration and road shocks. It shall be of sufficient size for ten (10) hours continuous operation or hold a minimum of 25 gallons and be equipped with an anti-siphoning device. OIL FILTER A standard heavy duty replaceable cartridge type filter shall be furnished and installed. CARBURETOR AIR CLEANER The engine shall be furnished with a dry-type air cleaner of sufficient size and capacity to meet the engine requirements. DASHBOARD GAUGES Gasoline gauge, oil pressure gauge, and heat indicator shall be as regularly furnished. An ammeter for reading the alternator charge rate shall be furnished and installed, speedometer, odometer and tachometer shall also be installed. ELECTRICAL SYSTEM The machine is to be equipped with 12 volt system, 70 ampere hour battery, 60 ampere hour alternator heavy duty electric starter, and dual sealed beam head lights. It shall have two combination stop and rear lights, one adjustable gutter broom light, seal beam type, and an electric horn. It shall also have a self-cancelling directional lights, I .C.C. approved. The sweeper shall have one floodlight with ball type adjustment to light the area in the rear of the sweeper, flasher lights and clearance lights mounted on the widest part of the machine, showing front and rear, and a complete dash and cab lighting system. Dietz model 211 revolving amber light (Motor Driven) mounted on cab roof. SPECIFICATIONS (Continued) PAINT The sweeper is to be painted one coat of primer and one coat of City of Oshkosh yellow, DuPont Duluz # 75306. TRADE-IN Can be inspected at the Central Garage, 639 Witzel Ave. , by contacting Kenneth Robl , Street Superintendent, at (414) 424-0480. Bidder shall fill in the information in the following questionnaire to give us a full description of the sweeper you are bidding: 1 . Make and Model number 2. Weight (with cab and diesel engine) 3. Wheel base (Inches) 4. Drive wheel tread 5. Overall length (inches) 6. Height with cab (inches) 7. Sweeping path (total) with one gutter broom (Ft. ) , 8. Turning sweep radius (ft. and Inches) 9. Diesel engine manufacturer , 10. Engine Model 11 . Piston Displacement (Cubic inches) 12. Horsepower , 13. Cooling system capacity (qts� 14. Fuel tank capacity (Gal. ) 15. Clutch disc diameter (inches) , 16. Clutch manufacturer 17. Clutch model , 18. Make of transmission 19. No. of speeds forward reverse 20. Syncromesh transmission furnished? Yes No , 21 . Type of final drive 22. Travel speed (M.P.H. ) 23. Service brake drum diameter and width , 24. Total sq. in. brake area cubic inch 25. Type of power assist 26. Dual rear wheel steering Yes No 27. Type of Power Steering 28. Turning radius (Ft. ) 29. Drive wheel tire size Ply 30. Manufacturer and brand 31 . Steering wheel tire size Ply 32. No. of steering wheels , 33. Manufacturer and brand 34. Broom Size width Diameter , 35. Core Size , 36. Main Broom Drive 37. No. of Broom speeds 38. Type of lifting device 39. Type of down pressure 40. Type of controls 41 . Main broom drive reversible Yes No , 42. Gutter Broom size diameter inches 43. No. of segments 44. Type of gutter broom drive , 45. No. of gutter broom speeds 46. Type of gutter broom controls , 47. Gutter broom guarantee , 48. Gutter broom reversible? Yes , No 49. Type of conveyor , 50. Conveyor warrantee , 51 . Type of conveyor drive 52. Conveyor has flushing system? Yes No 53. Type of safety device 54. Hopper-no. of lifting cylinders 55. Size of hopper 56. Hopper has flushing system? Yes No 57. Spray tank capacity - (Gal. ) , 58. Water Pump - Lbs . pressure per sq. in. 59. Water tank level indicator furnished? Yes No 60. Cab model 61 . Type of seat furnished , 62. Battery capacity - AMP Hour 63. Type of air filter 64. Type of windshield wipers 65. Type of directional lights 66. Location of sprinkler bar 67. Location of water tank 68. Type of water pump drive 69. Location of broom mileage recorder 70 . Spring guide wheel assembly YES NO PROPOSAL ONE ( 1 ) STREET SWEEPER FOR STREET DEPARTMENT We , the undersigned , propose to furnish the City of Oshkosh , Wis- consin , F.O.B. , Street Department , 639 Witzel Ave . , one ( 1 ) street sweeper , in accordance with specifications or specifically noted changes , for the following sum: Make and Model Less TRADE-IN : One ( 1 ) 1973 Elgin Diesel White Wing Sweeper $ NET BID WITH TRADE-IN $ Price for the above street sweeper if purchased without Trade-in $ WARRANTY Delivery days after receipt of order Parts and service available at Terms % days Name of Company SUBMITTED BY: Name and title of person making out the bid . 1983 Date Address of Company PROPOSAL ONE ( 1 ) STREET SWEEPER FOR STREET DEPARTMENT We , the undersigned , propose to furnish the City of Oshkosh , Wis- consin , F.O.B. , Street Department , 639 Witzel Ave . , one ( 1 ) street sweeper , in accordance with specifications or specifically noted changes , for the following sum: ELGIN WHITE WING $ 56 ,890.0• Make and Model Less TRADE-IN : One ( 1 ) 1973 Elgin Diesel White Wing Sweeper $ 1 ,000.00 NET BID WITH TRADE-IN $ 42,990.00 Price for the above street sweeper if purchased without Trade-in $ 52,890.00 WARRANTY SIX MONTHS Delivery 5° days after receipt of order Parts and service available at ELGIN SWEEPER CO. ,ELGIN, ILL. ,MILWAUKEE, WI . Terms NET % 30 days TRUCE MtIC1`PAL ., C . Name of Company VERN WEFDMAN SUBMITTED BY: SALES MANAGER Name and title of person making out the bid . Nb0 W15771 KOHLER LN April 7, 1983 1983 MENOMONEE FALLS , WI . 53051 Date Address of Company DEDUCT $2,900.00 FROM NET PRICE IF THE EXTRA EQUIPMENT LISTED PFLOW IS NOT WANTED: HYDRAULIC FROOM SUSPENSION WITH INDICATORS WATER TANK FILL GAUGE PROOM MILEAGE RECORDER DUAL SPRUNG GUIDE WHEELS