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