← Back to Douglas

Document Douglas_doc_bdb2de4644

Full Text

Page 1 of 16 CITY OF DOUGLAS Contract Documents & Specifications for a New 2018 Specified Backhoe Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 ---PAGE BREAK--- Page 2 of 16 City of Douglas Call for Bids (Equipment) Sealed bids for a New Specified 2018 Backhoe will be received in the office of the City Clerk until 2:00 p.m., November 7, 2018, and read immediately thereafter in the Council Chambers at City Hall, 101 N. 4th St., Douglas, WY. Approved specifications and contract documents may be obtained at the Public Works Dept., 420 W. Grant Street, or on the City of Douglas website at www.cityofdouglas.org under the “Bid Postings” tab. Mail submitted bids to the City Clerk, City of Douglas, P.O. Box 1030, Douglas, WY 82633, or deliver to the City Clerk at 101 N. 4th Street, Douglas, WY. The City of Douglas reserves the right to reject any and all bids, to waive informalities, and to accept the bid that serves the best interests of the City./s/ Karen Rimmer, City Clerk Published: Oct. 24th and 31st, 2018 ---PAGE BREAK--- Page 3 of 16 CITY OF DOUGLAS BID INFORMATION Seal bids will be received until 2:00 p.m. on November 7, 2018, at the office of the City Clerk the same day in the Council Chambers of the City Hall Building at 101 North 4th Street, Douglas, Wyoming, for a New Specified 2018 Backhoe. Details and specifications may be obtained by contacting the City Clerk, 101 North 4th, Douglas Wyoming 82633; at the Public Works Department, 420 West Grant, Douglas Wyoming 82633-2153; or on the City of Douglas website at www.cityofdouglas.org under the “Bids” tab. Bids received after the specified hour will not be accepted. Demonstrative units will not be accepted or considered in the bid proposal. Details and specifications may be obtained by contacting the City Clerk, 101 North 4th, Douglas, Wyoming 82633 or the Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Bids received after the specified hour will not be accepted. Delivery will be accepted 120 days after notice of award, F.O.B. Douglas, Wyoming. . All complete bids must be firm F.O.B. the City of Douglas, Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Tax Exempt Certificate will be furnished by the City of Douglas. All bids must be clearly marked New 2018 Specified Backhoe with the bidder’s name and the time and date of the opening on the outside of the envelope. A Bid Bond or Letter of Credit of 5% will be required at the time the bid is opened. The City of Douglas will allow a 5% preference to Wyoming residents. Bidders will supply a Certificate of Residency in compliance with the Wyoming Department of Labor and Statistics. No qualified individual with a disability shall, by reason of such disability, be excluded from participation in or be denied the benefits of the services, programs or activities of the City of Douglas, or be subjected to discrimination. Pursuant to the American’s with Disabilities Act, reasonable accommodation for persons with disabilities who wish to participate in these services, programs or activities shall be made upon request to City of Douglas, American Disability Act Coordinator at Douglas City Hall, 101 North 4th Street, Douglas, Wyoming 82633. The City of Douglas reserves the right to reject any or all bids, to waive informalities in any bid received and accept any bid which best serves the interest of the City of Douglas. The City of Douglas is letting bids for New 2018 Specified Backhoe. The specifications are for and the purpose and intent of this document is to specify the purchase of a New 2018 Specified Backhoe. Any model bid shall meet or exceed the prescribed requirements. It is unacceptable to add or change components and/or materials to a unit or lesser design capability, in order, to meet these requirements. The bidder shall indicate his compliance with a “Yes” or non-compliance with a “No” in each line item specification. Where submitted literature does not support the meeting of these specifications, the bidder shall outline fully on company letterhead stationary the variation from specification. Any unit not conforming to the specifications will be rejected, and it will be the responsibility of the manufacturer to conform to the requirements, unless deviations have been cited by the bidder and acceptance based upon the exceptions. ---PAGE BREAK--- Page 4 of 16 Total bid amount for new 2018 unit: $ Signature of company representative responsible for bid: You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before (insert date) at which time your invoice should be submitted to the City of Douglas. Finance Department, P.O. Box 1030, Douglas, Wyoming 82633-1030 for payment, unless otherwise specified in the bid documents. (Proposal must be filled out, signed and submitted with the bid document) PROPOSAL FOR FURNISHING NEW SPECIFIED 2018 BACKHOE FOR THE CITY OF DOUGLAS, WYOMING PUBLIC WORKS DEPARTMENT Proposal of (Name): (Address): to furnish equipment as specified to the City of Douglas, Wyoming, in accordance with specifications dated (insert date). BID ITEM: Description: New 2018 Specified Backhoe Make and Model: I. Price bid for (unit) as specified FOB a. Douglas, Wyoming $ II. Less trade-in allowance: $__No Trade in Included III. Net Price: (City to pay only this amount) $ In addition to this proposal, the undersigned herewith submits complete information including specifications and descriptive literature to fully describe and illustrate the equipment and accessories offered. Bidder proposes to deliver equipment in accordance with the schedule above. A bid bond, certified, or cashier’s check made payable to the City of Douglas, Wyoming, in an amount of 5% of the total amount of this bid is enclosed. The undersigned certifies that he understands the specifications relating to said bid security and agrees to the conditions set forth in said specifications. Submitted by: Company Signature: Title: ---PAGE BREAK--- Page 5 of 16 BID BOND – EQUIPMENT KNOW ALL MEN BY THESE PRESENT, That we, the undersigned, as Principal, and as surety, are hereby held and firmly bound unto as OWNER in the penal sum of for payment of which, we and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing for the NOW, THEREFORE, A. If said BID shall be rejected, or B. If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all respects perform the agreement created by the acceptance of said BID. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be impaired or affected by any said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Surety By: IMPORTANT: Surety companies executing BONDS must appear in the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State of Wyoming. ---PAGE BREAK--- Page 6 of 16 IF BIDDER IS: AN INDIVIDUAL By: doing business as: (Name) Address: Phone: A PARTNERSHIP By: (seal) (Firm Name) (General Partner) Business Address: Phone: A CORPORATION By: of (Corporation Name) (State of Incorporation) By: (Signature) (Title) ATTEST: (Corporate Seal) Business Address: Phone: A JOINT VENTURE By: Address: By: Address: By: Address: By: Address: (Each member of the joint venture must sign; attach additional sheet if necessary.) ---PAGE BREAK--- Page 7 of 16 NOTICE OF AWARD – EQUIPMENT To: Equipment description: New Specified 2018 Backhoe The owner has considered the bid submitted by you for the above described work in response to its advertisement for bids dated , 20 and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid New Specified 2018 Backhoe Option #1 - $ Description __18” Rear Option #2 - $ Description _18” and_30” Rear Bucket _ Option #3 - $ Description __Hydraulic Rear Coupler_______ Option #4 - $ Description Hydraulic Rear Coupler With Both Buckets Total bid amount: $ You are required, as set forth in the bid specifications, to execute any documents within ten (10) days from the date of this notice. If you fail to execute said documents, owner will be entitled to consider all rights arising out of the owner’s acceptance of your bid as abandoned and as a forfeiture of your bid bond. The owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the owner. Dated this day of . ACCEPTANCE OF NOTICE Owner Receipt of the above Notice of Award is hereby acknowledged By by Company Title By Dated this day of 2017 ---PAGE BREAK--- Page 8 of 16 SPECIFICATIONS Specifications for new Backhoe. These are the minimum specifications for this unit; you must meet or exceed these specifications. If indication (no) is marked to any specifications, you must provide on a separate sheet of paper an explanation of the item that you would supply in place of the specified item. Any item not marked may result in rejection of the bid. SCOPE: Machine will be new current model year. Machine will have F/R bucket, forks, front and rear couplers, combined circuit auxiliary hydraulics, AM/FM/Bluetooth stereo, heat/AC, auto shift transmission, and 2wd/4wd, extendable stick. Machine will have aux hydraulics to the front of the machine as well. Meets Specifications Yes No I. ENGINE 1. Engine Must comply with U.S. EPA Tier 4 Final/EU Stage IV off-road emission requirements. 2. Machine shall utilize Selective Catalytic Reduction (SCR) and does not require a diesel particulate filter (DPF). 3. Engine shall have an economy mode to help maximize fuel efficiency, while maintaining backhoe performance. 4. Turbocharged engine net-peak horsepower shall be at least 106 HP (79 kW) @ 1800 RPM according to ISO 9249. 5. Net-peak torque at 1400 rpm shall be no less than 322 ft-lb (436 N-m) with 46% torque rise. 6. Engine compartment side panels shall have standard noise reduction and heat- control insulation. 7. Units shall be equipped with a turbocharged, four-cylinder, direct injection diesel engine with high strength, cast iron alloy single block design for high strength and long life. 8. The engine shall have a high strength, deep-skirt cylinder block that is a cast iron alloy, Monobloc design for increased strength and long life. 9. The engine shall have a high strength cylinder head that is a cast iron alloy, construction with extra duty wall and deck thickness, including intake and exhaust ports that are precision cast to promote optimum gas flow. 10. The engine shall have a high pressure, direct injection fuel system providing accurate fuel delivery with a mechanically driven fuel transfer pump for reliability. 11. Engine shall have a fuel filtration rating of no more than 10-micron for the primary fuel filter / water separator. 12. Engine shall have a secondary fuel filter with a rating of no more than 4-microns. 13. Engine shall have a vertical spin-on filters. 14. Engine shall be equipped with electric fuel priming pump as standard equipment. 15. Engine shall have a water/sediment bowl with water separator service indicator light. 16. The engine shall have an internally mounted, dry-type, perimeter seal air cleaner with an integral pre-cleaner, automatic dust ejection system, and filter condition indicator. 17. The engine will have a standard glow plug starting aid for efficient cold weather starting to -20 degrees F (-28 degrees C) without using ether. 18. Engine shall be protected to a minimum -34 degrees F ( -36.7 degrees C) with extended life antifreeze that needs not to be replaced for 5 years. ---PAGE BREAK--- Page 9 of 16 19. Engine cooling fan shall have a heavy-duty guard that fully prevents human contact while in operation. 20. Radiator shall have a heavy-duty guard to resist continued impact at low speeds. 21. Coolant circulation shall be provided by a gear-driven water pump, not solely belt driven, to prevent accessory belt slip and continue coolant circulation in the event of a belt failure. 22. Engine shall be equipped with an alternator that has a charging capacity of a minimum 150 amperes. 23. Engine shall be equipped with two maintenance-free 880 CCA batteries to aid in cold weather start. 24. Engine shall be equipped with a 12-volt direct-electric starting and charging system. 25. Machine shall be equipped with a standard battery disconnect switch. 26. Engine shall be equipped with a single, automatically tensioned, serpentine accessory belt. 27. Engine air filter shall have a pre-cleaner and dust ejector. 28. Engine shall have variable-speed, hand and foot governor controls. 29. Backhoe joystick shall be equipped with a quick idle down feature that lowers the engine speed to 1,000 rpm. 30. Machine shall have Automatic Engine Speed Control that reduces engine speed when the backhoe is not in use. This will conserve fuel and lower emission noise. 31. Engine shall have block heater, 120 volts. Meets Specifications Yes No II. POWER TRAIN/TRANSMISSION 1. Transmission shall have an electric, neutral lock switch on the front console to prevent driveline engagement. 2. Transmission, differentials, and hydraulics shall have separate fluid reservoirs. 3. 4WD shall be pendulum mounted, grease-free with sealed for life kingpins, able to be engaged “on-the-go” while under load or any operating condition. 4. 4WD shall be engaged at any time by activating switch on front console. An operator shall be able to activate the switch while the machine is moving or stopped, also with or without a load. 5. 4WD guard shall provide full coverage between the frame rails to protect the front drive shaft. 6. Unit shall be able to change direction and travel speed on-the-go. 7. Forward/reverse shuttle shall be a contactless unit for reliability. 8. Units shall be equipped with a transmission disconnect button on the gear shifter and loader control to allow full engine power to the loader. 9. Transmission shall be made, serviced and supported by the machine manufacturer. 10. Differential lock shall be located on the loader joystick control. 11. The automatically shifting transmission shall have a manual override switch to allow the operator full control over the gear selection. 12. Unit shall have a high gear speed of no less than 25 mph (40.0). 13. Automatically shifting transmission with 6 forward and 3 reverse shall be offered as an option with “kick-down” capability. ---PAGE BREAK--- Page 10 of 16 Meets Specifications Yes No III. STEERING 1. Steering knob shall be included on standard steering wheel for ease of steering. 2. Machine shall be equipped with a steering mode that automatically engages and reduces the amount of revolutions required from stop-to stop. Meets Specifications Yes No IV. BRAKES 1. Brake mode selector switch shall have a 3-position switch allowing 2wd, 2wd travel with 4wd braking and full time four wheel drive. 2. Two wheel drive with four wheel braking must be available at all speeds and when the machine is in any gear. 3. Parking/secondary brakes shall be independent of the service brake system, allow operator complete control for a modulated stop, and shall be mechanically applied and adjusted from the cab without the need for tools. 4. Foot-operated brake pedals shall be able to be interlocked for roading. 5. Service brakes shall be hydraulically boosted for low pedal efforts. 6. Service brakes shall be completely enclosed and sealed using Kevlar as brake pad media. 7. Brakes shall be inboard oil-immersed, hydraulically actuated, multiple discs on final drive input drive shaft. 8. Service brakes shall be fully self-adjusting. 9. Parking brake shall be easily adjusted from inside the cab. Meets Specifications Yes No V. HYDRAULIC SYSTEM 1. Hydraulic system shall include high-pressure hoses consisting of 4 layers of overlapping insulated spiral wire matrix. 2. A single, optional auxiliary hydraulic circuit shall be capable of operating hammers, compactors, cold planers, augers, thumbs, side tilt couplers and other work tools. 3. Optional combination auxiliary lines should include twist-to-connect connections, allowing hydraulic tool to be attached while under pressure. 4. Machine must have adjustable auxiliary flow control for better controllability of attachments. 5. Machine shall be able to reach maximum lift capacity at any engine speed. 6. Maximum hydraulic pump pressure shall be at least 3,600 psi (25,000 kPa) for the backhoe and at least 3,600 psi (25,000 kPa) for the loader. 7. Hydraulic pump shall be rated at 43 gpm (163 lpm). 8. Machine shall have an electronically controlled variable displacement load sensing, axial piston pump for low idle lifting and maximum durability. 9. Unit shall contain flow sharing valves to allow for machine multifunction. 10. Hose fitting shall have O-ring face seal connections for maximum seal reliability. 11. Hydraulic tank shall be mounted towards the rear of the engine above the pump, enabling the hood of the machine to slope downward for visibility and to keep positive pressure into the pump supply hose. 12. Hydraulic tank shall be made of non-metallic material to eliminate both weld shop contamination and the possibility of rust formation. 13. Supply hose to the pump shall be protected high within the chassis and not ---PAGE BREAK--- Page 11 of 16 vulnerable to puncture. 14. Backhoe hydraulics lines shall be fastened and constrained from hanging low within the chassis, preventing hoses from damage. 15. Combination auxiliary lines shall be available for both one way or two-way flow. 16. All implement hydraulic lines will incorporate hoses with a high wear resistant coating. 17. All hydraulic hoses restrained by rubber grommets and steel band clamps shall have full protective coverage by rubber grommet, preventing cuts and chaffing by the band clamps. Meets Specifications Yes No VI. AXLES 1. Front axle shall be pendulum mounted, permanently sealed and lubricated. 2. Rear axle shall have differential lock with “on-the-go” engagement. 3. 4wd front axle shall have a minimum static load rating of 50582 lbs. (22964 kg). 4. 4wd front axle shall have a minimum dynamic load rating of 20233 lbs. (9186 kg). 5. Rear axle shall have a minimum static load rating of 50582 lb. (22964 kg). 6. Rear axle shall have a minimum dynamic load rating of 20233 lbs. (9186 kg). Meets Specifications Yes No VII. WHEELS/TIRES 1. Machine shall have 2wd with an option for 4wd with operator from the cab. 2. 4wd tires shall be no less than 12.5/80 12Pr (front) and 19.5 – 24 12 PR (rear) with radial tires. 3. All valve stems to be protected by metal valve stem covers. 4. Front tires shall ride inside loader bucket cutting width. Meets Specifications Yes No VIII. OPERATOR’S STATION 1. OSHA approved ROPS/FOPS shall be integral with cab and canopy. Operator shall have complete control to disable, or lock, the backhoe Pilot Controls with a single switch on the console. 2. The backhoe Pilot Controls locking switch shall always indicate the correct state of the controls, “locked” or “unlocked” and be lighted when “locked”. 3. Pilot Controls for the backhoe shall be adjustable fore/aft, side to side and actuated by a foot control. 4. Machine shall come standard with horn, audible back up alarm and electric fuel system shut off. 5. The governor pedal shall be hinged and mounted to the floor for maximum pedal positioning control. 6. Engine RPM shall also be controlled by electronic rotary dial. 7. LCD Home Screen shall display the gear , total machine hours, rpm, battery voltage, and torque converter oil temperature. LCD screen should also show totals menu, service menu, and settings menu. 8. Unit shall have a lighted instrument panel located on the right side of the cab so that it is visible from both loader and hitch operating positions. Indicator lights to include, fuel water separator, engine warning, action light, remote throttle active, AESC ---PAGE BREAK--- Page 12 of 16 (Automatic Engine Speed Control), economy mode, forced regeneration, DEF level gauge, low battery/charging system waring, engine oil temperature, torque converter oil temperature and wait to start. 9. Cab machines shall include four front and four rear working lights. 10. Machine shall have stop and turn signals with flashing hazard lamps visible form front and rear. 11. Electric auxiliary socket shall be available on roof for connection to items such as a rotating beacon, one on each side of the roof. 12. A switch, accessible to the operator from the seat, shall control the auxiliary socket, primarily used for beacon operation. 13. Operator’s compartment shall come equipped with a standard air suspension seat that can be adjusted in the fore/aft position and has a lever that controls the release for rotation at 180-degree swivel from anywhere on a sliding track mechanism. 14. Equipped with the standard steering wheel, the seat shall be able to swivel 180 degrees in a single motion without contacting the steering wheel or pilot control pods. With doors and windows closed, machine operating at maximum governed speed unit shall have a maximum operator sound exposure Leq of 79 db(A) according SAE J1166. 15. Stabilizer controls shall be conveniently located to the operator’s left side/hand. 16. Tilt and telescoping steering wheel shall be standard for operator comfort. 17. Cab shall have an optional air conditioner that provides the operator with a choice of fresh outside air drawn through filters or recirculating cab air with HVAC recirculation selector. 18. Operator’s compartment shall feature laminated safety glass on front, windshield and tempered glass on all other windows 19. Cab shall include factory-installed heater/defroster with multiple speed blower with the control in reach from the front and rear of the machine. 20. Heater will have a minimum rated capacity of 28,742 BTU and be equipped with a 365-cfm fan. 21. All removable glass panels shall be flat glass for easy and low-cost service. 22. All rear window sections shall stow overhead, inside the cab for maximum visibility, ventilation and operator comfort. 23. Enclosed cab shall have a perforated front window visor that extends entire width of window. 24. Exhaust stack shall be located to the side an aligned with ROPS as to not obstruct operator’s vision. Meets Specifications Yes No IX. BACKHOE 1. Backhoe shall be center-pivot type complete with hydraulic stabilizers. 2. Maximum boom width shall be no wider than 10 inches (254 mm). 3. Backhoe shall come standard with a curved boom for its ability to work on confined areas and to reach over obstacles, allowing a minimum of 10.5” (265 mm) of clearance as measured in the deepest point from plane, subtended through the axis of the rotation. 4. Per SAE standards, rated bucket digging force shall be a minimum of 14,431 lb. (64.19 kN) with a standard stick and 14.228 lb. (63.29 kN) with an extendible stick. 5. Per SAE standards, stick-digging force shall be a minimum of 9,781 lbs. (43.5 kN) with a standard stick and 9,757 lb. (43.4 kN) with a fully retracted extendible stick. 6. Backhoe reach, from the swing pivot, shall be no less than 18’5” (5612 mm) with a ---PAGE BREAK--- Page 13 of 16 standard stick and 21’10” (6652 mm) with a fully extended, extendible stick. 7. Backhoe bucket shall have a minimum of 205 degrees of bucket rotation in a single pin position. 8. Backhoe shall have a minimum cushioned swing arc of 180 degrees. 9. Per SAE J31, backhoe stick lifting ability at 8ft (2438 mm) shall be no less than 5493 (2492 kg) with a fully retracted extendible stick. 10. Per SAE J31, backhoe boom lifting at 8ft (2438 mm) shall be no less than 3241 lbs. (1470 kg) with a fully retracted extendible stick. 11. Machine will be equipped with extendible stick. 12. Extendible stick shall be field adjusted in less than 30 minutes to eliminate excessive Clearance, using simple hand tools. 13. All sticks shall have serrated edges, at least 28” (760 mm) long, to help clamp objects securely with bucket. 14. All sticks shall be thumb-ready with thumb cylinder mounts and stop standard. Thumb must be able to be added without welding. 15. Extendible stick shall be self-lubricating, adjusted with shims, and require no grease. 16. Boom cylinder shall be exterior mounted for serviceability. 17. Stick cylinder shall be exterior mounted for serviceability. 18. Boom and stick shall be weld repairable. 19. Backhoe shall be equipped with a swing transport lock. 20. Backhoe shall be equipped with a boom lock that can be controlled from the seat. 21. Pattern changer shall be available for switching Backhoe and Excavator control patterns with an electric switch, located within the operator’s station. 22. Backhoe shall be controlled with adjustable excavator style pilot operated joystick controls. 23. Auxiliary controls shall be controlled by an electro-hydraulic thumb roller. 24. Auto-up stabilizer controls shall be available. 25. Stabilizers shall be located on the side console for easy access whether facing front or rear. 26. Backhoe shall have stabilizer lock valves as standard equipment. 27. Flip over stabilizer pads shall have a dirt grouser. 28. Stabilizers shall be able to lift the machine high enough to clear tires, on concrete with street pads. 29. Machine shall be equipped with an integrated lifting eye. Meets Specifications Yes No X. LOADER (SELECT BUCKET) 1. Integrated Tool carrier loader shall be controlled by pilot operated control. 2. Loader joystick control should include; roller for 3rd function auxiliary, differential lock, transmission neutralizer and FNR control. 3. A continuous flow button for the Integrated Tool Carrier shall be available to allow the operator to set the auxiliary hydraulic flow at any setting needed. 4. Machine shall have parallel lift for better load retention and improved material handling. 5. Loader parallelism must be accomplished mechanically for reliability. Controlling the tilt cylinder for parallelism is not acceptable. 6. Loader frame/linkage shall be of a tool carrier design including a hydraulic quick coupler actuated from inside the cab. ---PAGE BREAK--- Page 14 of 16 7. Operator shall be able to easily remove the loader bucket attachment and quickly couple a fork carriage, material handling arm, broom, or other various attachments without leaving the cab except to connect hydraulic lines. 8. Loader bucket shall not roll back and must not move under normal dig operations. 9. Loader shall have positive down pressure sufficient to lift tractor front end off level ground. 10. 1.31 CYD (1.00 m3) General Purpose Bucket. Machine shall meet the following specifications. 11. Loader shall be equipped with a return-to-dig mechanism. 12. Loader shall be equipped with a lift cylinder brace to mechanically hold the loader arms in the raised position. 13. Loader shall incorporate a steel bumper system to protect battery and engine components. 14. Loader arm torque tube shall be constructed such that it is welded to each side of each loader arm section, providing maximum strength with minimal weld stress. 15. Loader linkage shall incorporate a single, full width main tower pin, 2.25” diameter, for maximum strength and load distribution. 16. Loader bucket shall be suitable for general purpose with heavy-duty characteristics including high strength wear material in the leading edges of the lower side corners, equaling the material properties of the base cutting edge. 17. Loader bucket shall have at least a 2-piece bolt-on cutting edge for serviceability. 18. Loader bucket shall be self-leveling for truck loading spoil and equipped with a bucket tilt indicator. Meets Specifications Yes No XI. WORK TOOL OPTIONS 1. 24 “ HD Rear bucket shall be equipped with pin-on tooth tips that are exchanged whereby the pin retainers are diagonal or vertical, allowing them to be extracted or inserted with a hammer and punch only. 2. All backhoe sticks shall be made thumb-ready, allowing bolt-on installation of thumbs, cylinder, hydraulics and hardware without welding. 3. Machine will be supplied with quick attach forks 60” wide carriage 54” tines. 4. Rear coupler will allow bucket to be turned around in shovel mode for digging under utilities of need. 5. Machine will be equipped with aux hydraulic circuit to the front of the machine for future use with broom or plow. This circuit will be fitted with twist connect style fittings. 6. A quick coupler system shall be available (mechanical and hydraulic), which will pick up the ‘direct mounted’ work tools, without the use of an additional safety pin. Meets Specifications Yes No XII. SERVICEABILITY 1. Hood release to be lockable and easily accessible from inside the cab. 2. Engine oil, transmission oil, hydraulic oil, brake fluid, washer fluid, coolant, engine air filter, and engine air filter monitor shall all be consolidated service points, accessible under the hood with loader arms down. 3. Entire machine cooling package, including radiator, transmission oil cooler, hydraulic oil cooler, fuel cooler and ATAAC shall be easily accessible without use of tools. ---PAGE BREAK--- Page 15 of 16 4. Water and sediment shall be drained from the fuel / water filter from a standing position without tools. 5. The batteries shall be accessible without the use of hand tools to remove panels, toolboxes, etc. 6. The swing frame shall have replaceable bushings installed in the pin joints for the boom, swing cylinder rod ends and swing post. 7. Swing cast shall utilize serrated pins and dimpled bearings for grease rotation. 8. Machine shall have easily accessible jumper posts to aid in jump-starting machine or other machines. 9. The machine will be equipped with an electronic diagnostic port within the operator station, allowing service codes to be downloaded and electronic parameters to be adjusted 10. Fuel tank shall contain a debris screen. 11. Machine fault codes shall be accessible from LCD screen. 12. The unit shall be provided with a master electrical disconnect switch. 13. Optional extendible stick shall be field adjustable using common hand tools. 14. Extendible stick shall have non-metallic wear pads. Meets Specifications Yes No XIII. MINIMUM SERVICE FILL CAPACITIES 1. Standard engine oil with filter capacity shall not be less than 2.3 gallons (8.8 2. Standard fuel tank capacity shall not be less than 42 gallons (160 3. Standard diesel exhaust fluid tank capacity shall not be less than 5 gallons 19 4. Standard hydraulic system capacity shall not be less than 25.1 gallons (95 Meets Specifications Yes No XIV. OWNING AND OPERATING COSTS 1. Driveshaft universal joints shall be maintenance free. 2. Standard fill hydraulic oil must be Advanced HYDO 10 with up to 6,000 hr. service interval in typical applications. 3. Front and rear axle oil change shall have a 1000- hour change interval for lowering operating maintenance cost. 4. Cooling system shall have a 12,000 hour change interval for lowering operating maintenance cost. 5. Machine shall be equipped with a maintenance free battery. 6. Engine shall have a 500-hour oil change interval for lowering operating maintenance cost. Meets Specifications Yes No XV. ADDITIONAL FEATURES 1. Auto ride-control will smooth the ride under all operating conditions. 2. Machine shall have an as standard either cellular or satellite link to monitor critical system parameters from a remote location. 3. Complete manuals for engine operations, machine operations shall be with equipment at time of delivery. 4. Complete service & repair manuals for engine & the machine, with parts manuals. 5. Motorola mobile radio model CM200d, VHF 4 channel 45 watt with an aantenna and cable setup for roof mounting. Radio is to be programmed to the city’s Public Works ---PAGE BREAK--- Page 16 of 16 frequency of 155.085. Radio will be programmed to turn off & on with the ignition key. Radio is to be delivered with the machine but will be installed by the city. Meets Specifications Yes No XVI. WARRANTY 1. Machine will be supplied with an 84 month / 7500 hour total warranty. Warranty will include all field service mileage and be $0 deductible. 2. Winning bidder will have full service facility within 60 miles.