← Back to Lewiston

Document Lewiston_doc_3736bbb788

Full Text

City of Lewiston Finance Department Norman Beauparlant, Director of Budget/Purchasing 2013-046 4 Wheel Drive Wheeled Loader August 8, 2013 Sir/Madam: Sealed bids will be received in the office of the Director of Budget/Purchasing on Tuesday, August 27, 2013 until 2:00 p.m. at which time they will be publicly opened and read aloud on the enclosed specifications for a 4 Wheel Drive Wheeled Loader for the Public Works Department. The Finance Committee reserves the right to accept or reject any and all proposals. Please use the enclosed envelope or a clearly marked envelope with the bid name and number when submitting your bid. Only sealed bids will be accepted. Faxed bids will not be considered. Sincerely, Norman J. Beauparlant Director of Budget/Purchasing NJB/syt ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS 4 Wheel Drive Wheeled Loader BID 2013-046 BID DATE: 08/27/13 SPECIFICATIONS Specifications for One 4 Wheel Drive Wheeled Loader for the Public Works Department. Furnishing and Mounting of this equipment shall be the responsibility of the bidder. The desired equipment will be used by the Public Works Department for general bucket loader work, snow plowing, snow removal, etc. The following specification shall be the minimum requirements and the bid shall be of the manufacture’s latest model and design. The bid item must also comply with applicable Federal and Maine laws. All items appearing in the bidders regular published specifications are assumed to be included in the bidder’s proposal. The City of Lewiston reserves the right to reject all bids when deemed to be in the best interest of the City, and to waive any minor discrepancy or technicality in the bid specifications. REQUIREMENTS: Acceptable manufactures and units are as follows: Case 821, John Deere 644, Caterpillar 950, Volvo L110 and Komatsu WA 380, or approved equal. If the manufacturer has other machines they believe are better suited, please include them as well. NOTE: The successful bidder shall provide a machine for testing prior to bid being awarded. Any differences in the demo unit must be identified at time of demonstration or machine shall be assumed to be equal to the final unit delivered to the City. The successful bidder shall furnish a complete, job ready machine and it shall conform in strength, quality and workmanship to what is provided in general by the loader manufacturing industry. The loader’s capacity shall be rated for continuous load, on rough terrain, 3,000 lbs. (Min.) per cubic yard material density. The machine shall not use optional counter weight, and no rear tire ballast to be used. Specifications and ratings must conform to all S.A.E Standards. All additional equipment added to the unit will be painted to appropriately match the machine. All hydraulics and electrical components will be appropriately installed and secured, subject to approval by a representative of the City. ---PAGE BREAK--- MODEL Latest YEAR 2013-2014 OPERATING PERFORMANCE • Operating weight: 38,000 lbs. (min.) • Breakout force: 33,500 lbs. (min.) • Tipping load straight: 30,000 lbs. (min.) • Tipping load @ 40E turn.: 26,000 lbs. (min.) • Lifting capacity • Height to hinge pin fully raised: 150 in. (min.) • Operating load: ISO 13,500 lbs. (min.) • Z-bar configured ENGINE • Net H.P: 200 H.P. (min.) • Net Torque: 830 lbs. ft. (min.) • Water cooled • Turbocharged • Variable speed reversing cooling fan • Cold weather starting & operating package • Antifreeze to -40EF • Tier 3 emissions compliant (min.) TRANSMISSION • Auto shift/Manual shift • Joy stick mounted controls • Heavy duty transmission oil cooling • Onboard diagnostics & limp home mode • Minimum ground speed 22 mph AXLES • Standard for model quoted • Planetary reduction • Fixed front axle • Oscillating rear axle • Limited slip front & rear (min.) • Road speed: 22 mph (min.) STEERING • Center point articulating steering • Power steering (not pilot operated) • Ability to track straight on the road for plowing, not requiring constant correction BRAKES • Wet disc type standard for model quoted • Spring applied hydraulically released parking brake • Front & rear braking surface 700 in2 (min.) BUCKET • Heavy duty for general purpose and excavating • Heavy duty bolt on cutting edge • Capacity: 4.0 CY heaped (min.) • ACS series 60 Couple installed (latest design). Must be compatible with the couple on our existing snow blowers ---PAGE BREAK--- HYDRAULIC SYSTEM • Standard for model quoted • Single lever joy stick control for loader • 3 spool auxiliary control for plow angle control rd • 4 spool if needed for quick coupler th • Automatic bucket positioner • Boom kick out • Boom suspension system • Total cycle time 10 sec. (min.) • Automatic ride control • Heavy duty cooling • 10 Micron Full Flow Hydraulic filter w/indicator light for filter LIGHTS • Two driving lights (headlights) • Two front work lights (upper cab mounted) • Two rear work lights • Stop turn and running lights • Cab interior lights • Instrument lighting • Roof mounted Whelen (R1LPPA) LED strobe light with protective cage installed. Exact position to be determined • Two oval LED strobe (Grote #77363) to be mounted at rear of unit in stainless steel weatherproof boxes exact location to be determined TIRES • 23.5 X R25 • One spare matching tire & rim • Bridgestone Sno-Wedge, Michelin Sno-Plus, or approved equal ELECTRICAL • Alternator - high capacity • Batteries standard for model quoted • Engine block heater • AM-FM stereo system • 12 volt auxiliary power port • 12 volt 20 amp power feed & wiring, ignition controlled, for the two way radio system that will be installed at a later date • Back up alarm: 90 decibels (min.) • Remote jump start receptacle CAB • R.O.P.S cab w/sound suppression & air pressurization w/convenience package • Air conditioning • Heater/Defroster: 36,000 BTU/hr (min.) • Front & rear wipers/washer systems • Interior rear view mirror • Exterior rear view mirrors • Fully adjustable deluxe air suspension seat w/seat belt • Horn • Tinted glass w/sun visors • Deluxe gauges and monitoring system w/onboard diagnostics • Interior & exterior grab handles • Removable floor mat ---PAGE BREAK--- MISCELLANEOUS • Full front & rear fenders w/mud flaps • Draw bar (fixed) • Slow moving vehicle emblem • Steering knob • License plate brackets front & rear • Pre-cleaner turbo type • ASC series 60 coupler system installed on the loader. Must be compatible with the coupler on our existing snow blowers • Three sets of fully functional keys • Fire extinguisher COLOR • Standard for model quoted MANUALS • 2 - sets of Operator; Service, Repair; Maintenance, Safety and Parts WARRANTY • Three year full warranty to include: • Power train, electrical, hydraulic & onboard diagnostics SERVICE The Public Works Department must be satisfied that the equipment dealer maintains adequate service and parts facilities, with shop and field services performed by factory trained mechanics within a 75 mile radius of the 103 Adams Avenue, Lewiston, Maine facility. PLOW EQUIPMENT (Viking or American plow gear only) • Plow gear to be mounted off of an ASC Series 60 Coupler to match the bucket • All couples securely mounted to machine and to be quick coupler type. Both sides of the coupler to have caps for storage when not on machine. • Front wing post (Viking FH-20 or HP patrol only) • Rear high lift cable tower (Viking H300 or HPF 714 only) • Cable control package to control plow & wing functions • 12' Full Trip Wing (11' edge) w/spring loaded heavy duty full trip arms, heavy duty lower arm to have shock absorbing spring (Viking 144WHD RH or American 12DRA only) • 12' trip edge reversible polymer plow w/heavy duty double ram push frame with cushion valve • Height of plow to be 42"-45" (Viking R1242 TE poly or American R3912 TPE only) TRAINING Within one week of delivery, the successful bidder will provide training for the operators and maintenance personnel, performed by a qualified representative that is thoroughly familiar with the equipment. TRADE IN • One 1998 Daewoo Mega 250 III w/plow & wing • 7,977 hours • VIN 1072 • as condition • For information or to view the trade in unit contact: Phil Brienze at [PHONE REDACTED] ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS 4 Wheel Drive Wheeled Loader BID 2013-046 BID DATE: 08/27/13 QUESTIONNAIRE NOTE: Bids will not receive consideration unless the bidder answers all questions on this form and returns the attached questionnaire and bidding form. MODEL YEAR YES NO OPERATING PERFORMANCE Operating weight: 38,000 lbs. (min.) Breakout force: 33,500 lbs. (min.) Tipping load straight: 30,000 lbs. (min.) Tipping load @ 40E turn.: 26,000 lbs. (min.) Lifting capacity Height to hinge pin fully raised: 150 in. (min.) Operating load: ISO 13,500 lbs. (min.) Z-bar configured ENGINE Net H.P: 200 H.P. (min.) Net Torque: 830 lbs. ft. (min.) Water cooled Turbocharged Variable speed reversing cooling fan Cold weather starting & operating package Antifreeze to -40EF Tier 3 emissions compliant (min.) TRANSMISSION Auto shift/Manual shift Joy stick mounted controls Heavy duty transmission oil cooling Onboard diagnostics & limp home mode Minimum ground speed 22 mph ---PAGE BREAK--- AXLES Standard for model quoted Planetary reduction Fixed front axle Oscillating rear axle Limited slip front & rear (min.) Road speed: 22 mph (min.) STEERING Center point articulating steering Power steering (not pilot operated) Ability to track straight on the road for plowing, not requiring constant correction BRAKES Wet disc type standard for model quoted Spring applied hydraulically released parking brake Front & rear braking surface 700 in2 (min.) BUCKET Heavy duty for general purpose and excavating Heavy duty bolt on cutting edge Capacity: 4.0 CY heaped (min.) ACS series 60 Couple installed (latest design). Must be compatible with the couple on our existing snow blowers HYDRAULIC SYSTEM Standard for model quoted Single lever joy stick control for loader 3 spool auxiliary control for plow angle control rd 4 spool if needed for quick coupler th Automatic bucket positioner Boom kick out Boom suspension system Total cycle time 10 sec. (min.) Automatic ride control Heavy duty cooling 10 Micron Full Flow Hydraulic filter w/indicator light for filter ---PAGE BREAK--- LIGHTS Two driving lights (headlights) Two front work lights (upper cab mounted) Two rear work lights Stop turn and running lights Cab interior lights Instrument lighting Roof mounted Whelen (R1LPPA) LED strobe light with protective cage installed. Exact position to be determined Two oval LED strobe (Grote #77363) to be mounted at rear of unit in stainless steel weatherproof boxes exact location to be determined TIRES 23.5 X R25 One spare matching tire & rim Bridgestone Sno-Wedge, Michelin Sno-Plus, or approved equal ELECTRICAL Alternator - high capacity Batteries standard for model quoted Batteries standard for model quoted AM-FM stereo system 12 volt auxiliary power port 12 volt 20 amp power feed & wiring, ignition controlled, for the two way radio system that will be installed at a later date Back up alarm: 90 decibels (min.) Remote jump start receptacle CAB R.O.P.S cab w/sound suppression & air pressurization w/convenience package Air conditioning Heater/Defroster: 36,000 BTU/hr (min.) Front & rear wipers/washer systems Interior rear view mirror Exterior rear view mirrors ---PAGE BREAK--- Fully adjustable deluxe air suspension seat w/seat belt Horn Tinted glass w/sun visors Deluxe gauges and monitoring system w/onboard diagnostics Interior & exterior grab handles Removable floor mat MISCELLANEOUS EQUIPMENT Full front & rear fenders w/mud flaps Draw bar (fixed) Slow moving vehicle emblem Steering knob License plate brackets front & rear Pre-cleaner turbo type ASC series 60 coupler system installed on the loader. Must be compatible with the coupler on our existing snow blowers Three sets of fully functional keys Fire extinguisher MANUALS 2 - sets of Operator; Service, Repair; Maintenance, Safety and Parts SERVICE The Public Works Department must be satisfied that the equipment dealer maintains adequate service and parts facilities, with shop and field services performed by factory trained mechanics within a 75 mile radius of the 103 Adams Avenue, Lewiston, Maine facility. PLOW EQUIPMENT Plow gear to be mounted off of an ASC Series 60 Coupler to match the bucket All couples securely mounted to machine and to be quick coupler type. Both sides of the coupler to have caps for storage when not on machine. Front wing post (Viking FH-20 or HP patrol only) Rear high lift cable tower (Viking H300 or HPF 714 only) Cable control package to control plow & wing functions ---PAGE BREAK--- 12' Full Trip Wing (11' edge) w/spring loaded heavy duty full trip arms, heavy duty lower arm to have shock absorbing spring (Viking 144WHD RH or American 12DRA only) 12' trip edge reversible polymer plow w/heavy duty double ram push frame with cushion valve Height of plow to be 42"-45" (Viking R1242 TE poly or American R3912 TPE only) WARRANTY Three year full warranty to include: • Power train, electrical, hydraulic & onboard diagnostics TRAINING Within one week of delivery, the successful bidder will provide training for the operators and maintenance personnel, performed by a qualified representative that is thoroughly familiar with the equipment. DELIVERY TIME Days TERMS The City of Lewiston reserves the right to accept or reject the trade-in allowance. To receive consideration, the bidder must enclose all of the literature necessary to properly evaluate this bid. Unit Bid price, FOB Lewiston, ME (Loader only) $ Trade In allowance: 1998 Daewoo Mega 250 III w/plow & wing $ Net Bid Price: Loader less trade in $ Service: The City of Lewiston must be satisfied that the equipment dealer maintains adequate service facilities within reasonable distance of Lewiston and parts on hand with shop and field services performed by factory trained technicians. General: The unit shall be completely serviced, all adjustments made and be ready to work when delivered. Training: Within one week of delivery, the successful bidder will provide training for the operators and maintenance personnel, performed by a qualified representative that is thoroughly familiar with the equipment. Payment: Payment will be made within 30 days after delivery and training of the unit F.O.B. 103 Adams Avenue, Lewiston, Maine 04240. To receive consideration, the bidder must enclose all of the literature necessary to properly evaluate this bid. ---PAGE BREAK--- If the bidder takes any exception to these specifications, he/she is to list them in detail on this sheet and not in separate correspondence, otherwise strict compliance will be mandatory: FIRM SIGNED BY PRINTED NAME & TITLE ADDRESS TELEPHONE # FAX # E-MAIL ADDRESS DATE