HomeMy WebLinkAbout4.f. Approve Specifications for New Front End Loader � - 1TEM # �+F
****�******�************�*********MEMO****�*************�****�t�t************
DATE: MARCH 2, 1990
TO; MAYOR & COUNCILMEMBERS
C/O ADMINISTRATOR JILK
FROM: CITY ENGINEER/PUBLIC WORKS DIRECTOR HEFT
RE: ITEMS FOR THE MARCH 6, 1990 COUNCIL MEETING
CONSENT AGENDA
Approve Sbecifications/Order Advertisement for Bid for New Front End
Loader
This item consist of requesting Council to authorize the attached
specifications for the purchase of a 160 H.P. Articulated ;Front End Loader.
This memo will supply some background on the purchase request and also
recommend action for Council to take along with the bid opening date.
The new front end loader we are looking to purchase was placed in the 1990
C. I.P. We are repiacing our 1985 Fiat/Allis, Model FR15 because we have
always experienced problems with it since the day we bought it. During the
past 5 years we had a maintenance contract with the vendor o:E the
Fiat/A11is, Sweeney Bros. Now that contract has expired and we are still
experiencing the problems with the unit we f�el it would be best to trade
it off at this point for a new unit. It is our opinion from the people who
operate it and the mechanics who work on it that we definitely have a
"lemon".
What we propose in the specifications would allow four manufacturers to
bid, Caterpillar, John Deere, Case and Komatsu. Two of these companies '
will bid a total cost package, which is a guaranteed maintenance amount and
guaranteed buy back amount at the end of five years. Specifically,
Caterpillar and Case will bid this alternate. The other two companies will
bid a five year maintenanca contract, but will not bid a five year
guarantee buy back. However, all four of these companies have the state of
the art loader linkage, that being Z-bar type of linkage. This type of
linkage has one main hydraulie cylinder operating the bucket as opposed to
having two cylinders, one on each side of the bucket. This arrangement
allows the mechanics of the linkage to provide a greater force to allow the
front end loader to dig quicker and more efficiently and requires less
maintenance because there are less seals and hoses to maintain.
It is difficult to describe in writing the advantages of the Z-bar linkage,
so I would invite any Couneil who has a question regarding it to contact
the main operators of this equipment who would be Bob Raddatz, Rick Cook,
Mike Widstrom, 5teve Strese or Dean Sandstrom.
One other alternate in our bid proposal is to include a slightly used
machine with less than 500 hours on it. We would still require the new
warranty and five year maintenance guarantee with this used unit. We
estimate we could save about $10,000 - $15,000 and w� are told that both
Caterpillar and John Deere have these units on hand.
Because this item requires formal bids, we will be advertising in the
Construction Bulletin and the lacal paper.
Recommended action for Council to take is to approve the specifications for
the purchase of a new 160 H.P. Articulated Front End Loadex and order a bid
opening for April 6, 1990 at 10:00 a.m.
CITY OF ROSEMOUNT
PRODUCT SPECIFICATIONS
FOR
ONE (1) NEW 1990 ARTICULATED 160 HP WHEEL LOADER
A. GENERALS
The articulated wheel loader shall be a currently advertised mvdel
complete and ready for service. The unit shall be equipped with al1
standard equipment, as currently advertised by the manufacturer
whether or not specifically mentioned in these sp�cifications, in
addition to all other equipment called for in these specifications.
Operating data, engine specifications shall conform or exceed SAE
(society o£ Automotive Enqin�ers) . Loader shall aonform in all ways
with the current requirements for the Occupational Safety ahd Health
Act of 1973 (State of Minnesota) . The required bidder will be
required to certify compliance with aforementioned acts. All
equipment must equal or exceed the listed items.
B. CONTRACTUAL AGREEMENT
The City shall issue a signed purchase order as acceptance of the
successful bidders proposal.
The purchase order sha11 state the price and items to be purchased.
All terms and conditions stated on the purchase order as well as the
BID FORM and these specifications will constitute the entire and
integrated agreement between parties and hereto supersede all
negotiations or agreements either written or oral made prior by any
party having any interest in this purchase.
Delivery of the unit shall be on or before the date entered on the BID
FORM. Failure to meet the delivery date will result in the assessment
of liquidated damages in the amount of Fifty Dollars (�50.00} per
calendar day. The liquidated damages shall not be considexed a
penalty. Payment shall be made no later than 30 days after delivery,
start-up, and operation of the complete unit.
C. SPECIFIC REQUIREMENT3
MEETS SPEC�$/FAILS SPEC�B
WEIGHTS
The basic operating weight of the machine,
including all attachments and tire ballast,
shall not be �ess than 34, 000 lbs. Specify
the following:
Basic operating weight
Minimum Static tipping load-straight of
22, 000 lbs.
Minimum Static tipping load-full turn of
20, 000 lbs.
PRODUCT SPECIFICATION
1990 ARTICULATED 160 HP WHEEL LOADER
PAGE 2
, MEETB SPEC�$,CFAILS SPEC�B
ENGINEt
Shall have the following specifications:
Displacement: Not less than 425
cu. inc.
Cylinders: Four (4) or Six (6)
Cycles: Four (4) only
Horsepower: 160 SAE Net Flywheel
Fuel: Capable of operating on #2
diesel
Air Cleaner: Double sa�ety element
dry-type with service indicator
Muffler: Low Noise type
Alternator: 50-amp continuous
Batteries: Heavy duty 170-amp or
better
Starting aids: Low temperature
assistance, Engine coolant heater,
Cold weather (ether) starting aid
TRANSMISSION:
Shall have the following:
Type: Planetary full power shift
Speeds: Four forward, four reverse
DIFFERENTIAL:
Conventional
FINAL DRIVES: �
Shall have the following specifications:
Drive: All wheel
Reduction: Planetary in each wheel
BRARES:
Shall have the following specifications:
Type: Ory disc, or oil disc,
air/hydraulic actuated
Quality: 4-wheel
Adjustment: Self-adjusting
Pedal Control: Double-one neutralizes
transmission and stops unit, �econd
has narmal braking action with
transmission engaged
Parking brake-type: shoe
Location: transmission output shaft
Emergeney brake-type: Parking brake
Warnings: audible & visual
OSHA: Brake system must meet
regulation
Air dryer system for air over hyd.
brakes shall be included.
PRODUCT SPECIF�CATION
1990 ARTICULATED 160 HP �PHEEL LOADER
PAGE 3
MEETS SPEC�SjFAILB SPEC�B
STE�RIN(#:
Shall have the following specifications:
Type; Articulated full hydraulic
� Articulation joint: Fully covered "
under 5-year warranty
Tracking: Rear and frant wheels track
at all times
Adjustable steering column
Steering angle minimum 35 degree each
direction
HYDRAULICS:
Shall have the following specifications:
Filter: Full flow with magnet
Capacity: 64 G.P.M. @ 2288 R.P.M.
Hydraulic tank sight gauge
Hydraulic oil cooler
C�NT�,tOLB S
Shall have the following specifications:
Lift circuit: Raise, hold, lower and
float positioners wi�h automatic lift
kickout
Tilt circuit: Rollback, hold, and dump
positions with automatic bucket
positioner
Minimum cycle time 11.8 sec.
FENDERS:
Front and rear wheels shall be covered by
fenders.
TIRE�S
Shall be as follows:
Size: 23.5 x R25, (L-2) equivalent
Additionr Rear tire shall have 75�
CACL2 hydroinflation by volume.
Tire inflation kit: Include with bid
CAB:
Shall have the following speeifications:
General: OSHA approved, all weather,
sound suppressed, ROPS
Heater: 25, 000 BTU
Defroster: Front and rear
Wipers: Front and rear
Electrie Washers: Front and rear
Seat: Air suspension adjus�able bucket
PRODUCT SPECIFICATION
1990 ARTICULATED 160 HP WHEEL LOADER
PAGE 4
MEETS SPEC�B_/FAILS SPEC�B
to be seat cover fabrie w/seat belt
Horn: Air, easily accessible
Location: On rear section of chassis
Steps: On both sides with access
platform
Radio: AM/FM Stereo
ELECTRICAL SYSTEM:
Shall incorporate the following
requirements:
System: 24-volt/12v
Alternator: 50-amp
Batteries: 172-amp hour
Lights: Two headlights-chassis mounted
Two headlights-cab mounted
Stop and Tail lights - each
side
Front and rear turning signals
with 4-way flashers
Cab dome light
Instrument panel light
One Whelan 2200 Blue 5trabe
emergency light
Converter: 24 to 12 volts for radio
(2-way) and added lights
AUTOMATIC RETURN-TO-DIC3 BUCRET:
Shall have the following specifications:
Capacity: 4.0 cubic yards (SAE rated)
Edge: shall have bolt-on edge
guaranteed against breakage
Spill plate extensions shall be bid
Wear plates: shall be included
ACCESSORIES: �
Shall be equipped with the following: "
Gauges: Fuel
Engine hour meter
Engine coolant temperature
Engine oil pressure
� Torque converter temperature
Brake indicator eye
Ammeter
Hydraulic Temperature
Tachometer
Air Pressure
Filters: Full flow-engine
Fuli flow-fuel water separatar
Hydraulic filter
Mirrors: One-inside cab rearview
Two-outside, right and lsft
Back-up alarm
, �
PRODUCT SPECIFICATION
1990 ARTTCIILATED 160 HP yPHEEL LOADER
PAGE 5
MEETS SPEC�S,LFAILS SPEC�S
Slow moving vehiele sign
Drawbar
Tire inflation kit
Vandalism proteetiort locks for fuel,
water, hydraulic and engine oil
Paint: Standard manufacturer's color
The successful bidder will remove from the
trade-in machine and install on the machine
the City purchases, one (1) Midwestern
Hydraulic Winch, Model 20K TEW. The winch
to be rear mounted.
QUICR COUPLERs
The City of Rosemount has in its inventory
a reversible snowplow and wing equipped with
the receiving portion of an American Quick
Coupler device (BB-50) , therefore, the front
end loader furnished shall be equipped with
the American Quick Coupler system and must
be capable of engaging the snowplowing unit
currently in our inventory.
HYDRAULIC CONTROLS FOR SNOWPLOW & WIN(3L
Plow and Wing Make: Craig or equal
Plow and Wing Model: 120 or equal
The loader shall have a 4 Bank Valve system
with controls to operate snowplow equipment.
#1 Bank shall move the front plow from
left angle to right angle and back.
#2 Bank shall move the wing in and out.
#3 Bank shall raise and lower the toe d
the wing.
#4 Bank shall raise and lower the heel
or the wing. This Bank shall also
have a float position.
The successful bidder shall provide new
hydraulic hoses to the valve banks to
control levers to the hydraulic cylinders.
The hydraulic fittings and hook-up shall
match what the City currently has on
existing plow and wing. The successful
bidder shall mount the current plow and wing
combination on the new loader to insure all
hoses and couplings are the correct size and
position.
MANUALS:
The successful bidder shall furnish the City
with:
�
PRODUCT SFECIFICATION
1990 ARTICULATED 160 HP �PFIEEL LOADEF�
PAf3E 6
MEETB 8PEC�S,L,FAILS SPEC�B
2 Operators Manuals
1 Lube Chart
1 Farts Manual
1 Service, Repair and Overhaul Manual
MANUFACTURER�S SPECIFICATION:
A complete set of manufacturers specification and illustrated descriptions
shall be furnished with the bid.
GUARANTEED MAINTENANCE:
The vendor contractor hereby agrees to furnish all parts and labor
required to keep this unit in good operating condition for 5 years or
6, 0�0 hours, whichever comes first, for any amount in excess of the cost
specified in Item 2 of the proposal. In addition, the warranty repairs
shall be handled as follows:
There will be no charge for the first year's repairs except �or n4rmal
day-to-day consumed items (oil, filters, grease, etc. )
The guaranteed mainter�ance expense for the period following the first
year of ownership up to an including the fifth (5th) year of ownership
or 6, p00 hours, whichever occurs first, will be paid by the vendor-
contractor for any amount IN EXCESS of the amount shown on line 2 of
the proposal except as follows; The buyer will be r�sponsible for all
cost of repair due to:
fire vandalism
theft operator negligence
accident mechanic negligence
In addition, the buyer will assume and be responsible for the costs
of:
tires tire repairs
lubricating oils anti-freeze
filters cutting edge
grease glass breakage
fuel e2ectrical parts
alternator other day-to-day
brake linings items normally consumed
Companents which are covered by the dealer's guaranteed maintenance
agreement shall include the following:
engine turbocharger or blower
transmission regular brakes
differentials emergency brakes
torque converter steering system
final drives hydraulic system
wheels controls
lines frame
articula�ion joint cab
bucket drawbar
lift arms tanks
.
PRODUCT SPECIFICATION
1990 ARTICULATED 160 HP WHEEL LOADER
PAGE 7
valves hoses
and other specified attachments
Any costs as a result of shipping the machine (or parts thereof) to or
from the vendor's shop for maintenance or repair will be borne by the
vendor after the amount shown in Item 2 has been exceeded.
MAINTENANCEt
The City of Rosemount agrees to provide such preventative maintenance and
daily and monthly services as described by the manufacturer.
DOWNTIME:
Throughout the five-year periad, the vendor-contractor agrees to furnish
at no cost to the City of Rosemount after any continuous ?2-hour period
of inoperation of this unit (due to need of inechanical repairs) a unit in
good operating condition equivalent to the unit called for herein, until
the unit is repaired and in operation. Should tMe contractor fail to
provide a unit acceptable to the City, the contraetor hereby agrees to
credit the City of Rosemount $40.00 per hour for all downtime after the
period cited above, Any unit furnished or any monies credited are not to
be construed as a penalty, but as liquidated damages to compensat� for
additional costs incurred by the City of Rosemount.
SERVICE FACILITIES:
The successful bidder will certify that he maintains an adequate stock of
parts and employs qualified servicemen within the area availab�e on short
notice. Bidders shall submit detailed specifications or listings of all
machine support capabilities. Listing shall include, but not be limited
to, field service support, available shop space, technical tools, parts
backup system, training, etc.
TRAINING PERIODt
The contractar agrees to provide a training pYogram for the City of
Rosemount employees in sufficient scope to assure efficient and economical
performance and maintenance of the equipment.
PAYMENT:
The City agrees to pay for the new unit within 45 days after the unit has
been received, inspected and approved by the City.
REPURCHASE:
The City of Rosemount retains the right to sell ar trade or otherwise
dispose of the �quipment, purchased under the crantract at its discretion
at any time. Should the City decide to sell or trade this equipment
during the five (5) year period, the contractor hereby agrees to submit
a bin in an amount not less than the regurchase price set forth in his bid
on this contract. Should the City of Rosemount trade or otherwise dispose
of the equipment, such action will make this contract null and void for
the machine.
� � ►
PRODUCT SPECIFICATION
1990 ARTICULATED 160 HP WHEBL LQADER
PAGE 8
BOND:
The successful bidder wi11 be required to €urnish a PERFORMANCE BOND in
the amount of the repurchase price on his bid (Item 3) of this proposal
in favar of the City of Rosemount to protect the City against any breach
of the contract. The bond will remain in effect for the entire contract
period to assure performance of all conditions of this contract.
BASIS OF A�PARD.
Award of the contract by the City of Rosemount will be based upon the
factors of guaranteed total cost concept (Line 4) of the Proposal.
Hawe�ter, delivery date, parts and service facilities, analysis and
comparison of arriving at the deeision o� what constitutes best bid. The
City reserves the right to reject any of all bids and to award to other
than the lowest bidder if in its judgment the best interests of the City
of Rosemount is thereby served. Only firm prices F.O.B. Rosemount,
Minnesota will be considered and bid must be accompanied by a certified
check or bidder's bond in the amount of 5� of the amount for the loader
including the specified attachments (line ij ,
The successful bidder will be required to sign all the necessary
agreements entering into a contract conforming with all the requirements
of these specifications, before payment will be made or bidder's security
bond or certified check are surrendered.
PRICING.
Successful bidder shall be prepared, prior to award, to substantiate that
their bid prices are no high�r than the published factory list prices,
plus freight, in effect at the time of the bid opening. Such
substantiation of bid prices shall constitute a reason to reject said bid.
EXCEPTIONS TO BPECIFICATIONB:
Specifications for the machine herein called for have been carefully
prepared to best meet the future needs of the City of Rosemaunt. Should
any prospective bidder take exception to any portion of these
specifications he shall notify the Public Works Director in writing ten
(10) days before bid opening. Failure to do so shall cause him to forfeit
this opportunity at any later date and may be cause for rejection.
PROPOSAL FORM:
Bidder must �bid on all items and will be paid on any one of Lines #5, #6
or #8, whichever the City feels is in its best interest. Failure to bid
on all items will disqualify bid. Proposals must be submitted on the form
provided by the City.