Loading...
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.