HomeMy WebLinkAboutWheel Loader (Pay Loader) ELIZABETH A. NEVILLE
TOWN CLERK
REGISTt{AR OF VITAL STATISTICS
MARRIAGI~ OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS
ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
HELl) ON JUNE 6, 2000:
RESOLVED that the Town Board of the Town of $outhold hereby accepts
the bid of Edward Ehrbar, Inc. in the amount of $262,00.00, less trades,
net amount to be pald $191,000.00, for supplying the Solid Waste District
with a new wheel loader, all subject to terms and conditions as outlined in
the Town's bid specifications, and subject to the approval of the Town
Attorney.
Eliza'beth A. Neville
Southold Town Clerk
June 6, 2000
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 12, 2000
Patrick Ahern, Executive Vice-President
Edward Ehrbar, Inc.
100 Secor Lane
Pelham Manor, New York 10803
Dear Mr. Ahern:
The Southold Town Board at their regular meeting held on June 6,
2000 accepted the bid of Edward Ehrbar for the Wheel Loader. A certified
copy of this resolution is enclosed. Your $200.00 certified check will be
returned to your upon delivery of the equipment.
Thank you for submitting your bid.
Very truly yours,
Southold Town Clerk
Enclosure
cc: J. Bunchuck, Solid Waste Coordinator
ELIZABETH A, NEVILLE
TOWN CLERK
REGISTHAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (63t) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 12, 2000
CERTIFIEO MAIL
RETURN RECEIPT REQUESTED
Drew Robustelli, Vice President
Jesco, Inc.
118 Saint Nicholas Avenue
South Plainfield, New Jersey 07080
Dear Mr. Robustelli:
The Southold Town Board at their regular meeting held on June 6,
2000 accepted the bid of Edward Ehrbar for the Wheel Loader. A certified
copy of this resolution is enclosed. Your $200.00 certified check is
enclosed.
Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
Enclosure
cc: J. Bunchuck, Solid Waste Coordinator
JESC~O. INC.
**Two Hundred Dollars
gDTEHREoF TOWN OF SOUTHOLD
OFFICIAL CHECK
"'~007~"' ~:~O~O0~q
~=ROOD ~, ?gq ~
May 16, 2000
$200.00
SENDER:
C3 Complete dems 1 and/or 2 for additiona~ se[vices,
Complete items 3, 4a, a~d 4b
[] Print your name and address on the reverse of this form so that we can return this
card to you.
E] Attach this form to the front of the mailpiece, or on the back if space does not
permit.
D Write "Return Receipt Requested" on the mailpiece below the a~licle number
[] The Return Receipt will show Io whom the article was delivered and the date
delivered
I also wish to receive the follow-
ing services (for an extra fee):
1 [] Addressee's Address
2. [] Restricted Delivery
'~ 3. Arlicle Addressed to:
'Drew Robustelli, V.P.
JESCO, Inc.
!18 St. Nicholas Ave.
South Plainfield, NJ 07080
5, Received By: (Print Name)
PS Form 3811, December 1994
4a. Article Number
Z 088 q76 988
4b. Service Type
[] Registered
[] Express Mail
[] Return Recei
~Cedified
•Insured
[]COD
fee is paid)
Address (Only if requested and
102595 99 8 0223 Domestic Return Receipt
SOUTHOLD TOWN CLERK
Z D66 q?[:,
US Postal Service
Receipt for Certified Mail
No Insurance Coverage Provided.
Do not use for Intemational Mail (S~e rev_~rse~
Sentto Urew KODUStelII, v. e'
I FRI"'fl Inc
Street & N~mber '
118 St. Nicholas Lane
Post Office, Slate, & ZiP Code
South Plainfield, NJ 070~
Postage
Certified Fee 1
Spedal Deliver/Fee
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRA~ OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
May 19, 2000
Attn: Paul Malvese
Malvese Equipment Co. Inc.
I Henrietta Street
Hicksville. New York 11801
Dear Mr. Malvese:
Enclosed herewith is the unopened bid submitted by your company for the
new wheel loader. The bid opening was held at 10:00 A.M. on Thursday, May
18, 2000. Your bid was received via FedEx at 11:10 A.M. and was therefore
ineligible for consideration. We regret that we were unable to accept your bid
and hope to have the opportunity to do business with you in the future.
Eno.
/Ijc
Very truly yours,
Southold Town C~erk
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFOt~VIATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID ON WHEEL LOADER
BID OPENING: 10:00 AM~ THUSDAY~ MAY 18~ 2000
TWO (2) BIDS WERE RECEIVED:
Edward Ehrbar, Inc.
100 Secor Ln.
Pelham Manor, NY 10803
New Wheel Loader
Trade-in 1995 John Deere
Trade-in Attachment
Total Trade-in $
Net Cost
$262,000.00
$68,000.00
$ 3,000,00
$71,000.00
$191,000.00
JESCO, Inc.
118 St. Nicholas Ave.
So. Plainfield, NJ 07080
New Wheel Loader $300,253.00
Trade-in 1995 John Deere $ 49,000.00
Trade-in Attachment $ 1,000.00
Total Trade-in $ 50,000.00
Net Cost $250,253.00
NOTE: A bid was received at 11:10 A.M. from MALVESE EQUIPMENT CO. INC. Because it was
received after the bid opening it was not opened and will be returned unopened to the bidder.
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of
Section 103 of the General Municipal Law, that sealed bids are sought and
requested for the purchase of one (1) New 200 Model Four (It) Wheel Drive
Articulated Front End Rubber Tired Wheel Loader, John Deer or equal
for use by the Solid Waste District.
Specifications may be obtained at the Office of the Town Clerk, Town of
Southold, 53095 Main Road, Southold, New York 11971.
The sealed bids, together with a Non-Collusive Bid Certificate and bank
draft or certified check in the amount of $200.00, will be received by the
Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New
York, until 10:00 A.M., Thursday, May 18, 2000, at which time they
will be opened and read aloud in public. The Town Board of the Town of
Southold reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of
Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on
New Wheelloader", and submitted to the Office of the Town Clerk. .The bid
price shall not include any tax, federal, state, or local from which the Town
of Southold is exempt.
Dated: May 5, 2000.
BY ORDER OF THE
SOUTHOLD, NEW YORK.
TOWN BOARD OF THE TOWN OF SOUTHOLD,
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
TOWN OF SOUTHOLD SPECIFICATIONS FOR:
ONE NEW ARTICULATED WHEEL LOADER
(The Southold Town Solid Waste DisUict seeks bids for one new, articulated fron~ end wheel
loader, that ghnll meet the following specifications, or their demonstrated equivalent)
Item
This specification is meant to describe a new 2000 model year four wheel drive articulated
front end rubber tired wheel loader, such as a John Deere 744 H or equal The loader must be
equipped with a general purpose bucket having a minimum bucket capacity of 5.~ cubic yards
(heaped) and be equipped with special independeatiy hydraulically-operoted logging clamps and be
adapted/protected for use in a landfill application.
NOTE: ANY DEVIATIONS FROM 'I'H~ SPECIFICATIONS CONTAINED H~REIN MUST BE
LISTED SEPARATELY AND CLEARLY IN A SECTION OF THE BID ENTrI'LED
"DEVIATIONS FROM VgHEEL LOADER SPECIFICATIONS'. !~, IN 'IHE OPINION
OF THE BIDDER, ANY DEVIATION HAS THE EF~'ECT OF EXCEEDING 'tHE
TOWN SPEct~'ICATION, THE BH)DER SHALL SO STATE. FAlLURE OF A BIDDER
TO CLEARLY DESIGNATE DEVIATIONS FROM THE TOWN SPECIFICATION
WILL RESULT IN DISQUALIFICATION OF THE BID SUBMISSION.
BASIC FEATURES
Mu~ be same make as the loader being offered. Must be a w~ sleeve engine with dual ho~--power,
turbooharged, and afi.erceoled, and meet North American EPA and CARB non-road diesel engine
regulations, which took effect on January 1, 1996.
Additiomfl Engine Requirements:
Power and Size:
· C-earl: 240SAEnethp(179kVO, 263SAEgrosshp(196kV~2000rpm-
· Gears2-4: 260SAEncthp(194kW),283grosshp(211kVO@2000rpm.
· Cylinders: 6
· Displacement: 766 cu. incites (12.5 L)
· Maximum net torque: Gear l (45% torque rise): 9431b.-fl (1280 Nm) ~ l,500 rpm.
Gears 2-1 (35% torque rise): 943 lb.-fi. (1280 Nm) ~ 1,500 rpm.
Lubrication: Pressure system with full-flow spin-on filter and cooler, STARTER SHALL BE
EQUB~PED TO BRING OIL PRESSURE UP TO NORMAL SE'FI'lNG
BEFORE ANY ENGINE STARTING REVOLUTIONS ARE MADE.
Fuel Con.9~mption (typical): 4.0 to I0.0 gal/lg (15 to 38 L/hr)
Cooliag fan: Blower type
Electrical system: 24 volt with 55-amp altemater
Batteries (two 12 volt): 950 CCA; z~erve capacity: 200 mln
Air cleaner: dani safety element dry type; resUiction indicator for service.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5ll 1/00 P. 2
Transmission
Shall be a single stage, single phase torque converter with free-wheeling stator, it shall be a
countershaft type with full power shffi, providing not less than 4 forward gears and 3 reverse gears.
Smooth shifts shall be provided by a computer con~'olled elee~onic shffi with individual electronic
control over each clutch pack, a single twist-grip shift lever with a quick-shffi button on the
hydraulic lover. Auto-shffi feature shall be seleetable to shill between gears 1-4 or 2-4.
Iransmission with auto-shif~
Travel speeds when equipped with 26.5 - 25 tires shah be as follows:
Gear 1: 4.6 mph (7.4 kin/h) 4.6 mph (7.4 km/h)
Gear 2: 8.6 mph (13.9 kin/h) 8.6 mph (13.9 km/h)
Gear 3: 13.1 mph (21.2 kin/h) 13.1 mph (21.2 kin/h)
Gear 4: 24.5 mph (39.5 km/h)
Axles and Final Drives
Final drives shall be heavy-duty planetary type, mounted inboard (i.e., in each axle housing), using
full floating bronze sleeve type beatings. Differentials shall be conventional front and rear. Front
axle must be fixed; rear must oscillate not less than 13°. Axle shaft seals must be protected with
lrash guards to prevent foreign material inlmsion~
Brakes
Service brakes must be inboard (i.e., located in differential housings), hydraulically operated wet-
disc type, and serf-adjusting. Must be free of asbestos material. Brake lines must also be internal,
i.e., mounted inside of differential housing. External brake lines, even ff protected with guarding,
will not be accepted. Parking brake shall be automatically spring-applied, hydraulically released,
wet-dise brake mounted on transmission output shall.
Hydraulic System and Steering
Hydraulics
The hydraulic pumps ghall coasist of two variable-displaeement, load-sensing piston pumps;
closed-center systen~ Pumps shall provide a maximum flow of 104 gpm (393 L/rain) ~ 1,000 psi
(6900 kPa) and 2,250 rpm. The main relief valve sliall be set for a maximum ~ of 3,200 psi
(22,000 kPa). System shall have a three-spool control valve which will feed the steering ci_~uit,
loader circuit, and bucket attachment circuit (logging clamps). Control of first two ~'oaits shall be
with single lever, a second lever to be used to control thc clamps. Controls shall also be equipped
with a lockout feature.
Hydraulic cycle times shall be as follows: raising bucket, 6.6 seconds; Dumping, 1.5 seconds;
lowering bucket, 3.0 seconds (either floating or powering down). Total cycle time, 11.1 seconds.
The hydraulic system shall provide a maximum lift capacity of 47,450 lbs. (21,520 kg) at ground
level, and 25,665 lbs. (11,640 kg) at maximum bucket height.
Steering
The loader shall have fully hydraulic, power steering. The relief valve shall be set for a maximum
pressure of 3,200 psi (22,000 kPa). The loader's affiliation angle ghall be 40 degrees in each
direction (for a total 80-degree arc). The tinning radius, measured to the eenterline of ~e outside
tire, shah be 20 ft. 2 inches (6.14 m).
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 3
Tires
Tires shall be size 26.5-25 with a 20 PR L5 tread (this is the exLra thick ~'ead to minimize
punctures). Requested brand is the General LD 250.
Guarding
The payloader shall be equipped with the following guarding:
· Front drive sha~ guard protection to prevent damage from wire, nylon, string, etc. wrapping
around the sha~.
· Front light guards;
· Suction fans to pressurize engine compartment reducing the amount of debris drawn through
the machine openings;
· Perforated engine enclosures;
· Extended bumper to provide added protection for the rear of the machine when operating in
tight quarters;
· I~/DRAULICALLY ACTUATED FRONT AND REAR BOTFOM GUARDS.
· Transmission side guards.
Bucket
Shall be a stockpiling/general purpose bucket with a bolt on cutting edge. Bucket capacity shall be
not less lhan 5.25 cubic yard capacity heaped SAE, and not less lhan 4.5 cubic yard capacity struck
SAE. Addilional minim~m~ bucket spcefflcatious are as follows:
· Width: 119.7 in (3040 mm)
· Breakout forco, SAE J732C: 42,150 lbs. (19,115 kg)
· Tipping Icad, straight 37,905 (17,190 kg)
· Tippingload, 35-degrce, fulltungSAE: 33,0901bs. (15,010 kg)
· Tipping load, 45-degrce, full turn, SAE: 31,910 lbs. (14,475 kg)
· Rench, 45-deg~edump, 7-R(2.13m)cloamnco: 74.4 incbes (1890 mm)
· Reach, 45-degree dump, full height: 50.0 inches (1270 mm)
· Dump Clearance, 45-degree dump, full height: 119.8 inches (3042 mm)
· Overall length: 28 R. 2 inches (8586 mm)
· Loader clearance circle, bucket in can3' position: 44 R. 9 inches (13,650 mm)
· Operating weight: 50,3001bs. (22,815kg)
Logging Clamps
The bucket must be equipped with independently hydraulically operated logging clamps, attached
at the top of the bucket. These clamps must be curved, and must contact the entting edge when
fully closed. Both clamps must be operated by individual hydraulic cylindexs, double acting, with
lubricating fittings at all bearing points. Cylinders must have a bore and stroke of no less than 4.5"
x 14',andaroddiameterofatleast2.5'. Clamparmsmustbemadeofhigh-~hcagthstcel, end
each nhall be of one continuous piece of metal, from frame atlaching point to the bucket attaching
pein[ Clamps shall be positioned so that the centers are 2 R. 0 inches from the side edges of the
bucket. Width of clamps shall taper fi'om not less than I t~ 0 inches at the top to not less than 6
inche~ at the point where the clamp co~ the belt on cutting edge.
TOWN OF Sou'rHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5111/00 P. 4
Cab
The cab shall be attached to the rear frame of the machine. It shall be sound-suppressod, resiliantiy
mounted to the wheel chassis. It shall be a ROPS type and shall include tinted glass, tilt steering
wheel, windshield washer and wiper, dome lights, suspension seat, inside mounted rearview minors
and outside rea~iew mirrors, one lockable entxy door on the left side only; it shall have a floor
.real rear window washer and wiper, outside mounted fire extiaguisher, air conditioner, and heater.
Cab must have radio mountings for two-way communication and computer monitored critical
machine systems shall be readily viewed from the operator's location.
The cab shall also be equipped with the following instrumentation:
· Head light beam pilot
· Speedometer
· Fuel gauge
· Turn signals
· Diagnostic fault code messages for batte~ voltage, brake pressure, coolant level, engine air
filter, engine oil pressu~, fasten seat belt, hydraulic oil filter, hydraulic oil tcmperatu~, park
brake engagement, transmission filter reCaiction, torque converter lemperatum gauge.
Lights
The loader shall be equipped with'the following lights:
· Two front halogen work lights with high and low beams.
· Two front halogen work lights on cab
· Two front and two rear turn sJ~m~ls
· Stop, mil, and backup lights
Service Capacities
Shall be as follows:
· Fuel tank: 114 gallons (432 L)
· Cooling system: 45 qt. (43 L)
· Cmakcaso: 40 qt. (38 L)
· Transmission: 30 qt. (28 L)
· Differential (each axle): 49 qt (46 L)
· Hydraulic reservoir: 38 gallons (144 L)
· Parking break: 0.53 qt. (0.5 L)
Overall Dimensions
Shall be as follows:
· Height to top of cab and canopy:
· Height to top of exhaust:
· Ground clearance:
· Length from centerline to front axle:
· Wheelbase:
· Height to hinge pin, fully raised:
· Maximum dig,~ng depth:
ii ft 7 in 0520 mm)
I0 R 2 in 0100 mm)
18.3 in (465 mm)
5 ft 7 in (1700 mm)
11 ft 2 in (3400 mm)
14ft I in (4281 mm)
3.6 in (92 mm)
28 fl 2 in (8586 mm)
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
$ll 1/00 P. 5
ACCESSORIES
1) Back-up alarm.
2) Electric Horn
3) 24-volt to 12-volt, 10 amp voltage converter
4) Radiator guard must be hinged and lockable
5) Vandalism protection
6) Counterweight
7) Two sets of all manuals
8) Anti-freeze protection to -30° F
9) 1,000 hour factory prescribed maintenance program to be performed at Town site with all
parts and supplies famished at 250-hour intervals.
WARRANTY
Shall be full machine (i.e., all paxts and labor) for first six months, with'an adddional 54-month
parts and labor on the powertrain (i.e., engine and Wansmission/differenfial). Powertrain coverage
shall be for a total of 60 months or 10,000 hours, whichever occurs first.
Transportation of machine for servicing to and from the successful bidder's place of businoss, for
warranty purposes, during the first six months of ownership shall be at the sole hardship and
expense of the bidder. Ia such cases, should the machine be away from the Town's possession in
excess of 10 calendar days, bidder also agrees to provide a suitable replacement machine to the
Town again at the sole hardship and cost of the bidder, such replacement machine to be made
available not latex than the 11t~ calendar day that the Town is not in possession of the machine bid,
and kept available for the Town's use until such time as the bid machine is back in the Town' s
possession.
Transportation of the machine for servicing to and from the successful bidder's phco of business,
for warranty purposos, after SLX months of ownership is the responsibility of the Town, with the
exception that ff the bid machine must leave Long Island (i.e., the area encompassed by the
counties of Nassau and Suffolk) for repair, the bidder agrees to pay for Wansportation and
permitting expenses required as a result of moving the machine off Long Island (i.e., outside the
area encompassed by the co. ntie~ of Nassau and Suffolk) for repair, with the Town being
respans~le only for Wansportation and permitting expenses to and from the Nassau County-New
York City (i.e., the boroughs of Queens and Brooklyn) line.
TOWN OF SOUTHOLD
SPECWICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 6
ADDITIONAL REQUIREMENTS
* THE SUCCESSFUL BIDDER MUST BE AN AUTHORIZED DEALER FOR THE
WHEEL LOADER PRESENTED.
· 'The vendor shall have a full service facility, which shall be capable of performing all possible
types of repair "on promises". The vendor repair technicians shall have manufacturer
sponsored ~aining for ropairing the model of equipment bid. '
· The vendor shall be able to provide a wide range of field service capabilities.
· The vendor shall nmimain at its authorized Long Inland facility, all iaventoty of parts for the
machine offered sufficient for the timely completion of basic repairs (as recommended by the
manufacturer).
· The vendor nhall be capable of providing aay equipment or vehicle necessa~ to transport the
machine to and from a seveice facility. In the event of accident diuing any such
transportation, the vendor ntmll assume all msponalbility, including any and all damage to the
equipment
· Prior to being selected, the vendor may be roquirod to furnish prcof of insurance policies
sufficient to cover the costs of repair or replacement of the machine if the machine is
dan~god or destroyed while in the vendor's possession.
· Ail extended warranties must be manufacturor warranties, NOT vendor/distributorship
warranties.
FAX
(9 I 4) 738-6847
100 SECOR LANE
PELHAM MANOR, N,Y. 10803
May 17, 2000
Ms. Elizabeth A. Neville
Town Clerk
Town of Southold
Southold Town Hall
53095 Main Road
Southold, NY
Bid Title:
Opening:
One (1) New 2000 Model, Four (4) Wheel Drive,
Articulated, Front End, Rubber Tired, Wheel
Loader, John Deere or Equal for use by the
Solid Waste District
Thursday, May 18, 2000 @ 10:00 AM
Dear MS. Neville:
In accordance with your request for bid, we are pleased to
provide the following proposal:
One (1) new Komatsu Model WA450-3MC Wheel Loader equipped to
standard as shown in the enclosed literature and including the
following:
KM SA6D125E-2 - 260 FwHP - Turbocharged,
w/674 cu. in. Displacement
Aftercooler
Dual Stage, Dry Type Air Cleaner
Ether Starting Aid
Engine Pre-Lube Starting System
Emission Certification
In-Line Core, Flow Through Radiator
Blower Type Fan
Vented Side Covers
24 Volt Electrical System
w/7.5 kW Starter
50 Amp Alternator
2 x 12 Volt/170 Amp Hour Batteries
Diesel Engine
Town of Southold May 17, 2000
Southold, NY Page 2
Four (4) Speed (Fwd. & Rev.) Countershaft Transmission
w/Auto-Shift
Dual Control Levers
Single Phase, Single Stage Torque Converter
Outboard Mounted Final Drives
Torque Proportioning Differentials
Front & Rear Hinged Drive Line Guards
w/Electric Winch & Remote Control For Rear Guard
Outboard Mounted, Four (4) Wheel, Wet Disc, Service Brakes
Brake Line Guard Extensions
Adj. Free, Wet Disc Parking Brake Inside Transmission Case
26.5-25, 20PR (L5) General Tires
ROPS Cab - Dual Entry
w/Sound Suppression Floor Mat
Air Conditioner-Heater-Pressurizer-Defroster
Hot/Cold Box
Front & Rear Wipers & Washers
Reclining Suspension Seat
Arm Rests
Retractable Seat Belt
Sun Visor
Dome Light
Int. & Ext. Mirrors
- "Z" Bar Loader Linkage
w/Automatic Boom Kickout & Bucket Positioner
- Two (2) Stage Hydraulic System
w/Four (4) Gear Type Pumps (Including Pilot Pump)
Hydraulic Oil Cooler
11.3 sec. Loader Cycle Time
- Three (3) Spool Hydraulic Valve
w/Piping & Controls
- JRB 5.5 cu. yd. Grapple Bucket
w/Bolt-on Cutting Edge
- Standard & Additional Rear Counterweights
- Work Lights: 2 Front Chassis Mount
w/High-Low Beams
Guards
2 Front Inside Cab Mount
2 Rear Chassis Mount
- Turn Signals
w/Hazard Switch
- Stop, Tail & Back-up Lights
- Add'l. Counterweight
- Full Front & Partial Rear Fenders
Town of Southold
Southold, NY
May 17,
Page 3
2000
- Vandal Protection
Travel Alarm
- Warranty: Six (6) Month/i,500 Hour Full Machine
Fifty-four (54) Month Additional Powertrain
to Machine Total Sixty (60) Months/10,000 Hours
Price: F.O.B. Southold, NY :
$ 259,000.00
No applicable Federal, State or local taxes are included in
the price quoted.
Descriptive literature is enclosed for your review. Thank you
for the opportunity to quote on your equipment requirements.
PA/ps
Encl.
Very truly yours,
EDWARD EHRBAR, INC.
Patrick Ahern
Exec. Vice President
Wheel Eoader Bid Price Page
The Bid Price for Wheel Loader shall be shown a~ follows:
Pdc~ for One (1) new 2000 model year Wheel Loader
Less Value of Trades:
1. One (I) 1995 Iohn Dcere 744E Wheel Loader
2. One (I) 3 Cubic Y'~rd Attachment
Total Value of Trades:
Net Cost of Wheel Loader to Town of Soulhold
$68,000.00
$ 3,000.00
$262,000..00
$ 71,000.00
$191,000.00
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, -and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed) ~1~~
(Corporate Title)
(if any) Executive Vice President
Bid on WHEEL LOADER
JESCO, INC
Devations from the Town of Southhold specifications
for One Articulated Wheel Loader:
The logging clamp arms will be a boxed design not a
continuous piece of metal.
118 SAINT NICHOLAS AVENUE ° SOUTH PLAINFIELD, NJ 07080
PHONE: (908)753-8080 "FAX: (908)753-8200
7347976 SO'JTHOLD TOWN DSW PAGE
Wheel Loader Bid Price Pa~e
The Bid Price for Wheel ~o~der shall be shown as follows:
Price tot One (1) new 2000 model year Wheel Loader
l~ss Value of Tradea:
I. One (I) 1995 John Deere 744E Whe~l Lomde~
2. One (]) 3 C,,bic Y~rd Attachment
Total Value of Trndes:
Net Cost or'Wheel Loader to Town or' Southold
4 I ooo,oo
~'.' es/ll/28eo.,,., 12:19 6312448691_ JEE;CO INC PAGE 89
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been strived at
by the bidder independently end has been submitted without collusion
with any other vendor of materlsls, supplies or equipment of the type
described in the Invitation for bids, 'and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge end
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or Its surety,
prior to tho official opening of the bid.
(Signed)
any bond furnished herewith
R6BUSTELLI .....
(Corpeeate Title)
(if any) VICE PRESID..ENT
Bid on WHEEL LOApER
JOHN DEERE "SECURE WARRANTY" FOR NEW CONSTRUCTION, UTILITY AND FORESTRY PRODUCTS
Tl~is Pumh~-se· Order applies to machines with:
· 6 Months SECURE Warranty Full Machine Coverage (Products 100 HP and Above).
· 12 Months SECURE Warranty Full Machine Coverage (Products Under 100 HP).
6 Montha SECURE Warranty Full Machine Coverage + 18 Months Powertraln Coverage (Skidders and Wheeled Feller Bunchers
first rented or sold after 14 December 1999).
'rne "SECURE Warranty" is part of the SECURE protection package available from John Deers Construction Equipment Company ("John Deers") to pumhasers
of new John Deers products:
· SECURE Warranty is John Deere's standard new equipment warranty, which provides ~he coverage described on this page at no additional charge to the purchaser.
· SECURE Extended is a separate repair contract made available by John Deers for pumhasers who wish to complement their SECURE Warranty coverage
with additional, purchased coverage. Complete SECURE Extended details including coverage options and limitations, are set forth in the Application for
SECURE Extended Repair Coverage, which is available from authorized J~hn Deers dealers.
A. SECURE WARRANTY. GENERAL PROVISIONS
Under the below-deschbed "SECURE Warranty" coverage John Caere wilt repair
or rep ace, at ts opt on, any pars {except those specified below) of a new John
Caere product that, as delivered to the odginal retail pumhaser, are defective in
material or workmanship. Performance of this warranty will be free of charge for
parts and labor, except as o{he~vise stated below.
SECURE Warranty coverage applies only to purchases from John Deere and
authorized John Deem dealers and, except as otherwise provided in the next
sentence, is extended only to the original retail purchaser of the product.
Remaining SECURE Warranty coverage applicable to a used John Oeere product
istransferredtoasubsequentpurchaseroltheproductonl/if 1 the subsequent
purchaser requests warranty ransfer from an authorized John Oeere dna er be ore
the product's SECURE Warranty coverage expires, and 2, John Deere's written
confirmation of the transfer is received by the subsequent purchaser. For purposes
of this warranty, a prcduct that has been rented, used for demonstration purposes
for 150 or more hours, or otherwise used prior to its original retail purchase has
been "used" for the total duration of such use.
Warranty statements required by [aw covering engine emissions-related parts and
components are found on a separate wdften warranty certificate provided to the
customer at the time of purchase.
B. WHAT IS COVERED BY SECURE WARRANTY
1. SECURE Warranty Full Machine: All parts of a new ,John Caereproduct
{except those noted in Sections D and E below) are covered by SECURE
Warranty for the applicable Full Machine coverage peded set out above.
Coverage begins on the date of delivery of the product to the odginal retail
purchaser.
2. SECURE Warranty Powertraln for Skldders and Wheeled Feller
Bunchers first rented or sold after 14 December 1999: Certain powertrain
components of these products are covered by warranty for a total
of 24 months or 4,000 hours of machine operation no hour limitation for
the first six (6) monhs), whchever occurs first. This power:rain
warranty commences and runs concurrently with SECURE
Warranty Full Machine coverage, and applies to the tallowing items:
Engine Items Covered in Powerlrain: Rocker arm cover and gasket,
cylinder head and gasket, oil pan and gasket in ection pump and gasket,
njecben nozzle, wa er pump and gasket, thermostats, engine block, ring
gear and flywheel timing gear cover, front and rear engine seals,
turbocharger and gaskets, manifolds and gaskets, front damper, engine oil
cooler and aftercooler, flywbee[ housing and gasket electronic en~gine speed
control system and hydraulic actuator and all pans futly enclosedwithin the
above systems
Engine Items Not Covered: Oil liller tube, engine filters and gaskets, fuel
lines, fuel transfer pump and gasket, air cleaners and associated parts,
pressure / temperature sensors and sending units, engine mounts and
supports, all pulleys and belts, starter, alternator, engine speed control wire
harnesses, linkage and cables, radiator and hoses, engine oil lines, water
pip!ag, muffler and associated parts, fuel tank and associated parts, engine
w~rmg, co~d weather starting aids, fan and fan drives,
Transmission / Differential Items Covered Itl Powertraln: Electronic and
/ or hydraulic control valves, pump and valve controller, clutch housing
(except dry clutch disk), torque converter, reverser with control valve, splitter
drive, ~ransfer ddve, drive shaft with universal joints, hyd~'ostatic transmission
pump and / or motor assemblies (including control w~Ne, pump, brakes
and their control valves, swing motor and brake swingge earbox and bear-
ings, rotary manifold, control valves for propel and swing ~unctions only not
dig unc ons), ax e(s) and differential(s), final ddve and axles, wet steering
clutches, wet steering brakes and wet service and wet parkin3g brakes,
mechanical fronl wheel drive difterential / axle assembly with its d-dye shaft
with universal joint and control, hydraulic front wheel ddve axle and wheel
drive assembly ( nc ud ng he drive pump and motor, alectronic conlrol and
solenoid control vane and divider vane), fronl wheel drive sensors (not
wire harness). Park brake pinion shaft, beadng, and bearing quill are covered
on motor graders only,
Transmission / Differential Items Not Covered: Shift control linkage,
levers and pedals, switches and wiring, control reds pressure / temperature
sensors and send ng units, external oil lines, ~ler tubes, filters and filter
screens, accumulator and related relief valves, oil cooler, dry clutch disk,
disconnect levers and handles, all outboard (or outer) axle shaft seals
(including those on MFWD) that sustain extemal damage, undercarriage
components, wheels, tie rod, d~ steering clutches, dry semice and dry park
brakes,nyh drostatic elevator dnves, differential lock valve and associated
parts, hydraulic hoses and lines, brake valve, b~ke accumulator, extemal
brake lines, brake swi ches and sensors, brake pump, brake pedal, and
brake linkage.
C. EXCLUSIVE REMEDY
Section A above, shall be the purchaser s~s exclusive remedy for any ~:~fect in the
product. However, ft after repeated attempts such repair or replacement falls to
remedy shatl be a rotund Of the amount paid for the pmduof (in excllange for a
In no event will the dealer, John Deere or any company affitiated with John
Deem be tiable for any incidental or consequential damages, including but not
limited to loss of profits, rental of substitute equipment or other commercial loss.
Correcticn of defects in the manner provided above shall constitute fulfillment
of all liabilities of John Caere to the purchaser or any other person, whether
based upon contract, tort, strict liability, or otherwise. This limitation does
not apply to ctaims for personal injury.
D. ITEMS COVERED SEPARATELY
SECURE Warranty does not apply to batteries, radios, tires, or fuel in ection
nozzles and pumps, or o Cummins Engines insta ed n 550LC and 750 Exca-
vators, which are covered by separate written warranties.
E. ITEMS NOT COVERED
John Caere is not responsible for the following:
1. Premiums charged for overtime tabor requested by the purchaser.
2. Transporting the product to and from the place where service is performed,
or service calls made by the repairing dealer {except as otherwise provided
in Section H below).
3. Used products (except as otherwise provided in Section A above).
Depreciation or damage caused by normal wear, lack of reasonable and
proper maintenance, failure ts fallow operating instructions, misuse, lack of
;,roper protection dudng storage, vandalism, the elements, or collision or
other accident.
5. I~ormal maintenance and replacement of maintenance and wear items,
such as fillers, oil, coolants and conditioners, blades and cutting edge parts.
belts, dry brakes and dry clutch linings, and bulbs.
6 Any defect in a non-covered component, or damage to or lailure of a covered
component caused by a defect in a non-covered component.
7. For warranty repairs made in the field, any charges (such as dealer travel
time, mileage or extra labor) that would not have been incurred had the
product been repaired at the dealer's ptsce el business,
F. UNAPPROVED SERVICE OR MODIFICATION
John Deere is relieved of its obligations under SECURE Warranty if:
1. Service (other than normal maintenance and replacement of service items)
is performed by someone other than an authorized John Deere dealer; or
2 The product is modilied or altered in ways not approved by John Deere.
G. PARTS REPLACED UNDER SECURE WARRANTY
Only new or remanutactured parts or components, furnished or approved by
John Deere, will be used if John Deere elects to repair the product. If any such
part or component is defective in material or workmanship when installed in the
product, John Caere will repair or replace, as it elects, such defective pan or
component, provided the defect is reported to an authorized John Caere dealer
within 90 days (12 months or 1500 hours, whichever occurs first, for remanu-
factured components) after installatidn or before expiration of the applicable
SECURE Warranty coverage, whichever is later.
H. OBTAINING SECURE WARRANTY SERVICE
To obtain SECURE Warranty service, the purchaser must request SECURE
Warranty service from a John Deere dealer authorized to sell the product to be
serviced. When making such a request, the purchaser mustpresent evidem;e
of the product's delivery date, make the product available at the dealer's place
of business, and inform the dealer in what way the purchaser believes the
product to be defective.
SECURE Warranty repairs can be made in the field if the purchaser and servi-
cing dealer so desire. However, John Deere will not be responsible for any
charges (such as dealer travel time, mileage or extra labor) that would not have
been incurred had the product been repaired al the dealer's place of business.
I. NO IMPLIED WARRANTY OR OTHER REPRESENTATION
Where permitted by law, neither John Caere nor any company affillated with it
makes any warranties, representations or promises, express or implied, as to
the quality, performance, or freedom Item defect of its products, other than those
set forth on this paage e, and NO IMPLIED WARRANTY OF MERCHANTABILITY
OR FITNESS IS MADE.
J. NO DEALER WARRANTY
The selling dealer makes no warranty of his own on any item covered by this
warranty, and makes no warranty on other items unless he delivers to the
A. ~CURE EX"TENDED - GENERAL PROVISIONS, During tt~ selected
coverage period John Deare Construction Equipment Company (John Deere
limited Constructio~ Equipment Division, In Canada) ('John Deera') will repay
or replace, at its option, covered components (either fecto~y-installod com-
ponants or genuine John Deere replecemants installed by an authorized John
D~era dealer) of the product idanlifiod o~ the face of Ihis document that are
defective in material or workmanship, subject to the te~rns and conditions set
fadh on both sides of this document. Such repair or replacement will be free
of charge for parts and lapel, except as otherwise stated below.
Under either the 'Full Machine' er 'Powe~'aln' coverage option, the Secure
Extended coverage period begins when the product's corresponding Secure
Warranty coverage ends. and continues (unless terminated under Section E.
below) until the expiration selected on the face of this document. The coverage
period ends affer the specified number of months or when the machine's
hourmeter reaches the specified hour limitation, whichever occurs first.
Secure Extended coverage is available only through authorized John Oeera
construction equipment dealers for John Deere construction products, end
may be purchased at eny time before the product's Secure Warrenty cover-
age expires. Secure Extended coverage is not effective unless and until (1)
a propedy completed application for coverage is submitted to John Deera,
(2) the coverage charge is paid. and (3) the appficent receives written
confirmation of Secure Extended coverage from John Deem.
Once Secure Extended repair coverage becomes effective, John Deere's
obligations thereunder extend only to the applicant identified on the face of
this document, unless remaining coverage is transferred to a subsequent
purchaser of the product in accordance with Section H below.
B. OWNERRESPONSISIUTIES. Affer the product's Secure Wan'enty Fulr Machine
end Powertrain coverages expire, the owner (lessee. for leased products) will be
responsible for the lirst $200 of repair cost for each repair event covered by Secure
Extended, except for covered repairs to the product's engine or po,~w~ain.
The owner (lessee, for leased products), at his or her ow~ expense, must maintain
the product in accordance with the product's Operator's Manual and. upon
request, pr(~vide adequate records verifying maintenance,
C. WHAT IS COVERED BY SECURE EXTENDED. Not e~ry product component
is covered by Secure Extended repair coverage. Tno~! components that are
covered are listed be~ow. If a pa~icutsr component is not listed below, it is not
covered by Secure Extended.
1, Full Machine Coverage: Covers all Powertrain Coverage items (see Sub-
section 2, below) end the following:
ENGINE - Oil filler tube, fuel lines, fuel transfer pump and gasket, pres-
sure/temperature sensors and sending units, engine mounts and supports,
pulleys, engine speed controls and linkage, radiator and hoses, engine oil
lines, water piplng, fue~ tank and associated parts, and fan and fan drives.
TRANSMISSiON/DIFFERENTIAL - Shif~ control linkage, levers and pedals,
control rods, sending units, sensors, external oil lines, filler tubes, filter screens,
acoumulatoE and related relief valves, oil cooler, disconnect levers and han-
dles. and differential lock valve and associated parts
STEERING - Steering pump, steering valves and cylinders, axles, spindles
and supports, tie rod and tie rod ends, steering linkage, secondary steering
system components, crossover relief valve, and priority valve.
HYDRAULIC COMPONENTS - Hydraulic pumps and motors and related
controI valves, hydraulic cylinders, saddle locking pin cylinder, cylinder pack-
ing kits, control and load holding valves, hydraulic hoses and lines and fittings,
hydraulic reservoir, and hydraulic oil cooler.
ELECTRICAL - Starter slarter drive, starter solenoid, alternator, voltage reg-
ulator, wiring harnesses, instruments, gauges, indicators, sensors, switches,
and wiper motors.
BRAKES - Brake pump, brake valve, brake accumulator, unloading valve, and
pressure reducing valve.
FACTORY AIR CONDITIONING - Compressor, clutch, pulley, condenser,
dryer, evaporator, accumulator, expansion valve, temperature control pro-
grammer, hoses and lines, seals and gaskets, and heater hose.
OTHER - Main frame, track frames, engine frame, loader boom, backhoe
boom. dippers[ick and linkages, bucket linkages, scarifier and ripper linkages,
scraper bowl, draft frame and sliding floor, elevator drive and gearbox, skidder
arch. skidder boom and grapple, forklift mast and frame, motor grader circle
and circle drive gearbox.
2. Powertraln Coverage
ENGINE - Rocker arm cover and gasket, cylinder head and gasket, oil pan
and gasket, injection pump and gasket, injection nozzles, water pump end
~raSket, thermostats, engine brock, ring gear and flywheel, timing gear cover,
grit and rear engine seals, turbocharger end gaskets, manifolds and gaskets,
front damper, engine oil cooler and aftercoolar, flywheel housing end gasket.
electronic engine speed control system and hydraulic actuator and all pads
fully enclosed within the above systems.
TRANSMISSION/DIFFERENTIAL; Eksctronic end/or hydraulic co~ltro~ valves.
pump end vak~ controller, altach ho~alng [except d~J clutch disk), torque con-
~ propal en~ swthg functions ~nly (no~ aig k~ctions), a.,de(s) end dlfferantial(s),
final drive and axles, wet steering clutches, wet steering brake~ and wet
service and wet park brakes, mechanical front wheel drive differential/axle
assembly with its drive shaft with universal ioint ~ncl m-mtrnl hvHr~Hli~ fret
wheel drive axle end wheet drive assembly (including the driv~ pump ar
motor, electronic control and solenoid centre{ valve and divider valve), fro
wheel drive sensors (not wire hemese). Park brake pinion shaft, bear;ng, a~
bearing quill are covered on motor graders only, · ·
3. Powerbaln plue Hydraulics Coverage
Same as C.2. - *PowertmJn Coverage' above; plus 'HYDRAULIC COMP~
NENTS' from C.1. above.
4. Engine Only Coverage
Same as *ENGINE' from C.2. * 'Powertrain Coverage' above. ·
D. ITEMS NOT COVERED. John Deere is not respensible for the following:
1, Premiums charged for overtime labor requested by the owner (o*- ~esse~
2, Transp(~ling Ihe product ~ end from the place whera ser~Ce is
or service caits made by the repairing dealer.
3. DepreciatioA or damage caused by normal wear. lack of reasonable a~
proper maintenence, failure to follow operating instructions, misuse.
of proper protection during storage, vandalism, the elements, or coitisk
or other accident.
4. Normal maintenance and replacement of ma/ntenence and wear itsrr
such as filters, oil, hydraulic fluid, lubricents. COolants end conditioner
undercarriage, lubricated joints (including pins end bushings), blad~
and cutting edge parts, belts, dry brakes, d~y clutch linings, and bulb,
5. Any defect in a non-covered component, or damage to or failure of
covered component caused by a defect in a non-covered component
6. Travel time and mileage for SECURE Extended Warranty repairs in the
fie~d.
E. TERMINATION OF SECURE EX'rENDED COVERAGE. John Deem
relieved of its obligations under Secure Extended if:
1. Service (other than normal maintenance end replacement of service item
is pedormed by someone other than en authorized John Deere dealer; e
2.The product is altered or modified in ways no[ approved by John Deem;,
3. The product's hourmeter has been rendered inoperative or otherwis
tampered wi[h; or
4. The product is removed from the United States or Canada; or
Use is made gl the product within an application group (commemi~
forestry, government, or severe duty) other than the group designated
the application lot Secure Extended coverage for the product.
F. LIMITATIONS OF JOHN DEERE'S LIABILITY. John Deere's liabtii~y for ar
repair event shall no[ exceed the actual cash value of the product if repaire¢
Jqhn Deere's cumulative [iabiJity over the coverage period shall not excee
the amount paid by the owner lot the product (or, for leased products, th
total of all lease paymenls called ior under the lease), excluding any tran.~
portation charges, license fees. taxes, and insurance premiums.
In no event will John Deere be liable for any incidental or consequenlJal damage
(including without limitation loss of profits, rental of substitute equipment or othe
commercial 1ess) thai may be sustained due to a defect in the product or t~
breach of pedormance of John Dsere's obligations under Secure Extended,
G, OBTAINING SECURE EXTENDED SERVICE· To obtain service covered
Secure Extended, the owner (or lessee) must request Secure Extended servi¢
from a John Deere dealer authorized to sell [he product to be serviced. Whe
making such a request, the owner (or lessee) must present his or her App
cation for Secure Extended Repair Coverage and Johp Deere's written col
firma~ion of coverage (transferees under Section H, below, must present Jo~'
Deere's written confirmation of coverage transfer), make the product availab
at the dealer's place of business, and inform the dealer in what way the produ
is believed to be defective.
Secure Extended repairs can be made in the field if the pumheser an
servicing dealer so desire. However, John Deere will nol be responsible f¢
any additional cost incurred as a result of the decision to repair a machine i
the field
H. TRANSFER OF UNUSED COVERAGE UPON RESALE. Remaining Secur
Extended coverage applicable ~o a used John Deere product is transterre
to a subsequent purchaser of the product only if:
The subsequent purchase is made before the product's Secure Extende
coverage expires:
2. The product is determined by John Deere to be i~ sa~sfac~y cc~di~ ~lowin!
en ir~pection perforated by an au~-~:xized Jchn Deem dealer, in accorda~c
with John Deere's instnJctic~s, at the subsequenf purchaser's expense;
3. John Deere's whtte~ confirmation of the transfer is received by the subsequer
purchaser: end
~,. Either (a) the use made of the product by the subsequent purchaser falh
within the same application group (commercial, forestry, government, o
severe duty) designated on the product's original Application for Secur~
Extended Repair Coverage or b) the subsequent purchaser pays th(
-amount specified by John Deere for conversion of th~ remain ng coverag(
to a different application group.
NO IMPUED WARRANTY. Where permitted by law. JOHN DEERE CON
STRUCTION PRODUCTS CARRY NO IMPUED WARRANTY O~
MERCHANTABILITY OR FITNESS.
J...DEALER CANNOT ~/ARY TERMS OF COVERAGE. All terms, of Johr
Deera's Secure Extended Repair Coverage are s~; forth on this document
prorntse on behalf of John Deem, or t? modify the terms or .ttm/taflo~
Certilicat~on 2224
CERTIFICATE OF E~.~..II~_ ~FORMATION REPORT
;:~ · .... < ~ ..~ :~
~,:= · 'k~'/. · -I/ · ~
S~le Tre.urer
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID ON WHEEL LOADER
BID OPENING: 10:00 AM~ THUSDAY~ MAY 18~ 2000
TWO (2) BIDS WERE RECEIVED:
Edward Ehrbar, Inc.
100 Secor Ln.
Pelham Manor, NY 10803
New Wheel Loader
Trade-in 1995 John Deere
Trade-in Attachment
Total Trade-in $
Net Cost
$262,000.00
$68,000.00
$ 3,000.00
$71,000.00
$191,000.00
JESCO, Inc.
118 St. Nicholas Ave.
So. Plainfield, NJ 07080
New Wheel Loader $300,253.00
Trade-in 1995 Jotm Deere $ 49,000.00
Trade-in Attachment $ 1,000.00
Total Trade-in $ 50,000.00
Net Cost $250,253.00
NOTE: A bid was received at 1~ 1:10 A.M. from MALVESE EQUIPMENT CO. INC. Because it was
received after the bid opening it was not opened and will be returned unopened to the bidder.
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of
Section 103 of the General Municipal Law, that sealed bids are sought and
requested for the purchase of one (1) New 200 Model Four (1~) Wheel Drive
Articulated Front End Rubber Tired Wheel Loader, John Deer or equal
for use by the Solid Waste District.
Specifications may be obtained at the Office of the Town Clerk, Town of
Southold, 53095 Main Road, Southold, New York 11971.
The sealed bids, together with a Non-Collusive Bid Certificate and bank
draft or certified check in the amount of $200.00, will be received by the
Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New
York, until 10:00 A.M., Thursday, May 18, 2000, at which time the'
will be opened and read aloud in public. The Town Board of the Town of
Southold reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of
Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on
New Wheelloader", and submitted to the Office of the Town Clerk. .The bid
price shall not include any tax, federal, state, or local from which the Town
of Southold is exempt.
Dated: May 5, 2000.
BY ORDER OF THE
SOUTHOLD, NEW YORK.
TOWN BOARD OF THE TOWN OF SOUTHOLD,
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
TOWN OF SOUTHOLD SPECIFICATIONS FOR:
ONE NEW ARTICULATED WHEEL LOADER
(The Southold Town Solid Waste District seeks bids for one new, articulated front cad wheel
loader, that shall meet the following specifications, or theft demonsWated equivalent)
Item
This specification is meant to describe a new 2000 model year four wheel drive articulated
front end rubber tired wheel loader, such as a John Deere 744 H or equal The loader must be
equipped with a general purpose bucket having a minimum bucket capacity of 5.25 cubic yards
(heaped) and be equipped with special independently hydraulically-operated logging clamps and be
adapted/protected for use in a landfill application.
NOTE: ANY DEVIATIONS FROM THE SPECIFICATIONS CONTAINED HEREIN MUST BE
LISTED SEPARATELY AND CLEARLY IN A SECTION OF THE BID ENTITLED
"DEVIATIONS FROM WHEEL LOADER SPECIFICATIONS". IF, IN THE OPINION
OF THE BIDDER, ANY DEVIATION HAS THE EFFECT OF EXCEEDING THE
TOWN SPECIFICATION, rlHE BIDDER SHALL SO STATE. FAILURE OF A BIDDER
TO CLEARLY DESIGNATE DEVIATIONS FROM 'rile TOWN SPECIFICATION
WILL RESULT IN DISQUALIFICATION OF THE BID SUBMISSION.
BASIC FEATURES
Must be same make as the loader being offered. Must be a wet sleeve engine with dual horsepower,
turbocharged, and al~ercooled, and meet North American EPA and CARB non-mad diesel engine
regulations, which took effect on January 1, 1996.
Additional Engine RequirementS:
Power and Size:
· Gearl: 240 SAE net hp (179 kW), 263 SAE gross hp (196 kW) ~ 2000 tpm
· Cears24: 260 SAE net hp (194 kW), 283 gross hp (211kW) ~ 2000 rpm
· Cylinders: 6
· Displacement: 766 ca. Inches (12.5 L)
· Maximum net torque: Gear l (45% torque risc): 9431b.-fl (1280 Nm) ~ l,500 rpm.
Gears 2-1 (35% torque rise): 943 lb.-i~ (1280 Nm) ~ 1,500 rpm.
Lubrication: Pressure system with full-flow spin-on filter and cooler, STARTER SHALL BE
EQUIPPED TO BRING OIL PRESSURE UP TO NORMAL SETTING
BEFORE ANY ENGINE STARTING REVOLUTIONS ARE MADE.
Fuel Consumption (typical): 4.0 to 10.0 gal/hr (15 to 38 L/hr)
Cooling fan: Blower type
Electrical system: 24 volt with 55-amp alternator
Bat~riea (two 12 volt): 950 CCA; reae~ve capacity: 200 rain.
Air cleaner: dual safety element dxy type; restriction Indicator for service.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 2
Transmission
Shall be a single stage, single phase torque converter with free-wheeling slator, it shall be a
cotmtershatt type with full power shift, providing not less than 4 forward gears and 3 reverse gears.
Smooth shills shall be provided by a computer controUed elec~onic shift with individual electronic
control over each clutch pack, a single twist-grip shift lever with a quick-shift button on the
hydraulic lever. Auto-shift feature shall be seleetable to shift between gears 14 or 24.
transmission with auto-shift.
Travel speeds when equipped with 26.5 - 25 tires shall be as follows:
Gear 1: 4.6 mph (7.4 kin/h) 4.6 mph (7.4 kin/h)
Gear 2: 8.6 mph (13.9 khan) 8.6 mph (13.9 kin/h)
Gear 3: 13.1 mph (21.2 kmJh) 13.1 mph (21.2 km/h)
Gear 4: 24.5 mph (39.5 kin/h)
Axles and I~nal Drives
Final drives shall be heavy-duty planela~ type, mounted inboard (i.e., in each axle housing), using
full floating bronze sleeve type beatings. Differentials shall be conventional front and ~ar. Front
axle must be fixed; rear must oscillate not less than 13°. Axle shall seals must be protected with
trash guards to pm'vent foreign material intrusion.
Brakes
Sendce brakes must be inboard (i.e., located in differential housings), hydraulically operated wet-
disc type, and serf-adjusting. Must be flee of asbestos material. Brake lines must also be iutemal,
i.e., mounted inside of differential housing. External brake lines, even ffprotected with guarding,
will not be accepted. Parking brake shall be automatically spring-applied, hydraulically released,
wet-disc brake mounted on Wansmissioa output shaft.
Hydraulic System and Steering
Hydraulics
The hydraulic pumps shall consist of two variable-displacement, load-sensing piston pumps;
closed-center system. Pumps shall provide a maximum flow of 104 gpm (393 L/rain) ~ 1,000 psi
(6900 kPa) and 2,250 rpm. The main relief valve shall be set for a maxflnum pressure of 3,200 psi
(22,000 kPa). System shall have a three-spcol control valve which will feed the steering circuit,
loader circuit, and bucket attaclunant cimuit (logging clamps). Control of first two circuits shall be
with single lever, a second lever to be used to control the clumps. Conltols shall also be equipped
with a lockout feature.
Hydraulic cycle times shall be as follows: raising bucket, 6.6 seconds; Dumping, 1.5 seconds;
lowering buckeL 3.0 seconds (either floating or powering down). Total cycle lime, 11.1 seconds.
The hydraulic system shall provide a maximum lift capacity of 47,450 lbs. (21,520 kg) at ground
level, and 25,665 lbs. (11, 640 kg) at maximum bucket height.
Steering
The loader shall have fully hydraulic, power stecring. The relief valve shall be set for a maximum
pressure ot'3,200 psi (22,000 kPa). Thc loader's articulation angle shall be 40 degrees in each
direction (for a total 80-degree arc). The tunfing mdias, measured to the cunterline of thc outside
tire, shull be 20 tt. 2 inches (6.14 m).
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 3
Tires
Tires shall be size 26.5-25 with a 20 PR L5 head (this is the exlxa thick tread to minimize
punctures). Requested brand is the General LD 250.
Guarding
The payloader shall be equipped with the following guarding:
· From drive shaft guard protection to prevent damage from wire, nylon, string, etc. wrapping
around the slml~.
· Axle seal guards;
Fromlight guards;
* Suction fans to pressurize engine compartment reducing the amount of debris drawn through
the machine opemgs;
Perforated engine enclosures;
Extended bumper to provide added pro~'tiun for the rear of the machine when operating in
tight quarters;
· ItYI)RAULICALL¥ ACTUATED FRONT AND REAR BOTTOM GUARDS.
· Transmission side guards.
Bucket
Shall be a stockpiling/general purpose bucket with a bolt on cutting edge. Bucket capacity shall be
not less than 5.25 cubic yard capacity heaped SAE, and not less than 4.5 cubic yard capacity struck
SAE. Additional minimum bucket specifications are as follows:
· Width: 119.7 in (3040 mm)
· Breakout force, SAE J732C: 42,150 lbs. (19,115 kg)
· Tipping load, straight: 37,905 (17,190 kg)
· Tipping load, 35-dngree, full turn, SAE: 33,090 lbs. (15,010 kg)
· Tipping load, 45-degree, full turn, SAE: 31,910 lbs. (14,475 kg)
· Reach, 45-degree dump, 7-fi (2.13 m) clearance: 74.4 inches (1890 mm)
· Roach, 45-degree dump, full height: 50.0 inches (1270 mm)
· Dump Clearance, 45-degree dump, full height: 119.8 inches (3042 mm)
· Overall lengflr 28 fl. 2 inches (8586 mm)
· Loadereiearancecirele, bucket in carry position: 44fl. 9 inches (13,650 mm)
· Operating weight: 50,300 lbs. (22,815 kg)
Logging Clamps
The bucket must be equipped with independently hydraulically operated logging clamps, attached
at the top of the bucket. These clamps must be curved, and must conlact the cutting edge when
fully closed. Both clamps must be operated by individual hydraulic cylinders, double acting, with
lnbricating fittings at all bearing points. Cylinders must have a bore and stroke of no less than 4.5"
x 14", and a rod diameter of at least 2.5". Clamp arms must be made of high-strength steel, and
each shall be of one continuous piece of metal, from frame attaching point to the bucket attaching
point. Clamps shall be positioned so that the centers are 2 fi. 0 inches from the side edges of the
bucket. Width of clamps shall taper ~om not less than 1 fl 0 inches at the top to not less than 6
inches at the point where the clamp contacts the bolt on cutting edge.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 4
Cab
The cab nhall be attached to the rear frame of the machine. It shall be sound-suppressed, resiliently
mounted to the wheel chassis. It shall be a ROPS type and shall include tinted glass, tilt steering
wheel, windshield washer and wiper, dome lights, suspension seal inside mounted rearview mirrors
and outside reandew mirrors, one lockable entry door on the left side only; it shall have a floor
. mat, rear window washer and wiper, outside mounted fire extinguisher, air conditioner, and heater.
Cab must have radio mountings for two-way communication and computer monitored critical
machine systems shall be readily viewed from the operator's location.
The cab shall also be equipped with the following instrumentation:
· Head hght beam pilot
· Speedometer
Fuel gauge
,, Turn signals
Diagnostic fault code messages for battery voltage, brake pressure, coolant level, engine air
filter, engine oil pressure, fasten seat belt, hydraulic oil filter, hydraulic oil temperature, parle
brake engagemenL transmission filter restriction, torque converter temperatu~ gauge.
Lights
The loader shall be equipped with'the following lights:
· Two front halogen work lights with high and low beams,
· Two front halogen work lights on cab
· Two front and two rear turn si~tmals
· Stop, tail, and backup lights
Service Capacities
Shall be as follows:
· Fuel tank: 114 gallons (432 L)
· Cooling system: 45 qt. (43 L)
· Crankcase: 40 qt. (38 L)
· Transmission: 30 qt. (28 L)
· Differential (each axle): 49 qt. (46 L)
· Hydraulic reservoir: 38 gallons (144 L)
· Paddng break: 0.53 qt. (0,5 L)
OveraBDimensions
Shall be as follows:
· Height to top of cab and canopy:
· Height to top of exhanst:
· Ground clearance:
· Length from cenlerline to front axle:
· Wheelbase:
· Height to hinge pin, fully raised:
· Overall length:
11 ft 7 in (3520 nun)
10 ft 2 in (3100 mm)
18.3 in (465 mm)
5 fl 7 in (1700 mm)
11 ft 2in (3400 mm)
14 fi 1 in (4281 mm)
3.6 in (92 mm)
28 ft 2 in (8586 mm)
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 5
ACCESSORIES
1) Back-up alarm.
2) Electric Horn
3) 24-volt to 12-volt, 10 amp voltage converte*
4) Radiator guard must be hinged and lockable
5) Vandalism protection
6) Coun~rweight
7) Two sets of all manuals
8) Anti-freeze protection to -30° F
9) 1,000 hour factory prescribed maintenance program to be performed at Town site with all
parts and supplies fitmished at 250-hour intervals.
WARRANTY
Shall be full machine (i.e., all parts and labor) for fn'st six months, with an additional 54-month
parts and labor on the powerlrain (i.e., engine and Wansmisslon/ditferential). Powertrain coverage
shall be for a total of 60 months or 10,000 hours, whichever occurs first.
T~rtafion of machine for sendeing to and from the successful bidder's place of business, for
wananty purposes, during the first six months of ownership shall be at the sole hardship and
expense of the bidder. In such cases, should the machine be away from the Town's possession in
excess of 10 calendar days, bidder also agrees to provide a suitable replacement machine to the
Town ogain al the sole hardship and cost of the bidder, such replacement machine to be made
available not later than the 11t~ calendar day that the Town is not in possession of the machine bid,
and kept available for the Town's use until such lime as the bid machine is back in the Town's
possession.
Transportation of the machine for servicing to and from the successful bidder's place of business,
for wawanty purposes, after six months of ownership is the responsibility of the Town, with the
exception that if the bid machine must leave Long Island (i.e., the area encompassed by the
counties of Nassau and Suffolk) for t~pair, the bidder agrees to pay for transportation and
permitting expenses intuited as a result of moving the machine off Long Island (i.e., outside the
area encompassed by the counties of Nassau and Suffolk) for repair, with the Town be'rog
responsible only for transportation and permitting expenses to and from the Nassau County-New
York City (i.e., the boroughs of Queens and Brooklyn) line.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/1 l/D0 P. 6
ADDITIONAL REQUIREMENTS
· THE SUCCESSFUL BIDDER MUST BE AN AUTHORIZED DEALER FOR THE
WHEEL LOADER PRESENTED.
· 'The vendor shall have a full semce facility, which shall be capable of perforating all possible
types of repair "on premises". The vendor repair technicians shall have manufacturer
sponsored training for repairing the model of equipment bid.
· The vendor shall be able to provide a wide range of field service capabilities.
· The vendor nhall maintain at its authorized Long Island facility, an inventory of pa~s for the
machine offered sufficient for the timely completion of basic repairs (as recommended by the
manufactm~).
· The vendor nhall be capable of providing any equipment or vehicle necossm3, to transport the
machine to and from a service facility. In the event of accident during any such
transportation, the vendor shall assume all responsibility, including any and all damage to the
equipment
· Prior to being selected, the vendor may be rextuixed to furnish proof of insuranco policies
sufficient to cover the costs of repair or replacement of the machine ff the machine is
damaged or destroyed while in the vendor's possession.
· All extended warranties must be manufacturer warranties, NOT vendor/distributorship
warranties.
100 SECOR LANE
PELHAM MANOR, N.Y. 10803
May 17, 2000
Ms. Elizabeth A. Neville
Town Clerk
Town of Southold
Southold Town Hall
53095 Main Road
Southold, NY
Bid Title:
Opening:
Dear Ms. Neville:
One (1) New 2000 Model, Four (4) Wheel Drive,
Articulated, Front End, Rubber Tired, Wheel
Loader, John Deere or Equal for use by the
Solid Waste District
Thursday, May 18, 2000 @ 10:00 AM
In accordance with your request for bid,
provide the following proposal:
One (1) new Komatsu Model WA450-3MC Wheel
standard as shown in the enclosed literature
following:
KM SA6D125E-2 - 260 FwHP - Turbocharged,
w/674 cu. in.. Displacement
Aftercooler
Dual Stage, Dry Type Air Cleaner
Ether Starting Aid
Engine Pre-Lube Starting System
Emission Certification
In-Line Core, Flow Through Radiator
Blower Type Fan
Vented Side Covers
24 Volt Electrical System
w/7.5 kW Starter
50 Amp Alternator
2 x 12 Volt/170 Amp Hour Batteries
we are pleased to
Loader equipped to
and including the
Diesel Engine
Town of Southold May 17, 2000
Southold, NY Page 2
Four (4) Speed (Fwd. & Rev.) Countershaft Transmission
w/Auto-Shift
Dual Control Levers
Single Phase, Single Stage Torque Converter
Outboard Mounted Final Drives
Torque Proportioning Differentials
Front & Rear Hlnged Drive Line Guards
w/Electric Winch & Remote Control For Rear Guard
Outboard Mounted, Four (4) Wheel, Wet Disc, Service Brakes
Brake Line Guard Extensions
Adj. Free, Wet Disc Parking Brake Inside Transmission Case
26.5-25, 20PR (L5) General Tires
ROPS Cab - Dual Entry
w/Sound Suppression Floor Mat
Air Conditioner-Heater-Pressurizer-Defroster
Hot/Cold Box
Front & Rear Wipers & Washers
Reclining Suspension Seat
Arm Rests
Retractable Seat Belt
Sun Visor
Dome Light
Int. & Ext. Mirrors
"Z" Bar Loader Linkage
w/Automatic Boom Kickout & Bucket Positioner
Two (2) Stage Hydraulic System
w/Four (4) Gear Type Pumps (Including Pilot Pump)
Hydraulic Oil Cooler
11.3 sec. Loader Cycle Time
Three (3) Spool Hydraulic Valve
w/Piping & Controls
JRB 5.5 cu. yd. Grapple Bucket
w/Bolt-on Cutting Edge
Standard & Additional Rear Counterweights
Work Lights: 2 Front Chassis Mount
w/High-Low Beams
Guards
2 Front Inside Cab Mount
2 Rear Chassis Mount
Turn Signals
w/Hazard Switch
Stop, Tail & Back-up Lights
Add'l. Counterweight
Full Front & Partial Rear Fenders
Town of Southold May 17, 2000
Southold, NY Page 3
- Vandal Protection
- Travel Alarm
- Warranty: Six (6) Month/i,500 Hour Full Machine
Fifty-four (54) Month Additional Powertrain
to Machine Total Sixty (60) Months/10,000 Hours
Price: F.O.B. Southold, NY
$ 259,000.00
No applicable Federal, State or local taxes are included in
the price quoted.
Descriptive literature is enclosed for your review. Thank you
for the opportunity to quote on your equipment requirements.
PA/ps
Encl.
Very truly yours,
EDWARD EHRBAR, INC.
Patrick Ahern
Exec. Vice President
Wheel loader Bid Price Page
The Bid P6ce for Wheel Loader shall be shown a~ follows:
P~ce for One (1) new 2000 model year Wheel Loa~le~
Less Value of Trades:
1. One (I) 1995 .lohn Deem 744E Wheel Loader
2. One (I) 3 Cubic Yard Attachment
Total Value of Trades:
Net Cost of Wheel Loader to Town of $outhold
$68,000.00
$ 3,000.00
$262,000.00
$ 71,000.00
$191,000.00
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed) ~J~ ~~
(Corporate Title)
(if any) Executive Vice President
Bid on WHEEL LOADER
12:19 6312448691 JESCO INC PAGE
LEGA. L NOTICE
~NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, In accordance with the provl$Jone
Section 103 of tho General Municipal Law, that sealed bids are saught and
requested for the purchase of one (1) New 200 Model FOUr (1~) ~ Drive
Articulat~cl Front End Rubber Tired Wheel Loader, John Deer or equal
for um by the Solid Waste District.
Specifications m~y be obf~linod at the Office of the Town Clerk, Town of
Southold, ~$095 Main Road, Southold, New York 11971.
The seated bids, together with · Non-Collusive Bid Certificate and bank
draft or certified ch~;k in the amount of $200.00, will ba received by tho
Town Clark, at the Southold Town Hall, $3095 IV~lln Road, $outhold, New
York, until 10:00 A.M., Thurlcl~y, M~y 18, 2000, at which time they
will bo opened and read aloud in public. Tho Town Board of the Town of
Southold reserves the rlght to reject any and all blds and waive any and all
informality in any bid should it be deemed in the bast Interest of the Town of
$outhold to do so.
All bids n~.lst be signed and sealed In envelopes plainly marked "Bid
New Wheellc~der", and submitted to the Offlca of the Town Clerk. The
price shall not include shy tax, federal, state, or' local from which the Towr
of Southold la exempt.
Dated: May 5, 2000.
BY ORDER OF THE
SOUTHOLD, NEW YORK.
TOWN BOARD OF THE TOWN OF SOUTHOLD
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ONCE ON FEBRUARY 25, 1~99, AND FORWARD ONE (1]
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE. TOWN CLERK
TOWN OF SOUTHOLD SPECIFICATIONS FOR:
ONE NEW ARTICULATED WHEEL LOADER
This ~edP, ca~e b meo~ to deocrib~ · new 2000 model yetr four wised drive tniculiml
(~om end rubber tired wbed Josd~r, micb u I John Doe~ 'N~ H or equal. TM ioder ma~ t~
equipped with a gmeml purpose bucket baviuE, ~ ~ ~p~lt~ of ~.2S ~bic ~,m~
NOT~: ANY DEVIATIONS FROM THE SPECIFICATIONS cONTAIIqED ll~R~IN MUST BE
LISTED SEIPARATELY AND CLEARLy IN A SFA.-iiON OF THE BID ENTITLBD
#DEVIATIONS FROM WB~I~L LOADF. R SPECIFICATIONS", IF, IN T~E OPINION
OF 'l~ BIDDEIt, ANY DI~VIkTION HAS ~1~ ~FpA~ OF EXCEEDING THE
TOWN SI~CIFICATION, THE BIDDER SIlAI~ SO STATE' I~AILUR~ O!r A BIDDER
TO CLEARLY DESIGNATE DEVIATIONS FROM THE TOWN SPECIFICATION
WILL RESULT IN DLqLQUAI-IFICATION OF TH~ BID SUBMLSSZON.
BASIC FFATURES
Must be ssme mnl~ ns the loedcr being offend. Mus~ be n wei d~-ve engine wl~ dmtl horJep~ver,
~ ~ al~erc~oled, and meet Noflh American EPA and CARB non-roM diesel ~.~
resulMious, whichlook eff~ct on lanmry 1, 1996.
LubficxtJa~ Pr~ure system with full-flow spin-on fl~r and moor. STARTER SHALL BE
EQUII~F,D TO BRING OIL PRESSURE UP TO NORMAL SETI~qG
BF2~O~ ANY ENGII~ STARTING REVOLUTIONS ARE MADE,
~ Consump~m (iypic~l): 4.0 m 10.0 fsi/hr (1S lo 35 I/hr)
TOWN OF SOUTtIOLD
S~CATiOIq~ FOR Ol~r8 I~W WI-~L LOADBR
51! U00 P. 2
Shall be a single sU~, sinsic L'~-- ~ Iotque ~avefler with.~-w~{ m~ it ~ ~ a
~n ~ a~.
Travel I~ when ~quii~ with 26.5 - 25 ~ dmall be as ~llow{:
CJm~r t: 4.6 uq~ (7.4 km~h) 4.6 n~oh ("/.4 kin/h)
C~2: 8.6 n~Q~ (t 3.9 km,~.) 8.6 n~ph 03.9 knob)
Oe~3: i3.1 mph (2L2 {mY{0 13.l mph (21,2 {un/h)
G~ar 4: 24,5 ~ (39.5 kin/h)
· ile IIR{~ be.flxod; ~ {{~{{t o6~ ~ Lc# thnn 13 . AxI~ Shaft ~tls t~ be prot~t~'~ ~
i.e., mounted inside of di~o~uUal I{~stn~ Ext~i~ bru~ lines, even ff protected wRh {~
v/i{i uot be ic~, Parkm8 {xak~ slmU be aulomatio~{y sprins,q)piied, hydtmdic~ rcicam~d,
H~drmdlc gv~ and Stem4m*
The hydraulic pmn{xs ~ 0Q~ist of twu vli~tble-displac~meut, I(x~l-asnsm{ p~ ~;
c~r ~m. ~ ~ ~ a ~ flow of 1~ ~ 093 ~in) ~ l,~ Mi
(6~~. ~ ~~ ~mfora~~3~
(22,~ ~). ~~l~l~l~ w~~~
M~ a I~ f~.
Hydraulic ~y~k~ times shall bcm follows: raising bud~t, 6.6 __~__~; I)mupm~ 1.5 ~e~unds;
towedn8 b,xtet, 3.0 seeo~ (cUh~ floattn~ or powe.~m{ dowu). Tutu] cycle time. 11.1
T~ Ilyd*t~ s~/st~m shall provide a IDa.v.~n ~ ~ty of 47,450 1~. (2 !.520 k~) at ground
level, and 2~,66S ~,
s~m,~
~li~e~iou (for a total ~O.depue ate). The turning radiu~ ummm~d to tl~ c~nm-line of the outside
tim, Ihal{ be 2o fl. 2 inches (6,14 m).
·OWN 0F SOUTHOLD
SP~CWICATION~q POP, ONI~ NEW ~ LOADEI~
Tires ~imll be si~ 26.5-25 w/th a 20 PR L5 tread (rEis is the exam thick txead to minimize
· ~ bumper to l~m~de added iame~i~m for ~he re~ of ~1~ maddne wlm~ operating in
Buck~
not 1~ tk~n $,2~ cUbiC ymd ca~y I~ [SAl~ and not le~ than 4,$ m9~i¢ yaxd ~r*~'~ty Mruck
SA~, A~Ut~3ml ~ ~ ~oms a~e n* follows;
85/11/2800 imiB 63124~859i JEGCO iNC PAGE 85
TOWN OF SOU'ITIOLD
SPECIFICATIONS FOR ONE NEW WHF.,EL LO ADF..R
$/11/00 P. *t
machine systems Shall be readily viewed f~om thc operator's location.
* 'fXvo I~oat ~:d two t~e~r turn si~ls
· l:)~mtbl (a~h ~de):
· Hydraulic rUe~oir:
· ~brcak:
Shall be ss roflows:
40 qt. OSL)
30qt.(iSL)
49qC (46L)
0.53 qt (O,S L)
· Overall _t~_.~
Il fl7 in (3520 mm)
lO I~ 2 in (3100 rmV)
18.3 in (465 mm)
5 t~? m(l?OOmm)
11 a2 ~(3~)
14 a I ~ (4281 ~)
3.6 ~ (92 ~)
1~5/11./2888 12~!9 631~448B91 JE$CO IHC PAGE 85
TOWN OP SOUTIIOLD
SPECI~CATIONS FOB. ONH I~W WHEBL LOADER
5/11/00 P. 5
WAB~
~tm and labor on dm powemain (i.e., eu~ne and Ummmissim/diffmm~d).
shall be for a total of ~o mm~tl~ or 10,00O hours, which-yin occurs
TOWN OF SOUT~K3LD
SPECI~ICkTtONS POR ONE N~W w~m, LOADER
5111/00 P, 6
ADDITIONAL I~;QUIR~MENTS
JESCO, INC
Devations from the Town of Southhold specifications
for One Articulated Wheel Loader:
Bucket
The logging clamp arms will be a boxed design not a
continuous piece of metal.
118 SAINT NICHOLAS AVENUE · SOUTH PLAINFIELD, NJ 07080
PHONE: (908)753-8080 · FAX: (908)753-8200
11:39 ?347976 SOL~THOLD TOWH DS/~ PAGE
Loader Bid Pr~c~ Pn~e
The ]Bid Pri~ for Wheel Lo~Io~ shall be shown as follows:
Price t'o~ One (!) new 2000 model year Wh~ Loader
I~ss Va~ue of Trades:
I. One(l) 1995 Joh~ Deete
2. One (1) 3 Cubic Yard Att~hment
Total V~due of Trades:
Ne~ Cost of Wheel Loader to Tow~
4
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently snd has been submitted without collusion
with any other vendor of materials, tupplie; or equipment of the type
described in the Invitation for bids, 'and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder'or its surety~ any bond furnished herewith
(Signed)
(Corporate Title)
(if any) VICE PRESIDENT
Bid em WHEEL LOADER
JOHN DEERE "SECURE WARR~'Y" FOR NEW CONSTRUCTION, UTI~Y AND FORESTRY PRODUCTS
This Purchase Order applies to machines with: ~' ~
6 Months SECURE Warranty Full Machine Coverage (Products 100 HP and Above).
12 Months SECURE Warranty Full Machine Coverage (Products Under 100 HP).
· 6 Months SECURE Warranty Full Machine Coverage + 18 Months Powertraln Coverage (Skidders and Wheeled Feller Bunchers
first rented or sold after 14 December 1999).
The "SECURE Warranty" is part of the SECURE pmtecfion package available from John Deere Constt~ction Equipment Company ("John Deers") to pumhasers
of new John Deem prcducts:
· SECURE Warranty is John Deem's standard new equipment warranty, which provides the coverage described on this page at no additional charge to the purchaser.
· SECURE Extended is a separate repair contract made available by John Deem for purchasers who wish to complement their SECURE Warranty coverage
with additional, purchased coverage. Complete SECURE Extended details, including coverage options and limitations, are set forth in the Application mr
SE:CURE Extended Repair Coverage, which is available from authorized John Deere dealers.
A. SECURE WARRANTY - GENERAL PROVISIONS
Under the below-described "SECURE Warranty" coverage, John Deere will repair
or replace, at its option, any parts (except those specified below) of a new John
~)eere product that, as delivered to the original retail purchaser, are defective in
material or workmanship. Performance of this warranty will be free of charge for
parts and labor, except as otherwise stated below.
SECURE Warranty coverage applies only to purchases from John Deere and
authorized John Deere dealers and, except as otherwise provided in the next
sentence, is extended only to the original retail purchaser of the product.
Remaining SECURE Warranty coverage applicable to a used John Deere product
is transferred to a subsequent purchaser of the product only if 1 the subsequent
purchaser requests warranty transfer from an autbodzed John Deere dealer before
the product's SECURE Warranty coverage expires, and 2 John Deere's written
contirmation of the transfer is received by the subsequent purchaser. For purposes
of this warranty, a product that has been rented, used for demonstration purposes
for 150 or more hours, or otherwise used pdor to its original retail purchase has
been "used" for the total duration of such use.
Warranty statements required by taw covering engine omissions-relatad parts and
components are found on a separate written warranty certificate provided to the
customer at the time of purchase.
B. WHAT IS COVERED BY SECURE WARRANTY
1. SECURE Warranty Fug Machine: Ail parts of a new John Deere product
(except those noted in Sections D and E below) are covered by SECURE
Warranty for the applicable Furl Machine coverage period set out above,
Coverage begins on the date of delivery of the product to the original retail
g. SECURE Warranty Powertrain for Skidders and Wheeled Feller
Bunchers first rented or sold after 14 December 1999: Certain powertrain
of 24 months or 4,000 hours of machine operation (no hour limitation for
the first six (6) mo~ths), whichever occurs first. This powertrain
Warranty Furl Machine coverage, and applies to the following items:
cylinder head and gasket, oil pan and gasket, injection pump and gasket,
turbochar'ger and gaskets, manifolds and gaskets, front damper, engine oil
control system and hydraulic actuator and all parts fully enclosed within the
Engine Items Not Covered: Oil filler tube, engine filters and gaskets, tuel
wiring, cold weather starting aids, fan and tan drives.
Transmission ! Differential Items Covered in Powertraln: Electronic and
(except dry clutch disk), torque converier, reverser with control valve, splitter
drive, transfer drive, drive shaft with universal joints, hydrostatic transmission
pump and / or motor assemblies (including control valve), pump, brakes
ings, rotary manifold, control valves for propel and swing functions only (no~
dig functions), ax/ets) and differential(s), tinal drive and axles, wet steering
mechanicaJ trent wheel drive ditferential/ axle assembly with its drive shaft
with universal joint and control, hydraulic lront wheel drive axle and wheel
drive assembly (including the drive pump and motor, electronic control and
solenoid control valve and divider valve), front wheel ddve sensors (not
wire harness). Park brake pinion shaft, bearing, and bearing quill are covered
Transmission / Differential Items Not Covered: Shift control linkage,
screens, accumulatcr and related relief valves, oil cooler, dry clutch disk.
ttisconnect levers and handles, a~l outboard (or Outer) axie shaft seals
(including those on MI~ND) that sustain extamal damage, underCarriage
components, wheels, tie rod, dry steering clutches, dry service and dry park
brakes, h~¥drostatic etavator dnves, differential lock valve and associatad
parts, hydraulic hoses and lines, brake valve, brake accumulator, external
brake lines, brake switches and sensors, brake pump, brake pedal, and
brake linkage,
C. EXCLUSIVE REMEDY
The repair or replacement of covered parts that are defective, as provided in
Section A above, shall be the purchaser's exclusive renledy for any defect in the
product. However, if after repeated attempts such repair or replacement taila to
correct the performance problem caused b)y the defect, the purchaser's sole
remedy shall be a refund of the amount paidfor the product in exchange for a
return of the product), excluding any transportation charges, license fees, t;[xes,
and insurance premiums, and less a reasonable allowance for use of the product
phor to its return,
In no event will the dealer. John Deere or any company affiliated with John
Deere bo liable for any incidental or consequential damages, including but not
limited to loss of profits, rental of substitute equipment or other commercial loss.
Correction of defects in the manner provided above shall constitute fulfillment
of all liabilities of John Deere to the purchaser or any other person, whether
based upon contract, tort, strict liability, or otherwise. This limitation does
not apply to claims for personal injury.
D. ITEMS COVERED SEPARATELY
SECURE Warranty does not apply to batteries, radios, tires, or fuel injection
nozzles and pumps, or to Cummins Engines installed in 550LC and 750 Exca-
vators, which are covered by separate written warranties.
E. ITEMS NOT COVERED
John Deere is not responsible for the following:
1. Premiums charged for overtime labor requested by the purchaser.
2, Transporting the product to and from the place where service is performed,
or service calls made by the repairing dealer (except as otherwise provided
in Section H below).
3. Used products (except as otherwise provided in Section A above).
4 Depreciation or damage caused by normal wear, lack of reasonable and
proper maintenance, failure to follow operating ir~structions, misuse, lack of
proper protection during storage, vandalism, the elements, or collision or
other accident.
5 Normal maintenance and replacement of maintenance and wear items,
such as filters, oil, coolants and conditioners, blades and cutting edge parts,
belts, dry brakes and dry clutch linings, and bulbs.
6 Any defect in a non-covered component, or damage to or failure of a covered
component caused by a defect in a non-covered component,
7, For warranty repairs made in the field, any charges {such as dealer travel
time. mileage or extra labor) thai would not have been incurred had the
product been repaired at the dealer's place of business.
F. UNAPPROVED SERVICE OR MODIFICATION
John Deere is relieved of its obligations under SECURE Warranty if:
1. Service (other than normal maintenance and replacement el service items)
is performed by someone other than an authorized John Deere dealer; or
2 The product is modified or altered in ways not approved by John Deem.
G. PARTS REPLACED UNDER SECURE WARRANTY
Only new or remanufactured parts or components, furnished or approved by
John Deere, will be used if John Oeere elects to repair the product, If any such
part or component is defective in matebal or workmanship when installed in the
product. John Deere will repair or replace, as it elects, such defective part or
component, provided the defect is reported to an authorized John Deere dealer
within 90 days (12 months or 1500 b0urs, whichever occurs first, for remanuo
factured components) after installation or before expiration of the applicable
SECURE Warranty coverage, whichever is later
H. OBTAINING SECURE WARRANTY SERVICE
To obtain SECURE Warranty service, the purchaser must request SECURE
Warranty service from a John Oeere dealer authorized to sell the product to be
serviced When making such a request, the purchaser must present evidence
of the product's delivery date, make the product available at the dealer's place
of business, and inform the dealer in what way the purchaser believes the
product to be defective.
SECURE Warranty repairs can be made in the tie~tt if the purchaser and servi-
cing dealer so desire. However, John Deere will not be responsible for any
charges (such as dealer travel time. mileage or extra labor that would not have
been incurred had the product been repaired at the dealer's place of business.
I. NO IMPMED WARRANTY OR OTHER REPRESENTATION
Where permitted by law neither John Deere nor any company affiliated with it
makes any warranties, representations or promises, express or implied, as to
the quality, pertormence, or freedom from detect of its products, other than those
set forth on this paage e, and NO IMPLIED WARRANTY OF MERCHANTABILITY
OR FITNESS IS MADE.
J. NO DEALER WARRANTY
The selling dealer makes no warranty of his own on any item covered by this
warranty, and makes no warranty on other items unless he delivers to the
purchaser a separa e written warranty certificate specifically warranting the item.
The dealer has no authority to make any representation or promise on
behalf of John Deere, or to modify the terms or limitations of this warranty
in any way.
EFFECTIVE 01 JANUARY 2000
A. SECURE'ExTENDED - GENERAL PROVlf~S.~ During the selected.
~:overage period, John Oeere Construction Equll~ll~t Company {John Deere
.Limited Construction Equipment Division. in Canada) ('John Deere') will repair
or replace, at its option, covered components (either factory-installad com-
ponents or genuine John Deere replacements installed by an authorized John
Oeere dealer) of the product identified on the face of this document that are
defective in material or ,,~orkmanship, subject to the terms and conditions set
forth on both sides of this document. Such repair or replacement will be free
of charge for parts and labor, except as otberc~ise stated below.
Under either the 'Full Machine' or 'powartrain* coverage option, the Secure
Extended coverage period begins when the product's corresponding Secure
Warranty coverage ends. and continues (unless terminated under Section E,
below) until the expiration selected on the face of this document. The coverage
period ends after the specified number of months o¢ when the machine's
hourmeter reaches the specified hour limitation, whichever occurs first.
Secure Extended coverage is available only through authorized John Deere
construction equipment dealers for John Deere construction products, and
may be purchased at any time befoPe the product's Secure Warranty cover-
age expires. Secure Extended coverage is not effective unless end until (1)
a propedy completed application for coverage is submitted to John Deere,
(gl the coverage charge is paid, and (3) the applicant receives written
confirmation of Secure Extended coverage from John Deere.
Once Secure Extended repair coverage becomes effective. John Deere's
obligations thereunder extend only to the applicant identified on the face of
this document, unless remaining coverage is transferred to a subsequent
purchaser of the product in accordance with Section H below.
B. OWNER RESPONSJBIUllES. After the product's Secure Warranty Full Machine
and Powertrain coverages expire, the owner (]assee, for leased products) will be
responsible for the §rs~ $200 of repair cost for each repair event covered by Secure
Extended, except for covered repairs to the product's engine o¢ powertrain.
The owner (lessee, for leased products), at his or her own expense, must maintain
the product in accordance with the product's Operator's Mancel and, upon
request, provide adequate records verifying maintenance.
C. WHAT IS COVERED BY SECURE EXTENDED. Not every product component
is covered by Secure Extended repair coverage. Tnose components that are
covered are tisted below It a particular component is not listed below, it is not
covered by Secure Extended,
1. Full Machine Coverage: Covers ail Powertrain Coverage items (see Sub-
section 2, below) and the folrowing:
ENGINE - Oil tiller tube, fuel lines, fuel transfer bump and gasket, pres-
sure/temperature sensors and sending units, engine mounts and supports,
pulleys, engine speed controls and linkage, radiator and hoses, engine
lines, wafer piping, fuel tank and associated parts, and fan and fan drives.
TRANSMISSION/DIFFERENTIAL - Shift con(roi linkage, levers and pedals,
control rods, sending unks. sensors, external oil lines, filler tubes, filter screens,
accumulator and rela~ed relief valves, oil cooler, disconnect levers and han-
dles, end differential lock valve and associatad parts
STEERING - Steering pump, steering valves and cylinders, axles, spindles
and supports, tie rod and tie rod ends, steedng linkage, secondary steering
system components, crossover relief valve, and priority valve
HYDRAULIC COMPONENTS - Hydraulic pumps and motors and related
control valves, hydraulic cylinders, saddle locking pin cylinder, cylinder pack-
ing kits, control and Iced holding valves, hydraulic hoses and lines and fittings,
hydraulic reservoir, and hydraulic oil cooler.
ELECTRICAL - Starter. starter drive, starter solenoid, alternator, voltage reg-
ulator, wiring harnesses, instruments, gauges, indicators, sensors, switches,
and wiper motors
BRAKES - Brake pump, brake valve, brake accumulator, unloading valve, and
pressure reducing valve
FACTORY AiR CONDITIONING - Compressor, clutch, pulley, condenser,
dryer, evaporator, accumulator, expansion valve, temperature control pro-
grammer, hoses and lines, seals and gaskets, and heater hose.
OTHER - Main frame, track frames, engine frame, loader boom, backhoe
boom, dipperstick and linkages, bucket linkages, scariflar and ripper linkages,
scraper bowl, draft frame and sliding floor, elevator drive and gearbox, skidder
arch, skidder boom and grapple, forklift mast and frame, motor grader circle
and circle drive gearbox.
2. Powertraln Coverage
ENGINE - Rocker arm cover and gasket, cylinder head and gasket, oil pan
and gasket, injection pump and gasket, injection nozzles, water pump and
gasket, thermostats, engine block, ring gear and flywheel, timing gear cover.
front and rear engine seals, turbochargar and gaskets, manifolds and gaskets.
front damper, engine oil cooler and afferccoler, flywheel housing and gasket,
electronic engine speed control system and hydraulic actuator and all parts
fully enclosed within the above systems.
TRANSMISSION/DIFFERENTIAL: Elect/chic and/or hydraulic control valves,
pump and va[va controller, clutch housing (except dry clutch disk), torque con-
verter, reverser wffh control valve, splitter drive, transfer drive, drive shaft with
'universal joints, hydrostatic ~'ansmissicn pump and/or motor assemblies (including
con~rol valve), propel motor, pump, brakes and their control valves, swing motor
and brake, swing gearbox and bearings, excavator rotary manifold, ¢onffol roves
for propel and swing functions only (not dig functions), axle{s) and differential(s),
final drive and axles, wet steering clutches, wet steering brakes and wet
service and wet bark brakes, mechanical front wheel drive differential/axle
assembly with its drive shaf~ with universal iotht and controt, hydraulic front
wheel drive axla~wheal drive assembly (including the dr~ pump anc
motor, electronic '~trcl and solenoid conl~ol valve and divider valve), ftor
wheel drive sensors (not wire h~nees). Park brake pinion shaft, bearing, an(
bearing quill are covered on motor graders only. -
3. Powerffain plum Hydraullc~ Coverage
Same as C.2. - "Powertrain Coverage" above; plus "HYDRAULIC COMPO
NENTS' f~om C.1. above.
4. Engine Only Coverage
Same as 'ENGINE' from C.2. - "Powertrain Coverage' above.
D. ITEMS NOT COVERED. John Deere is not responsible for the following:
1. Premiums charged for overtime labor requested by the owner (or lessee)
2. Transporting the product to and from the place where service is ped~
or service ce~ls made by the repairing dealer.
Depreciafloh or damage caused by normal wear. lack of reas~3nabla an~.
proper maintenance, failure to follow operating instructions, misuse, lac.
of proper protection during storage, vandalism, the elements, or COflisior
or other accident.
4. Normal maintenance and replacement of maintenance and wear items
such as filters, oil. hydraulic fluid, lubricants. COOlants and conditioners
undercarriage, lubricated joints (including pins and bushings), blade
and cutting edge parts, belts, dry brakes, dry clutch linings, and bulbs
5. Any defect in a non-covered component, or damage to or failure of
covered component caused by a defect in a non-covered component
6. Travel time and mileage for SECURE Extended Warranty repairs in the
field.
E. TERMINATION OF SECURE EXTENDED COVERAGE. John Deere i
relieved of its obligations under Secure Extended if:
1. Service (other than normal maintenance and replacement of service items
is pedormed by someone other than an authorized John Deere dealer; or
2T~e product is aftered or modified in ways not approved by Joho Deere; o
3. The product's hourmeter has been rendered inoperative or otherwise
tampered with; or
4.The product is removed from the United States or Canada; or
5. Use is made of the product withi0 an application group (commerci~
forestry, government, or severe duty) other than the group designated
the application fur Secure Extended coverage for the product,
F. LIMITATIONS OF JOHN DEERE'S LIABILITY. John Deere's liability for an
repair event shall not exceed the actual cash value of the product if repalrec
John Deere's cumulative liability over the coverage period shall not excee
the amount paid by the owner for the product (or, for leased products, th,
total of all lease payments called for under the lease), excluding any frans
portation charges, license fees, taxes, and insurance premiums.
in no event will John Deere be liable for any incidental or consequential damage
(including without limitation loss of profits, rental of substitute equipment or othe
commercial loss) that may be sustained due to a defect in the product or th
breach of performance of John Deere's obligations under Secure Extended
G. OBTAINING SECURE EXTENDED SERVICE. To obtain service covered b
Secure Extended, the owner (or lessee) must request Secure Extended servic
from a John Deere dealer authorized to sell the product to be serviced. Who
making such a request, the owner (or lessee) must presen~ his or her App
cation for Secure Extended Repair Coverage and Joh¢ Deere's wrihen co~
firmation of coverage (transferees under Section H, below, must present Job
Oeere's written confirmation of coverage transfer), make the product evailab
a~ [he dealer's place of business, and inform the dealer in what way the produ:
is believed to be delective
Secure Extended repairs can be made in the field if the purchaser ar':
servicing dealer so desire. However, John Deere will not be responsible fc
any additional cos~ incurred as a result of the decision to repair a mechir~e Ir
the field.
H. TRANSFER OF UNUSED COVERAGE UPON RESALE. Remaining Secur
Extended coverage applicable to a used John Deere product is transferre
to a subsequent purchaser of the product only if:
1, The subsequent purchase is made before the product's Secure Extende
2, The product is determined by John Oeere to be ~n salisfaotory condi~2~ followin,(
an inspection perfocr'c'~.d by an authodzod John Deere deaJeb in accordanc~
purchaser; and
4. Either (e the use made cf he product by the subsequent purchaser falL~
severe duty) designated on the product's original Application for Secure
Extended Repair Coverage, or (bi he subsequent purchaser pays th(
to a different application group,
I. NO IMPLIED WARRANTY. Where permitted by law, JOHN DEERE CON
STRUCT~ON PROBUCTS CARRY NO IMPLIED WARRANTY OF
MERCHANTABILITY OR FITNESS.
J, DEALER CANNOT VARY TERMS OF COVERAGE. All terms of Johr
John Deera dealers have no authority to make any repreasntation o;
promise on behalf of John Deem, or tq modify the terms or limitations ct
Secure Extended in any way.
Slate Treasurer
5/11
BID ON FOUR WHEEL DRIVE WHEEL LOADER
BID OPENING DATE: 10:00 A.M., THURSDAY, MAY 18, 2000
1. Jescon, inc., 118 Nicholas Avenue, South Plainfield, NJ 07080, 908-8080, 800-241-
707 Fax 908-753-7853. Vince Porpora 914-393-3848
5/11
2. Edward Ehrbar Inc., 100 Se¢or Ln., Pelham Manor, NY 10803
Attn: James P. Hogan 914-738-5100 Fax: 914-738-6847
5/11
3. Malvese Equipment Co., Inc. 1 Henrietta Street, Hicksville, NY 11802
516- 681-7600 Fax 938-8962 Paul Wolkiewicz
5/16
4. H.O. Penn Machinery Co., Inc. 660 Union Ave., Holtsville, N.Y. 11742
Paul Donohue 654-4459 Fax 758-8000
5/16
5. TRIUS, Inc.
Paul Mitchell
458 Johnson Ave., Bohemia 11716
244-8600 fax - 244-8861
10.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF V~ITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-61115
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO: Attn: Vince Porpora, JESCO, INC.
FROM: Linda Cooper
DATE: 5/11/00
516 765-61a,5(Fax Number)
Number of Pages (including cover): 2
If total transmittal is not received, please call ($16)765-1800.
COMMENTS:
Please add this to the bid spec for WHEEL LOADER for Southold Town Solid
Waste District.
Note: Thanks for letting Jim Bunchuck at the Disposal Area know the page
was missing.
I~EGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN,
in accordance with the provisions o£
Section 103 of the General Municipal
Law, that sealed bids are sought and
requested for the purchase of one (1)
New 200 Model Four (4) Wl~el
Drive Articulated irro~ Eod
~red Wheel Lood~ Jolm Dmm~ or
equal for use by t~ ~
District.
Specifications may be obtained at
the Office of the Town Clerk, Town
of Southold, 53095 Main Road,
Southold, New York 11971.
The sealed bids, together with a
Non-Collusive Bid C~rtificate and
bank draft or ~ettified check la
~ of $200.00. will be received
by the Town Clerk, at the So~aotd
Town Hall, 53095 Main Road,
Southold. New York, until 1~
A.M., Thmmlay, May 18. 2000. at
which time they will be opened and
read aloud in public. The Town
Board of the Town of Southold
reserves the fight lo reject any ami all
bids ami waive any and all informali-
ty in any bid should it be deemed in
the best interest of the Town of
Southold to do so.
All bids mu~,' be signed and sealed
in envelopes plainly mar~ ".l~ld on
Nmv ~e~laadel.,,. and submitte~
to the Office of the Town Clerk. The
bid price shall not include any tax,
federal, state, or local from which the
Town of Southotd is exempt.
Dated: May 5, 2000.
BY ORDER OF THE TOWN
BOARD OFTHE TOWN OF
SOUTHOLD, SOUTHOLD,
NEW YORK.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
1316-1TMv! 1
STATE OF NEWYORK)
)SS:
COUNTY OF SUFF, QLK)
~C_jt~ ~-, (~/~/~[i',~ of Mattituck, in said
county, being duly sworn, says that he/she is Principal
clerk of THE SUFFOLK TIMES, a weekly newspaper,
published at Mattituck, in the Town of Southold,
County of Suffolk and State of NewYork, and that the
Notice of which the annexed is a printed copy, has
been regularly published in said Newspaper once
each week for [ weeks ~,uccessiveiy,
commencing on the I { ~ day
of ~ C"'¥ 20
{J Principal Clerk
Sworn to before me this ~77~'~
day of ~(~ 20 O0
Ma~ 08 CO O~:S~p TIMES?REVIEI~ MEWSPBPERS
0~/O~ 'O0 ~0N 1¢:07 ~tX $I~ ~1~ SOUT~0LD
1~31~83~87 p. !
Suffolk Times ~001
ELIZABETH A. NEVILLE
TOWN CLERK
Town Hall. 53095 Main Road
P,O. Bo~ 1179
So~thold, New York 11971
F~x (~31) 765-6145
Telephone (631) 76S~1800
OFFICE OF THE TOW1W CLER~K.
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO:
FROM:
DATE:
RE:
SUFFOLK TIMES NEWSPAPER
BETTY NEVILLE
s/~/oo
LE_GAL NOTICE TO~BII~DER.~s
If total transmittal is not received, please call 516 765-1800.
fax 516 765-61q5
TWO {2) LEGAL NOTICE TO BIDDERS
(1) WALKING & JOGGING TRACK
(2) WHEEL LOADER
PLEASE SIGN AND RETURN THE FOLLOWING CONFIRMING RECEIPT
OF THE ABOVE.
THANK YOU.
-By Date
THANK YOU,
08/05 '00 MON 14:08 FAX 516 765 6145 SOUTHOLD CLERK ~001
*** TX REPORT
TRANSMISSION OK
TX/RX NO
CONNECTION TEL
CONNECTION ID
ST. TIME
USAGE T
PGS, SENT
RESULT
1358
2983287
Suffolk Times
08/05 14:07
01'08
3
OK
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTP. Ai~ OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS NLA-NAGEMENT OFFICER
FREEDOM OF IAIFOP~W_4.TION OFFICER
Town Hall, 53095iV~ain Road
P.O. Box 1179
Southold, New York l1971
F~.g(631) 765-6145
Telephone(6$1) 765-1800
OFFICE OF THE TOWNCLERK
TOWN OFSOUTHOLD
FAX TRANSMITTAL
TO:
FROM:
DATE:
RE:
SUFFOLK TIMES NEWSPAPER
BETTY NEVILLE
518100
LEGAL NOTICE TO~.BIDDERS
If total transmittal is not received, please call 516 765-1800.
fax 516 765-61q5
TWO (2) LEGAL NOTICE TO BIDDERS
(1) WALKING & JOGGING TRACK
(2) WHEEL LOADER
PLEASE SIGN AND RETURN THE FOLLOWING CONFIRUING RECEIPT
OF THE ABOVE.
THANK YOU.
Received By Date
ELIZABETH A. NEVILLE
TOWN CLERK
R~GISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO:
FROM:
DATE:
RE:
SUFFOLK TIMES NEWSPAPER
BETTY NEVILLE
5/8/00
LEGAL NOTICE TO BIDDERS
If total transmittal is not received, please call 516 765-1800.
fax 516 76S-610.5
TWO (2} LEGAL NOTICE TO BIDDERS
(1) WALKING S JOGGING TRACK
(2) WHEEL LOADER
PLEASE SIGN AND RETURN THE FOLLOWING CONFIRMING RECEIPT
OF TIlE ABOVE.
THANK YOU.
Received By Date
THANK YOU.
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of
Section 103 of the General Municipal Law, that sealed bids are sought and
requested for the purchase of one (1) New 200 Model Four (1~) Wheel Drive
Articulated Front End Rubber Tirol Wheel Loader. John Deer or equal
for use by the Solid Waste District.
Specifications may be obtained at the Office of the Town Clerk, Town of
Southold, 53095 Main Road, Southold, New York 11971.
The sealed bids, together with a Non-Collusive Bid Certificate and bank
draft or certified check in the amount of $200.00, will be received by the
Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New
York, until 10:00 A.M., Thursday, May 18, 2000, at which time they
will be opened and read aloud in public. The Town Board of the Town of
Southold reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of
Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on
New Wheelloader", and submitted to the Office of the Town Clerk. The bid
price shall not include any tax, federal, state, or local from which the Town
of Southold is exempt.
Dated: May 5, 2000.
BY ORDER OF THE
SOUTHOLD, NEW YORK.
TOWN BOARD OF THE TOWN OF SOUTHOLD
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ONCE ON FEBRUARY 25. 1999, AND FORWARD ONE (1
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK,
TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Superintendent of Highways
Dodge Reports
Browns Letters
Burrelle's Information Ser~,ices
Construction
Town Clerk's Bulletin Board
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York
being duly sworn, says that on the ~th day of May 201~0
she affixed a notice of which the annexed printed notice is a true copy,
in a proper and substantial manner, in a most public place in the Town of
Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin
Board~ Southold Town Hall, 53095 Main Road~ Southold, New York.
Legal Notice -Notice to Bidders - New 2000 WheelLoader (Payloader)
for Solid Waste District - Bid OPening at 10:00 A.M., Thursday,
May 18, 2000.
C-4izabeth A. Neville
Southold Town Clerk
Sworn to before me this
Rth day of May , 2OOE.
~z,~ ~_ (~ 'Pu~'~:2x~bllc'
-I NotarY/ '
Nota~ Public, State of N~w Yolk
No. 4~22563, Suffolk CeunW _
T~m ~ires D~ember 31,
JAMES BUNCHUCK
SOLID WASTE COORDINATOR
P.O. Box 962
Cutchogue, New York 11935-0962
Tel: (631) 734-7685
Fax: (631) 734-7976
SOUTHOLD TOWN
SOLID WASTE DISTRICT
May 5, 2000
MEMORANDUM
TO: Betty Neville
FROM: (~m Bunchuck
SUBJECT: Payloader Specifications
Attached you will find the specifications for the new payloader the Board has authorized
you to adveff~se for. Also attached is a copy ora legal notice for an earlier bid for a Yard
Waste Shredder (I could not find one for a payloader). The notice requires a $10 non-
refundable fee for those specs. It hardly seems worth it, but I'll leave it up to you to
request a fee. I'm not really sure what costs it's supposed to cover.
Let me know if you have any questions.
TOWN OF SOUTHOLD SPECIFICATIONS FOR:
ONE NEW ARTICULATED WHEEL LOADER
(The Southold Town Solid Waste District seeks bids for one new, articulal~l front end wheel
loader, that shall meet the following specifications, or theft demonslratcd equivalent)
This specification is meant to describe a new 2000 model year four wheel drive articulated
front end robber tired wheel loader, such as a John Deere 744 H or equaL The loader must be
equipped with a general purpose bucket having a minimum bucket capacity of 5.25 cubic yards
(heaped) and be equipped with special independently hydraulically-operated logging clamps and be
adapted/proteeted for use in a landfdl application.
NOTE: ANY DEVIATIONS FROM THE SPECIFICATIONS CONTAINED HEREIN MUST BE
LISTED SEPARATELY AND CLEARLY IN A SECTION OF THE B1D ENTITLED
"DEVIATIONS FROM WHEEL LOADER SPECIFICATIONS". IF, IN THE OPINION
OF THE BIDDER, ANY DEVIATION HAS THE EFFECT OF EXCEEDING THE
TOWN SPECIFICATION, THE BIDDER SHALL SO STATE. FAH,URE OF A BIDDER
TO CLEARLY DESIGNATE DEVIATIONS FROM THE TOWN SPECIFICATION
WILL RESULT IN DISQUALIFICATION OF THE BID SUBMISSION.
BASIC FEATURES
Engine
Must be same make as thc loader being offered. Must be a wet sleeve engine with dual horsepower,
tmbooharged, and afiercoolad, and meet North American EPA and CARB non-road diesel engine
regulations, which took effect on Janum-y 1, 1996.
Adff~tioual Engine RequirementS:
Power and Size:
· Gearl: 240 SAE net hp (179 kW), 263 SAE gross hp (196 kW) ~ 2000 rpm.
· Gears24: 260 SAE nct hp (194 kW), 283 gross hp (211kW) ~ 2000 rpm
· Cylinders: 6
· Displacement: 766 cu. Inches (12.5 L)
· Maximum net torque: Gearl(45%torquerise):9431bMl(1280Nm)~l,500rpm.
Gears 2-1 (35% torque rise): 943 lb.-fi (1280 Nm) ~ 1,500 rpm.
Lubrication: Pressure system with full-flow spin-on filter and cooler; STARTER SHALL BE
EQUIPPED TO BRING OIL PRESSURE UP TO NORMAL SETrlNG
BEFORE ANY ENGINE STARTING REVOLUTIONS ARE MADE.
Fuel Consumption (typical): 4.0 to 10.0 gal/hr (15 to 38 L/hr
Cooling fan: Blower type
Electrical system: 24 volt with 55-amp alternator
Batteries (two 12 volt): 950 CCA; reserve capacity: 200 mm.
Air cleaner: dual safety element dry type; reslriction indicator for service.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 2
Transmission
Shall be a single stage, single phase torque converter with. free-wheeling stator; it shall be a
countershaft type with full power shffi, providing not less than 4 forward gears and 3 reverse gears.
Smooth shifts shall be provided by a computer controlled electronic shift with individual electronic
control over each clutch pack, a single twist-grip shift lever with a qnick-slfifl button on the
hydraulic lever. Auto-shift feature shall be selectable to shift between gears 14 or 2-4.
transmission with auto-shift.
Travel speeds when equipped with 26.5 - 25 tires shall be as follows:
Forward Reverse
Gear 1: 4.6 mph (7.4 kin/h) 4.6 mph (7.4 km/h)
Gear 2: 8.6 mph (13.9 km/h) 8.6 mph (13.9 kra/h)
Gear 3: 13.1 mph (21.2 km/h) 13.1 mph (21.2 km/h)
Goar 4: 24.5 mph (39.5 km/h)
Axles and Final Drives
Final &ives shall be heavy-duty planeta~ type, mounted inboard (i.e., in each axle housing), using
full floating bronze sleeve type beatings. Differentials shall be conventional frout and rear. Frout
axle must be fixed; rear must oscillate not less than 13°. Axle shaft seals must be protected with
trash guards to prevent foreign material intrusion.
Brakes
Service brakes must be inboard (i.e., located in differential housings), hydraulically operated wet-
disc type, and self-adjusting. Must be free of asbestus material. Brake lines must also be internal,
i.e., mounted inside of differential housing. External brake lines, even ff protected with guarding,
will not be accepted. Parking brake shall be automatically spring-applied, hydraulically released,
wet-disc brake mounted on transmission output shaft.
Hydraulic System and Stee~ing
Hydraulics
The hydraulic pumps shall consist of two vatiable-displacement, load-sensing piston pumps;
closed-center system. Pumps shall provide a maximum flow of 104 gpm (393 L/rain) @ 1,000 psi
(6900 kPa) and 2,250 rpm. The main relief valve shall be set for a maximum pressure of 3,200 psi
(22,000 kPa). Sys~m shall have a three-spool coutrol valve which will feed the steering circuit,
loader circuit, and bucket attachment circuit (logging clamps). Coatrol of first two circuits shall be
with single lever, a second lever to be used to control the clamps. Controls shall also be equipped
with a lockout feature.
Hydraulic cycle times shall be as follows: raising bucket, 6.6 seconds; Dumping, 1.5 seconds;
Ioweringbucket, 3.0 seconds (either floatingor powering down). Total cycle time, 11.1 seconds.
The hydraulic system shall provide a mardmum lift capacity of 47,450 lbs. (21,520 kg) at ground
level, and 25,665 lbs. (11,640 kg) at maximum bucket height.
Steermg
Thc loader shall have fully hydraulic, power steering. The relief valve shall be set for a mum
pressure of 3,200 psi (22,000 Id?a). The loader's articulation angle shall be 40 degrees in each
direction (for a total 80-degree arc). The turning radius, measured to the ceuterline of the outside
tire. shall be 20 ff 2 inches (6.14 m).
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/1)0 P. 3
Tires
Tires shall be size 26.5-25 with a 20 PR L5 tread (this is the exira thick tread to minimize
punctures). Requested brand is the General LD 250.
Gu~rdlng
The payloader shall be equipped with the following guarding:
· From drive shat~ guard protection to prevent damage from wire, nylon, string, etc. wrapping
around the shaft.
· Axle seal guards;
* From light guards;
Suction fans to pressurize engine compartment reducing the amount of debris drawn through
the machine openings;
· Perforated engine enclosures;
· Extended bumper to provide added protection for the rear of the machine when operating in
tight quarters;
· HYDRAULICALLY ACTIJATED FRONT AND REAR BOTTOM GUARDS.
· Transmissinn side guards.
Bucket
Shall be a stockpiling/general purpose bucket with a bolt on cutting edge. Bucket capacity shall be
not less than 5.25 cubic yard capacity heaped SAE, ami not less than 4.5 cubic yard capacity struck
SAE. Additional minimum bucket specifications are as follows:
· Width: 119.7 in (3040 mm)
· Breakout foree, SAE J732C: 42,150 lbs. (19,115 kg)
· Tipping load, straight: 37,905 (17,190 kg)
· Tipping load, 35-degree, full turn, SAE: 33,090 lbs. (15,010 kg)
· Tipping load, 45-degree, full turn, SAE: 31,910 lbs. (14,475 kg)
· Reach, 45-degree dump, 7-1~ (2.13 m) clearance: 74.4 inches (1890 mm)
· Reach, 45-degree dump, full height: 50.0 inches (1270 mm)
· Dump Clearance, 45-degree dump, full height: 119.8 inches (3042 mm)
· Overall length: 28 fl. 2 inches (8586 nun)
· Loader clearanee circle, bucket in eaay position: 44fl. 9 inches (13,650 mm)
· Operating weight: 50,300 lbs. (22,815 kg)
Logging Clamps
The bucket must be equipped with independently hydraulically operated logging clamps, attached
at the top of the bucket. These clamps must be curved, and must contac! the cutting edge when
fully closed. Both clamps must be operated by individual hydraulic cylinders, double acting, with
lubricating fittings at all bearing points. Cylinders must have a bom and stroke of no less than 4.5"
x 14", and a rod diameter of at least 2.5". Clamp arms must be made of high-strength steel, and
each shall be of one continuous piece of metal, from flame attaching point to the bucket attaching
point. Clamps shall be positioned so that the centers are 2 ft. 0 inches from the side edges of the
bucket. Width of clamps shall taper from not less than 1 ft 0 inches at the top to not less than 6
inches at the point where the clamp contacts the bolt on cutting edge.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 4
Cab
The cab shall be attached to the rear frame of the machine. It shall be sound-suppressed, resiliently
mounted to the wheel chassis. It shall be a ROPS type and shall include tinted glass, tilt steering
wheel, windshield washer and wiper, dome lights, suspension seat, inside mounted rearview mirrors
and outside rearview mirrors, one lockable enUy door on the left side only; it shall have a floor
mat, rear window washer and wiper, outside mounted fire exfingnlsher, air conditioner, and heater.
Cab must have radio mountings for two-way communication and computer monitored critical
machine systems shall be readily viewed from the operator's location.
The cab shall also be equipped with the following instrumentation:
Head light beam pilot
· Speedometer
· Fuel gauge
· Turn sj~tmals
Diagnostic fault code messages for battery voltage, brake pressure, coolant level, engine air
filter, engine oil pressure, fasten seat belt, hydraulic oil filter, hydraulic oil temperature, park
brake engageraem, transmission filter restriction, torque converter temperature gauge.
I~iahts
Thc loader shall be equipped with thc following lights:
Two front halogen work lights with high and low beams.
· Two front halogen work lights on cab
· Two front and two rear mm signals
· Stop, tail, and backup lights
Service Capacities
Shall be as follows:
· Fuel tank: 114 gallons (432 L)
· Cooling system: 45 qt. (43 L)
· Crankcase: 40 qt. (38 L)
· Transmission: 30 qt. (28 L)
· Differential (each axle): 49 qt. (46 L)
· Hydraulic reservoir: 38 gallons (144 L)
· Parking break: 0.53 qt. (0.5 L)
Overall Dimensions
Shall be as follows:
· Height to top of cab and canopy:
· Height to top of exhaust:
· Ground clearanee:
· Length from centefline to front axle:
· Wheelbase:
· Height to hinge pm, fully raised:
· Maximum digging depth:
· Overall length:
11 fl 7 in (3520 mm)
10 fi 2 in (3100 rain)
18.3 in (465 mm)
5 t~ 7 in (1700 mm)
11 tl 2 in (3400 mm)
14fl 1 ui(4281 mm)
3,6 in (92 mm)
28 fi 2 in (8586 mm)
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 5
ACCESSORIES
1) Back-up alarm.
2) Electric Horn
3) 24-volt to 12-volt, 10 amp voltage converter
4) Radiator guard must be hinged and lockable
5) Vandalism protection
6) Counterweight
7) Two sets of all manuals
8) Anti-freeze protection to -30° F
9) 1,000 hour factory preserib~l mamtenanee program to be performed at Town site with all
parts and supplies furnished at 250-hour intervals.
WARRANTY
Shall be full machine (i.e., all parts and labor) for first six months, with an additional 54-month
parts and labor on the powerlraln (i.e., engine and lmnsunssion/differential). Powertrain coverage
shall be for a total of 60 months or 10,000 hours, whichever occurs first.
Transportation of machine for se:~vicing to and from the suceessfifl bidder's place ofbnsiness, for
warranty purposes, dunng the first six months of ownership shall be at the sole hardship and
expense of the bidder. In such cases, should the machine be away from the Town's possession in
excess of 10 calendar days, bidder also agrees to provide a suitable replacement machine to the
Town again at the sole hardship and cost of the bidder, such replacement machine to be made
available not later than the 11th calendar day that the Town is not in possession of the machine bid,
and kept available for the Town's use until such time as the bid machine is back in the Town's
possession.
Transportation of the machine for servicing to and from the successful bidder's place of bnsiness,
for warranty purposes, after six months of ownership is the responsibility of the Town, with the
exception that if the bid machine must leave Long Island (i.e., the area encompassed by the
counties of Nassau and Suffolk) for repair, the bidder agrees to pay for transportation and
permitting expenses required as a result of moving the machine offLong Island (i.e., outside the
area encompassed by the counties of Nassau and Suffolk) for repair, with the Town being
responsible only for Wansporlation and permitting expenses to and from the Nassau County-New
York City (i.e., the boroughs of Queens and Brooklyn) line.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 6
ADDITIONAL REQUIREMENTS
· THE SUCCESSFUL BIDDER MUST BE AN AUTHORIZED DEALER FOR THE
WHEEL LOADER PRESENTED.
· The vendor shall have a full service facility, which shall be capable of performing all possible
types of repair "on premises". The vendor repair technicians shall have manufacturer
sponsored training for repairing the model of equipment bid.
· The vendor shall be able to provide a wide range of field service capabilities.
· The vendor shall maintain at tis authorized Long Island facility, an inventory of parts for the
machine offered sufficient for the timely completion of basic m~afl's (as recommemled by the
manufacturer).
· The vendor shall be capable of providing any equipment or vehicle necessary to transport the
machine to and from a service facility. In the event of accident during any such
transportation, the vendor shall assume all responsibility, including any and all damage to the
equipment.
· Prior to being selected, the vendor may be required to finnish proof of insurance policies
sufficient to cover the costs of repair or replacement of the machine if the machine is
damaged or destroyed while in the vendor's possession.
· All extended warranties must be manufacturer warranties, NOT vendor/dislxibutorship
warranties.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on WHEEL LOADER
Wheel Loader Bid Price Page
The Bid Price for Wheel Loader shall be shown a~ follows:
Price for One (1) new 2000 model year Wheel Loader
Less Value of Trades:
1, One (I) 1995 John Deere 744E Wheel Loader
2. One (I) 3 Cubic Y~rd Attachment
Total Value of Trades:
Net Cost of Wheel Loader to Town of Southold
TOWN OF SOUTHOLD SPECIFICATIONS FOR:
ONE NEW ARTICULATED WHEEL LOADER
(Thc Soulhold Town Solid Waste District seeks bids for one new, articulated front end wheel
loader, that ~hall meet the following specifications, or their demons/rated equivalent)
Item
This specificaton is meant to describe a new 2000 model year four wheel drive articulated
front end robber tired wheel loader, such as a John Deere 744 H or equal. The loader mnst be
equipped with a general purpose bucket having a minimum bucket capacity of 5.25 cubic yards
(heaped) and be equipped with special independently hydraulically-operated logging damps and be
adapted/proteeted for use in a landf'dl application.
NOTE: ANY DEVIATIONS FROM TItE SPECIFICATIONS CONTAINED HEREIN MUST BE
LISTED SEPARATELY AND CLEARLY IN A SECTION OF THE BID ENTITLED
"DEVIATIONS FROM WHEEL LOADER SPECIFICATIONS". IF, IN THE OPINION
OF THE BIDDER, ANY DEVIATION HAS THE EFYECT OF EXCEEDING THE
TOWN SPECI~'ICATION, THE BIDDER SHAI.I. SO STATE, FAILURE OF A BIDDER
TO CLEARLY DESIGNATE DEVIATIONS FROM THE TOWN SPEcifICATION
WILL RESULT IN DISQUALIFICATION OF THE BID SUBMISSION.
BASIC FEATURES
Must be same make as the loader being offered. Must be a w~t sleeve engine with dual ho~power,
turbochargcd, and aflerenoled, and meet North American EPA and CARB non-road diesel engine
regulations, which took effect on January 1, 1996.
Additional En~ne Requirements:
Power and Size:
· Ct.~l: 240 SAE net hp (179 kW), 263 SAE gxoss hp (196 kW) ~ 2000 rpm
· Gears2-4: 260 SAE net hp (194 kW), 283 gross hp (211kW) ~ 2000 rpm
· Cylinders: 6
· Displacement: 766 cu. Inches (12.5 L)
· Maximum net torque: Genrl(45%torquerise):9431b.-fl(1280Nm)~l,500rpm.
Gears 2-1 (35% torque rise): 943 lb.-fl (1280 Nm) ~ 1,500 rpm.
Lubrication: Pressure system with full-flow spin-on filter and cooler, STARTER SHALL BE
EQUIPPED TO BRING OIL PRESSURE UP TO NORMAL SETrlNG
BEFORE ANY ENGINE STARTING REVOLUTIONS ARE MADE.
Fuel Consumption (typical): 4.0 to 10.0 gal/hr (15 to 38 I_far)
Cooling fan: Blower type
Electrical system: 24 volt with 55-amp alternator
Batteries (two 12 volt): 950 CCA; reservo capacity: 200 min.
Air cleaner: dual safety element dry type; restriction indicator for service.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 2
Transmission
Shall be a single stage, single phase torque converter with free-wheeling stator, it shall be a
countershaft type with full power shift, providing not less than 4 forward gears and 3 reverse gears.
Smooth shifts shall be provided by a computer controlled electroulc shift with individual electronic
control over each clutch pack, a single twist-grip shill lever with a quick-shill button on the
hydraulic lever. Auto-shift feature shall be selectable to shill between gears 14 or 2-4.
transmission with auto-shift.
Travel speeds when equipped with 26.5 - 25 tires shall be as follows:
Forward Reverse
Gear 1: 4,6 mph (7.4 kin/h) 4.6 mph (7.4 kin/h)
Gear 2: 8.6 mph (13.9 lan/h) 8.6 mph (13.9 kin/h)
Goar 3: 13.1 mph (21.2 lan/h) 13.1 mph (21.2 kin/h)
Gear 4: 24.5 mph (39.5 kin/h)
Axles and Final Drives
Final drives shall be heavy-duty planetary type, mounted inboard (i.e., in each axle housing), using
full floating bronze sleeve type bearings. Differentials shall be conventional front and rear. Front
axle must be fixed; rear must oscillate not less than 13'. Axle shaft seals must be protected with
trash guards to prevent foreign material intrusion.
Brakes
Service brakes must be inboard (i.e., located in differential housings), hydraulically operated wet-
disc type, and serf-adjusting. Must be flee of asbestos material. Brake lines must also be internal,
i.e., mounted inside of differential housing. External brake lines, even ifproteeted with guarding,
will not be accepted. Parking brake shall be automatically spring-applied, hydraulically released,
wet-disc brake mounted on tran~aission output shaft.
Hydraulic System and Steerine
The hydraulic pumps shall consist of two variable-displacemem, load-sansmg piston pumps;
closed-center system. Pumps shall provide a maximum flow of 104 gpm (393 L/min) ~ 1,000 psi
(6900 kPa) and 2,250 spin. The main relief valve shall be set for a maximum pressure of 3,200 psi
(22,000 kPa). System shall have a three-spool control valve which will feed the steering circuit
loader circuit, and bucket attachment circuit (logging clamps). Control of first two circuits shall be
with single lever, a second lever to be used to control the clamps. Conltols shall also be equipped
with a lookout feature.
Hydraulic cycle times shall be as follows: raising bucket, 6,6 seconds; Dumping, 1.5 seconds;
lowering bucket, 3.0 seconds (either floating or powering down). Total cycle time, i I. 1 seconds.
The hydraulic system shall provide a maximum litt capacity of 47,450 lbs. (21,520 kg) at ground
level, and 25,665 lbs. (11,640 kg) at maximum bucket height.
Steering
The loader shall have fully hydraulic, power steering. The relief valve shall be set for a maximum
pressure of 3,200 psi (22,000 kPa). The loader's articulation angle nlmll be 40 degrees in each
direution (for a total 80-degree arc). Tbe tumiag radius, meesured to theeenterline oftheoulside
tire, shall be 20 t~. 2 inches (6.14 m).
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 3
Tires
Tires shall be size 26.5-25 with a 20 PR L5 tread (this is the extra thick lxead to minimize
punctures). Requested brand is the General LD 250.
Guarding
The payloader shall be equipped with the following guarding:
· Front drive shaft guard protection to prevent damage from wire, nylon, string, etc. wrapping
around the shaft.
· Front light guards;
Su~ion fans to pressurize engine compartment reducing the amount of debris drawn through
the machine openings;
· Perforated engine enciusures;
· Extended bumper to provide added protection for the rear of thc machine when operating in
tight quartets;
· HYDRAULICALLY ACTUATED FRONT AND REAR BOIl'OM GUARDS.
· Transmission side guards.
Bucket
Shall be a stockpiling/general purpose bucket with a bolt on cutting edge. Bucket capacity shall be
not less than 5.25 cubic yard capacity heaped SAE, and not less than 4.5 cubic yard capacity struck
SAE. Additional minimum bucket specifieatious are as follows:
· Width: 119.7 in (3040 mm)
· Breakout force, SAE J732C: 42,150 lbs. (19,115 kg)
· Tipping load, straight: 37,905 (17,190 kg)
· Tipping load, 35-degree, full turn, SAE: 33,090 lbs. (15,010 kg)
· Tipping load, 45-degree, full turn, SAE: 31,910 lbs. (14,475kg)
· Reach, 45-dngreedump, 7-fl (2.13 m) clearance: 74.4 inches (1890 mm)
· Reach, 45.<lngree dump, full height: 50.0 inches (1270 nun)
· Dump Clearance, 45.<legrec dump, full height: 119.8 inches (3042 nun)
· Overall length: 28 fl. 2 inches (8586 nun)
· Loader clearance circle, bucket in carry position: 44 fl. 9 inches ( 13,650 mm)
· Oporatingweight: 50,3001bs. (22,815 kg)
Logging Clamps
The bucket must be equipped with independently hydraulically operated logging clamps, attached
at the top of the bucket. These clamps must be curved, and must contact the cutting edge when
fully closed. Both clamps must be operated by individual hydraulic cylinders, double acting, with
lubricating fittings at all bearing points. Cylinders must have a bore and stroke of no less than 4.5"
x 14",andareddiamcterofatleast2.5'. Clamp arms mast be made of high-strength steel, and
each shall be of one continuous piece of metal, from frame attaching point to the bucket attaching
point. Clamps shall be positioned so that the centers are 2 fi. 0 inches from the side edges of the
bucket. Width of clamps shall taper from not less than 1 1~ 0 inches at the top to not less than 6
inches at the point where the clamp contacts the belt on cutting edge.
TOWN OF SOIYII-IOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/1 l/D0 P. 4
Cab
The cab shall be atlached to the rear frame of the machine. It shall be sound-suppressed, resiliently
mounted to the wheel chassis. It shall be a ROPS type and shall include tinted glass, tilt steering
wheel, windshield washer and wiper, dome lights, suspension seat, inside mounted reaxview mirrors
and outside rea~ew mirrom, one lockable entry door on the leil side only; it shall have a floor
. mat, rear window washer and wiper, outside mounted fire extinguisher, air conditioner, and heater.
Cab must have radio mountings for two-way communication and computer monitored critical
machine systems shall be readily viewed from the operator's location.
The cab shall also be equipped with the following instrumentation:
· Head light beam pilot
· Speedometer
· Fuel gauge
· Turn si~nals
· Diagnostic fault code messages for battery voltage, brake pressure, coolant level, engine air
filler, engine oil pressure, fasten seat belt, hydraulic oil filler, hydraulic oil temperature, park
brake engagement, transmission filter restriction, torque converter temperature gauge.
Thc loader shall be equipped with the following lights:
· Two front halogen work lights with high and low beams.
· Two front halogen work lights on cab
· Two front and two rear ntm signals
· Stop, tail, and backup lights
Service Capacities
Shall be as follows:
· Fuel tank: 114 gallons (432 L)
· Cooling system: 45 qt. (43 L)
· Crankcase: 40 qt. (38 L)
· Transmission: 30 qt. (28 L)
· Differential (each axle): 49 qt. (46 L)
· Hydraulic reservoir: 38 gallons (144 L)
· Parking break: 0.53 qt. (0.5 L)
Overall Dimensions
Shall be as follows:
· Height to top of cab and canopy:
· Height to top of exhaust:
· Ground clearance:
· Length from centcfilnc to front axle:
· Wheelbase:
· Height to hinge pin, fully raised:
· Maxirouro digging depth:
· Overall length:
11 fl 7 in 0520 mm)
10 ft 2 in (3100 mm)
18.3 in (465 nun)
5 fl 7 in (1700 mm)
11 fl 2 in (3400 mm)
14 fl 1 in (4281 mm)
3.6 in (92 mm)
28 it 2 in (8586 mm)
TOWN OF SOLrrHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
5/11/00 P. 5
ACCESSORIES
1) Back-up alarm.
2) Elec~ric Horn
3) 24-volt to 12-volt, 10 amp voltage converter
4) Radiator guard must be hinged and lockable
5) Vandalism protection
6) Counterweight
7) Two sets of all manuals
8) Anti-froze protection to -30° F
9) 1,000 hour facto~ prescribed maintenance program to be performed at Town site with all
pans and supplies furnished at 250-bour intervals.
WARRANTY
Shall be full machine (i.e., all parts and labor) for first six months, with an additional 54-month
parts and labor on the powertxaln (i.e., engine and transmission/differential). Powertram coverage
shall be for a total of 60 months or 10,000 hours, whichever occurs lust.
T ram'portatian of machine for servicing to and from the successful bidder's place of business, for
warranty purposes, during the first six months of ownership shall be at the sole hardship and
expense of the bidder. In such cases, should the machine be away from the Town's possession in
excess of 10 calendar days, bidder also agrees to provide a suitable replacement machine to the
Town a~in at the sole hardship and cost of the bidder, such l~placemunt machine to be made
available not later than the 11t~ calendar day that the Town is not in possession of the machine bid,
and kept available for the Town's use until such time as the bid machine is back in the Town's
poSSesSiOIL
Trausponation of the machine for servicing to and from the successful bidder's place of business,
for warranty purposes, after six months of ownership is the responsibility of the Town, with the
exception that if the bid machine must leave Long Island (i.e., the area encompassed by the
counties of Nassau and Suffolk) for repair, the bidder agrees to pay for transportation and
permilting expenses required as a result of moving the machine off Long Island (i.e., outside the
area encompassed by the counties of Nassau and Suffolk) for repair, with the Town being
responsible only for trampon~atiun and permithng expenses to and from the Nassau County-New
York City (i.e., the boroughs of Qucens and Brooklyn) line.
TOWN OF SOUTHOLD
SPECIFICATIONS FOR ONE NEW WHEEL LOADER
511 l~D0 P. 6
ADDITIONAL REQUIREMENTS
· THE SUCCESSFUL BIDDER MUST BE AN AUTHORIZED DEALER FOR THE
WHEEL LOADER PRESENTED.
· The vendor shall have a full service facility, which shall be capable of perforating all possible
types of repair "on premises". The vendor repair technicians shall have manufacturer
sponsored training for repairing the model of equipment bid.
· The vendor shall be able to provide a wide range of field service capabilities.
· The vendor shall maintain at its authorized Long Island facility, an inventory of parts for the
machine offered sufficient for the timely completion of hasic repairs (as recommended by the
manufacturer).
· The vendor shall be capable of providing any equipment or vehicle necessmy to transpot~ the
machine to and from a sendce facility. In the event of accident during any such
transporlalion, the vendor shall assume all responsibility, including any and all damage to the
equipment.
· Prior to being sel~ted, the vendor may be requi~d to furuish proof uf inatLranec policies
sufficient to cover the costs of repair or replacement of the machine if the machine is
damaged or destroyed while hi the vendor's possession.
· All emended wammfies must be manufacturer wananties, NOT vendor/dis~rihatorship
warranties.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, .and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on WHEEL LOADER
Wheel Loader Bid Price Page
The Bid Price for Wheel Loader shall be shown as follows:
Price for One (1) new 2000 model year Wheel Loatler
Less Value of Trades:
I. One (I) 1995 Johll D~'e 744E Wheel Loader
2. One (I) 3 Cubic Yard Attachment
Total Value of Tradas:
Net Cost of Wheel Loader to Town of Southold
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of
Section 103 of the General Municipal Law, that sealed bids are sought and
requested for the purchase of one (1) New 200 Model Four (~,) Wheel Drive
Articulated Front End Rubber Tired Wheel Loader, John Deer or equal
for use by the Solid Waste District.
Specifications may be obtained at the Office of the Town Clerk, Town of
Southold, 53095 Main Road, Southold, New York 11971.
The sealed bids, together with a Non-Collusive Bid Certificate and bank
draft or certified check in the amount of $200.00, will be received by the
Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New'
York, until 10:00 A.M., Thursday, May 18, 2000, at which time they
will be opened and read aloud in public. The Town Board of the Town of
Southold reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of
Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on
New Wheelloader", and submitted to the Office of the Town Clerk. The bid
price shall not include any tax, federal, state, or local from which the Town
of Southold is exempt.
Dated: May 5, 2000.
BY ORDER OF THE
SOUTHOLD, NEW YORK.
TOWN BOARD OF THE TOWN OF SOUTHOLD,
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
8~/11/~000 11~38 73~7976 $OUT~OLD TOW~ P~E 81
Wheel Loader Bid Price Page
The Bid Price for Wheel Loader shall be shown as follows:
Price for One (1) new 2000 model yem' Wheel Loader
Less Value of Tradas;
1, One ( 1 ) 1995 John Deere 744E Wheel Loader
2. One (I) 3 Cubic Yard Attachment
Total V~lue of Trades:
Net Cost of Wheel Loader to Town of Southold