Loading...
HomeMy WebLinkAboutFront End Loader 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 (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ONE (1) NEW OR USED FRONT END LOADER BID OPENING DATE: MARCH 4. THURSDAY. 10:00 A.M. Company Name & Contact Person Address Telephone & Fax Numbers 2/25/99 3/1/99 3/1/99 Edward Ehrbar Inc. 615 Middle Country Rd., Selden 11748 794-6400/ (914) 738-6847 James P. Hogan 549-0429 Trius Inc. 458 Johnson Ave, Bohemia, NY 11716 244-8600 244-8661 Paul Mitchell Ail Island Equipment Corp., 39 Jersey St., West Babylon, NY 11704 - 643-2605 Gary Wade/~ OLLICt~__ Fax 643-4060 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 April 18, 2001 CERTIFIED MAIL RETURN RECEIPT REQUESTED Patrick Ahem, Executive Vice-President Edward Ehrbar, Inc. 100 Secor Ln. Pelham Manor, NY 10803 Dear Mr. Ahem: Returned herewith is your certified check No. 138895 in the amount of $200 that you submitted with your bid for the 1998 Front-end Loader for the Southold Town Highway Department. This office has been advised that the check may be released. Thank you. Very truly yours, Southold Town Clerk Enc. cc: Raymond Jacobs, Supt. of Highways ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765~1823 Telephone (516) 765-1800 THIS IS TO CERTIFY THAT THE ADOPTED AT A REGULAR MEETING OF HELD ON MARCH 16. 1999: FOLLOWING RESOLUTION WAS THE SOUTHOLD TOWN BOARD RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Edward Ehbar, Inc., Construction Equipment for the purchase of One (1) Used 1998 Front-End Loader for use by the Highway Department, at a bid price of $85,370.00, all in accordance with the bid specifications, and the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk March 16. 1999 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 (516) 765-1823 Telephone (516) 765-I800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 22, 1999 Patrick Ahem Executive Vice-President Edward Ehrbar, Inc. 100 Secor Lane Pelham Manor, New York 10803 Dear Mr. Ahern: Please be advised that the Southold Town Board, at a regular meeting held on March 16, 1999 accepted the the bid of Edward Ehrbar, Inc. for one (1) used 1998 Front-end Loader for use by the Highway Department, at a bid price of $85,370.00, all in accordance with the bid specifications. A certified copy of the resolution is enclosed. Your certified check in the amount of $200.00 will be returned to you after delivery. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures 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 (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 22, 1999 Gary Cervelli, President Trius Inc. q58 Johnson Avenue Bohemia, New York 11716 Dear Mr. Cervelli: Please be advised that the Southold Town Board, at a regular meeting held on March 16, 1999 accepted the the bid of Edward Ehrbar, Inc. for one (1) used 1998 Front-end Loader for use by the Highway Department, at a bid price of $85,370.00, all in accordance with the bid specifications. A certified copy of the resolution is enclosed. Your certified check in the amount of $200.00 is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARR/AGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 22, 1999 Donald L. Ollari Sales Representative All Island Equipment 39 Jersey Street West Babylon, New York 11704 Dear Mr. Ollari: Please be advised that the Southold Town Board, at a regular meeting held on March 16, 1999 accepted the the bid of Edward Ehrbar, Inc. for one (1) used 1998 Front-end Loader for use by the Highway Department, at a bid price of $85,370.00, all in accordance with the bid specifications. A certified copy of the resolution is enclosed. Thank you for your interest. Very truly yours, Elizabeth A. Nev~ Southold Town Clerk Enclosures RECEIVED NAR 15 1999 Sound To~ Clerk 1 O0 SEC;OR LANE PELHAM MAN0R, N, Y, 10803 March 10, 1999 Elizabeth A. Neville Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Bid For: One (t) New or Used Front End Loader for Highway Department Use Opening: Thursday March 4, 1999 @ 10:00 AM Ms Neville, In our bid proposal we offered a used 1998 Komatsu model WA320-3L Front End Loader equipped as described in your specifications and carrying a Ninety (90) Day "OEM" Defined Major Component Warranty. This warranty was in conformance with the warranty requested in your bid specifications. Upon review of the machine which we have bid to you, we have come to the conclusion that we can offer warranty in excess of that which you requested. We will provide a six (6) month full machine warranty for this unit. Thank you for the opportunity to bid on your equipment requirements. Very Truly Yours, EDWARD EHRBAR, INC. Exec. Vice President PA/js ELIZABETH A. NEVILLE TOWN C I~RK VE(iISTRAR OF ViTAl. STATISTICS MARRIAGE OFFICER REC()RDS MANAGEMENT OFFICER ]:[/[']E1)(i)M OF INFORMATION OFFICER Town ]qall, 53095 Main Road P.O. Box 1179 Southold. NewYork 11971 Fax (516) 765 1823 Telephone (516) 765-1809 OFFICE OF THE TOWN CLERK TOVCN OF SOUTIIOLD BID ON ONE (1) NEW OR USED FRONT END LOADER BID OPENING: 10:00 A.M., THURSDAY, MARCH 4, 1999 Three (3) Bids were received: Edward Ehbar, Inc. Construction Equipment, 100 Secor Lane, Pelham Manor, NY 10803: Bid Price: $ 94,000.00 Trade-In Allowance: 15,000.00 Option w/ Grapple Bucket: 6,370.00 Tr|us, Inc., 458 Johnson Avenue, Bohemia, NY 11716: Bid Price: 109,933.00 Trade-In Allowance: 20,000.00 Option w/ Grapple Bucket: 3,440.00 3. All Island Equipment, 39 Jersey St., Babylon, NY 11704: NO BID TELEPHONE (914) 738-5100 FAX (914) 738-6847 100 SECOR LANE PELHAM MANOR, N, Y, 10803 March 3, 1999 Elizabeth A. Neville Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Bid For: Opening: One (1) New or Used Front End Loader for Highway Department Use Thursday March 4, 1999 @ 10:00 AM Ms Neville, In response to your above referenced request to bid, we are pleased to submit the following: One (1) used 1998 Komatsu model WA320-3L Front End Loader equipped as described in your specifications and carrying a Ninety (90) Day "OEM" Defined Major Component Warranty: Price: F.O.B Southold, NY :~/ oeo '~---~ Opt ion: 3.0 cu.yd. Grapple Bucket in lieu of General Purpose Bucket Trade Allowances: One (1) One (1) One (1) One (1) Delivery: w/ Standard Bucket w/ Grapple Bucket 1988 520 Dresser 1956 Seaman Pulver-Mixer 1967 Good Roads Chip Spreader 1950 Allis Chalmers Bulldozer 'TR IL S 1nc. 458 JOHNSON AVENUE · BOHEMIA, N.Y. 11716 516-244-8600 · I=AX516-244-8661 March 3, 1999 Town of Southold Office of the Town Clerk 53095 Main Road Southold, NY 11971 ATTN: Ms. E. Neville, Town Clerk RE: "New or Used Front End Loader" Due: March 4, 1999 at 10:00 AM Dear Ms. Neville; Please consider this letter an integral part of our bid in response to your request for bids for the purchase of One (1) New or Used Front End Loader for Highway Department use. We are pleased to bid the following: One (1) New, 1998 Samsung Model SL150-2 Front End Loader, with 6 month/1500 hr. complete new machine factory warranty. BID PRICE Trade-Ins: · 1988 520 Dresser Loader · 1956 Seaman Pulver Mixer · 1967 Good Roads Chip Spreader · 1950 Allis Chalmers Bulldozer TOTAL TRADE-INS TOTAL NET BID OPTION: Grapple Bucket, as specified in lieu of Standard Bucket, Add $109,933.00 $ 17,500.00 $ 400.O0 $ 4OO.OO $ 1,700.00 $ 2O,000.OO $ 89,933.00 $ 3,440.00 Due to manufacturers differences in engineering and design, the Samsung Model SL150-2 Front End Loader meets the intent of your specification and exceeds the specification in various areas. 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 Ope [11 Nee Or Used Front End Lnader ALL ISL4eO DON OLLAR[ SALES REPRESENTAT~/E 516'643-2605~ Beeper 516-258-1337 EQUIPMENT 39 Jersey St., W. Babylon, NY 11704 TELEPHONE (914( 738-5100 FAX (914) 738-6847 100 SECOR LANE PELHAM MANOR, N, ¥, 10803 March 3, 1999 Elizabeth A. Neville Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Bid For: Opening: One (1) New or Used Front End Loader for Highway Department Use Thursday March 4, 1999 @ 10:00 AM Ms Neville, In response to your above referenced request to bid, we are pleased to submit the following: One (1) used 1998 Komatsu model WA320-3L Front End Loader equipped as described in your specifications and carrying a Ninety (90) Day "OEM" Defined Major Component Warranty: Price: F.O.B Southold, NY :~/ o~o '"--:~ Opt ion: 3.0 cu.yd. Grapple Bucket in lieu of General Purpose Bucket Trade Allowances: One (1) One (1) One (1) One (1) Delivery: w/ Standard Bucket w/ Grapple Bucket 1988 520 Dresser 1956 Seaman Pulver-Mixer 1967 Good Roads Chip Spreader 1950 Allis Chalmers Bulldozer Page 2 Elizabeth A. Neville Town of Southold March 3, 1999 for PA/js Encl. Descriptive literature is enclosed for your review. Thank you the opportunity to bid on your equipment requirements. Very Truly Yours, EDWARD EH~BAR, INC. Patrick Ahern Exec. Vice President SPARE PARTS: WA320-3L BOLT-ON CUTTING EDGE w/ HARDWARE: 419-815-Al10 EDGE 419-815-A120 EDGE 02090-11685 BOLT 01643-22460 WASHER 1 2 8 8 ONE (1) SET RADIATOR HOSES w/ CLAMPS: 419-03-22230 HOSE 419-03-22240 HOSE 07281-00809 CLAMP 07281-00909 CLAMP 1 1 3 1 THREE (3) SETS FILTERS: 1295155H1 ENGINE OIL 3 07063-01142 HYDRAULIC 3 419-02-11230 AIR 3 419-02-11240 AIR 3 424-16-11140 TRANSMISSION 3 6732-71-6111 FUEL FILTER 3 6732-71-6120 SEPARATOR 3 6742-01-3960 CORROSION 3 ONE (1) SET BELTS: 1304872H1 V-BELT GREASE GUN w/ CASE OF CARTRIDGES: 999677R91 GREASE GUN 1 1400119H91 CARTRIDGES 10 TWO (2) SPARE KEYS: TR261434-0001 KEY LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of ;ection 103 of the General Municipal Law, that sealed bids are sought and 'equested for the purchase of one (1) New or Used Front End Loader 'or Highway Department Use. Specifications may be obtained at the Office of the Town Clerk, Town of ;outhold, 53095 Main Road, Southold, New York 11971. The sealed bids, together with a Non-Collusive Bid Certificate and I~ank Iraft or certified check in the amount of $200.00, will be received by the Fown Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New fork, until 10:00 A.M., Thursday, March a,, 1999, at which time they ~ill be opened and read aloud in public. The Town Board of the Town of ;outhold reserves the right to reject any and all bids and waive any and all nformality in any bid should it be deemed in the best interest of the Town of ;outhold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on lew or Used Front End Loader", and submitted to the )ffice of the Town Clerk. The bid price shall not include any tax, federal, ;rate, or local from which the Town of Southold is exempt. )ated: February 22, 1999. ~Y ORDER OF THE TOWN ;OUTHOLD, NEW YORK. BOARD OF THE TOWN ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK OF SOUTHOLD, ~LEASE PUBLISH ONCE ON FEBRUARY 2S, 1999, AND FORWARD ONE (1) ~FFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, tOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971. :opies to the following: Fhe Suffolk Times town Board Members town Attorney ;uperintendent of Highways Dodge Reports 3rowns Letters 3urrelle's Information Services Fown Clerk's Bulletin Board 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. (Corporate Title) (if any) EXECUTIVE VICE PRESIDENT Bid on One [11 New Or II.ed Front End Lnade_r 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 22ND day of February 199g 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: To~n Clerk's Bulletin Board~ Southold Town Hallr 53095 Main Roadr Southold~ New York. Legal Notice - Notice to Bidders - One (1) new or used Front End Loader for Highway Department use. Bid Opening Date: Marxh 4, .1999 10:00 A.M. ~'[tzabet% A. eN'~/fle Southold Town Clerk Sworn to before me this .2.2~l~day of February, 199~:. Notary Publi& No'~ry Pu~!ic, Sta~a of Nc~,~ Yo~k No, 4822563, Suffolk Coun~,y SPECIFICATION FOR: AN ARTICULATED WHEEL LOADER INTENT It is the intent of these specifications to describe a new or used rubber tired, diesel powered, four (4) wheel drive, articu- lating, front end loader. The loader shall be of rugged frame design, fabricated high- strength, low alloy steel. The frame shall be designed with structural box sections to provide maximum rigidity and resist loading stress and shock. The loader shall be equipped with a "kickdown" switch and an hydraulic pilot control valve. These systems are intended to reduce operator fatigue and enhance production. The used loader described shall be the manufacturer's current production model and shall be built no earlier than the 1998 model year, and have no more than 1,000 hours. ENGINE The loader shall be equipped with a six (6) cylinder, four (4) cycle, direct start, direct injection, turbocharged, diesel engine. It shall have a bore and stroke of not less than 4.5" x 5.3" producing a displacement of not less than 505 cu. in. The engine shall be rated, per SAE J 1349 standards, to produce not less than 162 FwHP at a governed 2200 rpm. The engine shall be equipped with the following: Dual, Dry Type Air Cleaner Mechanical Governor Ether Starting Aid Full Flow Filtration w/Spin-on Type Filters Engine Shut-Off Key Type Blower Type Fan Staggered Core Radiator Reserve Coolant Tank The engine compartment and side cover panels shall be designed in such a manner as to permit service of components from ground level. The engine shall meet all t997 EPA emissions regulations. ELECTRICAL SYSTEM The loader shall be equipped with a 24 Volt electrical system. It shall employ a 24 Volt alternator rated for not less than a 50 Amp output. There shall be not less than two (2) 12 Volt batteries rated at not less than 150 Amp Hours each. TRANSMISSION The loader shall be equipped with a full powershift, type transmission. It shall have not less than four both forward and reverse. countershaft (4) speeds in The following speeds shall be considered the minimum for each speed range: Speed 1 st 2 nd 3 rd 4 th Fwd. (mph) 4.7 7.5 13.0 21.1 Rev. (mph) 4.8 7.8 13.7 21.7 The transmission shall employ an modulating valve. This valve shall and smooth directional changes. electronically allow on-the-go controlled, speed shifts The transmission shall be controlled by two (2) levers on the left side of the steering column. The electronic modulating system shall permit finger tip control of the levers. The length of the levers shall be adjustable to allow for ease of operation. A lockout device shall be provided for the speed range selector to block out third and fourth gears when desired. A "kickdown" switch, located on the boom control lever, shall be provided. It shall allow the operator to quickly down shift from second to first without using the transmission shift lever in order to facilitate faster loader cycle times. This switch shall also permit the operator to down shift from third or fourth to first provide that the loader is not traveling in excess of 7.5 mph. A neutral safety circuit shall be provided to prevent engine start when the directional control lever is not in neutral. TORQUE CONVERTER The loader shall be equipped with a three (3) element, single stage, single phase torque converter.. The torque converter shall have a stall ratio of not less than 2.7 : 1. 2 DIFFERENTIALS The loader shall be equipped differentials on both axles. with torque proportioning AXLES The loader shall be equipped with heavy duty axles with semi- floating shafts and four (4) wheel, inboard mounted, planetary gear type final drives. The front axle shall be fixed to the frame. The rear axle shall be center pin supported. It shall oscillate not less than +/- 15 degrees for a total of not less than 30 degrees. STEERING The loader shall employ a center-pivot, articulated frame steering system. The system shall be fully hydraulic power assisted and independent of engine rpm. It shall receive flow from a dedicated steering pump. The frame shall articulate not less than 40 degrees in either direction. Articulation shall be effected by two (2) double acting cylinders with hardened chrome plated piston rods. The cylinders shall have a bore and stroke of not less 2.8" x 18". The minimum turning radius when measured outside the bucket shall be not greater than 19' 8" LOADER MECHANISM The loader lift mechanism shall be of the single bellcrank, "Z-bar" type. It shall have not more than thirteen'(13) pivot points. All pivot points shall be equipped with sealed linkage pins. Pivot point lubrication shall be not more frequent than every 250 hours. · The lift boom arms shall be of a heavy duty, single plate~design. They shall be fabricated from high tensile strength steel and shall be designed to withstand maximum stress. Boom lift shall be effected by two (2) cylinders with a bore and stroke of not less than 5.5" x 27". Bucket tilt shall be effected by a single cylinder with a bore and stroke of not less than 6.3" x 19.0". Ail cylinders shall be double acting with hardened chrome plating on the piston rods. 3 LOADER MECHANISM (Cont'd) The loader boom lift and bucket tilt shall be controlled by a single levers on the operator's right. A second control lever shall be provided to control any future attachments (i.e. multi- purpose bucket). A safety lock shall be provided for the loader control levers. The loader control levers shall employ a pilot control system. A dedicated pilot pump shall provide flow to a proportional pressure flow valve. This system shall permit one handed control of loading operations. The loader shall be equipped with dual speed hydraulic, automatic power system to increase operational efficiency and reduce horsepower demand on the engine. The system shall employ a main loader pump which feeds to a control valve and a switch pump which feeds to a cut off pump. When a limited hydraulic flow is required (i.e. pile penetrating / scooping), the main pump shall feed through the control valve to the loader while the cutoff valve diverts the flow from the switch pump back to the hydraulic reservoir. When a greater flow is required (i.e. raise boom), the cutoff valve will pass the flow from the switch pump to the control valve thus augmenting the flow from the loader pump. The loader'lift mechanism shall be equipped with a "Rap-out" design linkage. This design shall permit shock dumping to remove sticky material. The loader lift mechanism shall be equipped with an automatic bucket positioner. This device, which shall stop the bucket automatically at the desired digging angle, shall employ a proximity switch and a bucket control lever on the bucket tilt cylinder. The positioner may be reset manually to meet the digging angle requirement of & particular job. The loader lift mechanism shall be equipped with an automatic boom kickout. This device, which shall stop the boom at the desired lifting height, shall employ a proximity switch and an arm control lever mounted on the boom arm. The kickout may be reset manually if desired. BRAKES The loader shall be equipped with four (4) wheel, hydraulic, inboard mounted, wet type, multiple disc service brakes. The brakes shall be controlled by two (2) pedals. Both pedals shall be used for braking. A selector switch be provided to allow the left pedal to be used to neutralize the transmission. 4 BRAKES (Cont'd) The loader shall be equipped with a wet disc type parking brake which shall be located inside the transmission case. It shall be spring applied and hydraulically released. The parking brake shall self adjusting. HYDRAULIC SYSTEM The loader shall employ a two (2) stage hydraulic system. The system shall employ a full flow, cartridge type filter with a ten (10) micron element. The reservoir shall be equipped with a sight gauge. There shall be an oil cooler which shall be located in the bottom tank of the main radiator. The hydraulic system shall employ four (4) gear type pumps. The main hydraulic system relief valve shall be set for a maximum pressure of 3000 psi. The following rated pump flows at 2380 rpm are to be considered minimums: Main ..................... 43.6 gpm Switch ................... 20.3 gpm Steering ................. 20.3 gpm Pilot ................... 12.9 qpm Total Available Flow ..... 97.1 gpm Ail hydraulic flow shall pass through a three (3) spool control valve. The first spool shall feed the steering circuit. A second spool will control flow to the loader circuits. The third spool shall provide flow for any attachments, such as a multi-purpose bucket, which may be added at a later time. Ail necessary piping on the loader arm shall be provided for the attachment circuit. The hydraulic system shall be sufficient to provide the following cycle times: Raise Boom .............. 5.8 sec. Lower Boom .............. 3.3 sec. Dump Bucket ............. 1.2 sec. Total Cycle ............. 10.3 sec. OPERATOR'S COMPARTMENT The loader shall have its operator's compartment located on the rear frame over the articulation joint. The operator's compartment shall consist of a fully enclosed steel cab with an integral ROPS / FOPS canopy. The cab shall be a two (2) door walk through design. 5 OPERATOR' S COMPARTMENT (Cont'd) The cab shall be supported viscous by hydro-mounts, which employ rubber and silicon oil to reduce vibration and noise. The noise level in the cab shall not exceed 75 dB(A). The cab shall be equipped with the following: - Sound Suppression - Floor Mat - 40,000 BTU Heater - Ducted Front Defroster - Suspension Seat, Reclining Type w/Armrests & Seatbelts - Front & Rear Wipers & Washers - Int. & Ext. Rearview Mirrors - Tilt Steering Wheel - Ashtray & Lighter - Sunvisor Access to the cab shall be by means of steps built into the rear fenders on both sides. Safety rails shall be provided. INSTRUMENTATION The loader shall be equipped with an electronic display monitoring system. There shall be two (2) monitors (main & maintenance) which shall be located in a convenient and visible position. The instrumentation shall include the following: - Speedometer (MPH) - Hourmetef - Air Cleaner Check - Battery Charge - Battery oil Pressure - Engine Oil Level - Engine Water Level - Engine Water Temp. - Fuel Gauge - Torque Cony. Temp. BUCKET The loader shall be equipped with a General Purpose type bucket rated by SAE standards at not less than 3.3 cu.yd, at a density of not less than 2700 lb./yd. The bucket shall be not less than 112" wide and shall be equipped with a bolt-on cutting edge. 6 LIGHTS The loader shall be equipped with the following lights: - Two (2) Front Halogen Worklights Chassis Mtd. w/ Hi-Low Beams - Two (2) Front Halogen Worklights In Cab Mtd. - Two (2) Rear Halogen Worklights - Chassis Mtd. - Two (2) Front & Two (2) Rear Turn Signals - Stop, Tail & Back-up Lights TIRES The loader shall be equipped with 20.5 - 25, 12 PR (L3) Goodyear tires. PAINT The loader shall be painted the manufacturer's standard colors. SERVICE CAPACITIES The following service capacities shall be considered minimums for a loader of this class: Cooling System ............................. 7.9 gal. Engine Crankcase ........................... 5.1 gal. Transmission & Torque Converter ............ 10.5 gal. Differential & Final Drive (ea. axle) ...... 6.6 gal. Hydraulic System ........................... 30.6 gal. Fuel Tank .................................. 58.4 gal. OPERATING DIMENSIONS & CAPACITIES The following operating parameters, which are calculated per SAE J- 732C and J-742B standards, are to be considered minimums for a loader of this class when equipped with the tires and bucket indicated: max. Hinge Pin Height ...................... 12' 6" Dump Clearance @ Max. Hgt .................. 9' 4" Reach @ Max. Hgt ........................... 3' 4" Reach @ 7' Dump Hgt ........................ 4'11" Overall Length ..................... ~ ....... 23' 8" Turn Radius (Outside Bucket) ............... 19'10" Breakout Force ............................. 28,770# Tip Load - Straight ........................ 25,761# Tip Load - Full Turn ....................... 22,333# Operating Weight ........................... 29,851# ADDITIONAL EOUIPMENT The loader shall be equipped with equipment: Back-up Alarm & Lamp 717# Add'l. Counterweight Lifting Eyes Front & Rear Fenders Vandalism Protection the following additional EQUIPMENT BEING BID MUST BE THE MANUFACTURER'S CURRENT PRODUCTION MODEL AND SHALL BE BUILT NO EARLIER THAN THE 199~ MODEL YEAR AND SHALL RAVE NOT MORE THAN 1000 OPEP, ATING HOURS. VENDOR MUST BE MANUFACTD~RER'S AUTHORIZED REPRESENTATIVE FOR MODEL BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING '£~ WARRANTY REPAIRS. VENDOR S~{ALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANdFACTuKER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY MAY BE REQUIRED PRIOR TO AWARD. ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANuFACTuRER. VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITHT"~. FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; ~AS & ELECTRIC WELDING EQUIPMENT; HAND & PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW NETER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERA-~'u~E METERS; ETC.). VENDOR SHALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CA~ABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR "ON PREMISES". REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED'TO: ENGINE, TP~%NSMISSiON & DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL RAVE 'MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MAnuFACTurER'S PARTS MAR~ALS, SERVICE MANI;ALS, SERVICE BULLETINS AND ANY O'£~R RELATED PARTS AND SERVICE PUBLICATIONS. VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICHMAY BE IN THEVENDOR'S POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMA~E, FLOODS, ACTS OF COD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF TaE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ~RATED ABOVE DURING TRANSPORT OF T~E EQUIPMENT BY THE VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUM~ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. THE LOADER SUPPLIED SHALL CARRY A NINETY (90) DAY "OEM" DEFINED MAJOR COMPONENT WARRRANTY. SPARE PARTS The rubber tired loader specified shall be supplied with the following spare parts package: One (1) Complete Bolt-on Cutting Edge w/ Hardware - One (1) Complete Set of Radiator Hoses w/ Clamps Three (3) Complete Sets of All Filters One (1) Complete Set of All Belts One (1) Grease Gun w/ One (1) Case of Cartridges Two (2) Spare Keys 0nly original equipment manufacturer's genuine replacement parts shall be quotedL Generic parts will not be accepted. A listing of parts bid by part number must be submitted as part of the bid. O~TION GgAPPLE_BUCEET If this option is exercised, the loader shall be equipped with a grapple bucket in lieu of the general purpose bucket specified. The bucket shall have an SAE rated capacity of not less than 3.0 cu. yd. and shall be equipped with a bolt-on cutting edge. The bucket shall be a full profile design, equipped with two (2) top clamps. Each clamp's movement shall be effected Wy an independent, dual acting hydraulic cylinder controlled by the operator from the cab by means of the loader's 3rd hydraulic spool circuit. DELIVERY DATE MUST BE SPECIFIED. TRADES WILL BE: One 1988 520 Dresser One 1956 Seaman Pulver-mixer One 1967 Good Roads Chip Spreader One 1950 Allis Chalmers Bulldozer Trades may be inspected at the Southold Town yard between the hours of 7:30 A.M. and 3:00 765-3140 or (516) 734-5211 in advance. Highway Department P.M. Call (516) 1.0 458 JOHNSON AVENUE · BOHEMIA. N.Y. 11716 516-244-8600 · FAX 516-244-8661 March 3, 1999 Town of Southold Office of the Town Clerk 53095 Main Road Southold, NY 11971 ATTN: Ms. E. Neville, Town Clerk RE: "New or Used Front End Loader" Due: March 4, 1999 at 10:00 AM Dear Ms. Neville; Please consider this letter an integral part of our bid in response to your request for bids for the purchase of One (1) New or Used Front End Loader for Highway Department use. We are pleased to bid the following: One (1) New, 1998 Samsung Model SL150-2 Front End Loader, with 6 month/1500 hr. complete new machine factory warranty. BID PRICE Trade-Ins: · 1988 520 Dresser Loader · 1956 Seaman Pulver Mixer · 1967 Good Roads Chip Spreader · 1950 Allis Chalmers Bulldozer TOTAL TRADE-INS TOTAL NET BID OPTION: Grapple Bucket, as specified in lieu of Standard Bucket, Add $109,933.00 $ 17,500.00 $ 400.00 $ 400.00 $ 1,700.00 $ 20,000.00 $ 89,933.00 $ 3,440.00 Due to manufacturers differences in engineering and design, Front End Loader meets the intent of your specification and various areas. the Samsung Model SL150-2 exceeds the specification in Page -2- T/O Southold 3/3/99 It should be noted that the unit we are proposing is the same make and model that the Town purchased three (3) years ago, and by all accounts, has met or exceeded all expectations and demands of the Highway Department. The Samsung unit will have a 6 month, 1500 hour complete warranty; not the 90 day major component only warranty that is specified. Trius, Inc. is an authorized dealer for the units being bid. Our mechanics are factory trained and our Parts Dept. is appropriately stocked. Again, we have been able to respond to any service needs as required by the Highway Dept. Very truly yours, Gary Cervelli, President GC~mn LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of ,ection 103 of the General Munlclpal Law, that sealed bids are sought and equested for the purchase of one (1) New or Used Front End Loader Highway Department Use. Specifications may be obtained at the Office of the Town Clerk, Town of ,outhold, 53095 Main Road, Southold, New York 11971. The sealed bids, together with a Non-Collusive Bid Certificate and bank raft or certified check in the amount of $200.00, will be received by the 'own Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New 'ork, until 10:00 A.M., Thursday, March a,, 1999, at which time they rill be opened and read aloud in public. The Town Board of the Town of outhold reserves the right to reject any and all bids and waive any and all nformality in any bid should it be deemed in the best interest of the Town of outhold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on lew or Used Front End Loader", and submitted to the )ffice of the Town Clerk. The bid price shall not include any tax, federal, irate, or local from which the Town of Southold is exempt. )ated: February 22, 1999. 3Y ORDER OF THE TOWN ;OUTHOLD, NEW YORK. BOARD OF THE TOWN ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK OF SOUTHOLD, )LEASE PUBLISH ONCE ON FEBRUARY 25, 1999, AND FORWARD ONE (1) ~,FFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, i'OWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971. :opies to the following: rhe Suffolk Times rown Board Members Fown Attorney Superintendent of Highways Dodge Reports 3towns Letters ~urrelle's Information Services rown Clerk's Bulletin Board 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. (Corporate Title~ (if any) PRES[I)F~IT Bid on One_ f l1 N~_w Or Used Front End Lnader 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 22ND day of February 1999 she affixed a notice of which the annexed printed notice is a true copy, ir~ 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 HaUt 53095 Main Roadr Southold, New York. Legal Notice - Notice to Bidders - One (1) nee or used Front End Loader for Highway Department use. Bid Opening Date: Marxh q,.1999 10:00 A.M. ~E'iizabetl~ A. h~fle Southold Town Clerk Sworn to before me this 22nd, day of February, 1999:. -~ Nota~ry Notary Pint, lie. Stal~ Of N~w Yo~k No. ~22563o Suffolk County Term Expires D~ember 31.1~-~:a~ SPECIFICATION FOR: AN ARTICULATED WREEL LOADER INTENT It is the intent of these specifications to describe a new or used rubber tired, diesel powered, four (4) wheel drive, articu- lating, front end loader. The loader shall be of rugged frame design, fabricated high- strength, low alloy steel. The frame shall be designed with structural box sections to provide maximum rigidity and resist loading stress and shock. The loader shall be equipped with a "kickdown" switch and an hydraulic pilot control valve. These systems are intended to reduce operator fatigue and enhance production. The used loader described shall be the manufacturer's current production model and shall be built no earlier than the 1998 model year, and have no more than 1,000 hours. ENGINE The loader shall be equipped with a six (6) cylinder, four (4) cycle, direct start, direct injection, turbocharged, diesel engine. It shall have a bore and stroke of not less than 4.5" x 5.3" producing a displacement of not less than 505 cu. in. The engine shall be rated, per SA£ J 1349 standards, to produce not less than 162 FwHP at a governed 2200 rpm. The engine shall be equipped with the following: Dual, Dry Type Air Cleaner - Mechanical Governor Ether Starting Aid Full Flow Filtration w/Spin-on Type Filters Engine Shut-Off - Key Type Blower Type Fan Staggered Core Radiator Reserve Coolant Tank The engine compartment and side cover panels shall be designed in such a manner as to permit service of components from ground level. The engine shall meet all 1997 EPA emissions regulations. ELECTRICAL SYSTEM The loader shall be equipped with a 24 Volt electrical system. It shall employ a 24 Volt alternator rated for not less than a 50 Amp output. There shall be not less than two (2) 12 Volt batteries rated at not less than 150 Amp Hours each. TRANSMISSION The loader shall be equipped with a full powershift, type transmission. It shall have not less than four both forward and reverse. countershaft (4) speeds in The following speeds shall be considered the minimum for each speed range: Speed 1 st 2 nd 3 rd 4 th Fwd. (mph) 4.7 7.5 13.0 21.1 Rev. (mph) 4.8 7.8 13.7 21.7 The transmission shall employ an electronically controlled, modulating valve. This valve shall allow on-the-go speed shifts and smooth directional changes. The transmission shall be controlled by two (2) levers on the left side of the steering column. The electronic modulating system shall permit finger tip control of the levers. The length of the levers shall be adjustable to allow for ease of operation. A lockout device shall be provided for the speed range selector to block out third and fourth gears when desired. A "kickdown" switch, located on the boom control lever, shall be provided. It shall allow the operator to quickly down shift from second to first without using the transmission shift lever in order to facilitate faster loader cycle times. This switch shall also permit the operator to down shift from third or fourth to first provide that the loader is not traveling in excess of 7.5 mph. A neutral safety circuit shall be provided to prevent engine start when the directional control lever is not in neutral. TORQUE CONVERTER The loader shall be equipped with a three (3) element, single stage, single phase torque converter.. The torque converter shall have a stall ratio of not less than 2.7 : 1. 2 DIFFERENTIALS The loader shall be equipped differentials on both axles. with torque proportioning AXLES The loader shall be equipped with heavy duty axles with semi- floating shafts and four (4) wheel, inboard mounted, planetary gear type final drives. The front axle shall be fixed to the frame. The rear axle shall be center pin supported. It shall oscillate not less than +/- 15 degrees for a total of not less than 30 degrees. STEERING The loader shall employ a center-pivot, articulated frame steering system. The system shall be fully hydraulic power assisted and independent of engine rpm. It shall receive flow from a dedicated steering pump. The frame shall articulate not less than 40 degrees in either direction. Articulation shall be effected by two (2) double acting cylinders with hardened chrome plated piston rods. The cylinders shall have a bore and stroke of not less 2.8" x 18". The minimum turning radius when measured outside the bucket shall be not greater than 19' 8". LOADER MECHANISM The loader lift mechanism shall be of the single bellcrank, "Z-bar" type. It shall have not more than thirteen'(13) pivot points. Ail pivot points shall be equipped with sealed linkage pins. Pivot point lubrication shall be not more frequent than every 250 hours. The lift boom arms shall be of a heavy duty, single plate~design. They shall be fabricated from high tensile strength steel and shall be designed to withstand maximum stress. Boom lift shall be effected by two (2) cylinders with a bore and stroke of not less than 5.5" x 27". Bucket tilt shall be effected by a single cylinder with a bore and stroke of not less than 6.3" x 19.0". All cylinders shall be double acting with hardened chrome plating on the piston rods. LOADER MECHANISM (Cont'd) The loader boom lift and bucket tilt shall be controlled by a single levers on the operator's right. A second control lever shall be provided to control any future attachments (i.e. multi- purpose bucket). A safety lock shall be provided for the loader control levers. The loader control levers shall employ a pilot control system. A dedicated pilot pump shall provide flow to a proportional pressure flow valve. This system shall permit one handed control of loading operations. The loader shall be equipped with dual speed hydraulic, automatic power system to increase operational efficiency and reduce horsepower demand on the engine. The system shall employ a main loader pump which feeds to a control valve and a switch pump which feeds to a cut off pump. When a limited hydraulic flow is required (i.e. pile penetrating / scooping), the main pump shall feed through the control valve to the loader while the cutoff valve diverts the flow from the switch pump back to the hydraulic reservoir. When a greater flow is required (i.e. raise boom), the cutoff valve will pass the flow from the switch pump to the control valve thus augmenting the flow from the loader pump. The loader lift mechanism shall be equipped with a "Rap-out" design linkage. This design shall permit shock dumping to remove sticky material. The loader lift mechanism shall be equipped with an automatic bucket positioner. This device, which shall stop the bucket automatically at the desired digging angle, shall employ a proximity switch and a bucket control lever on the bucket tilt cylinder. The positioner may be reset manually to meet the digging angle requirement of & particular job. The loader lift mechanism shall be equipped with an automatic boom kickout. This device, which shall stop the boom at the desired lifting height, shall employ a proximity switch and an arm control lever mounted on the boom arm. The kickout may be reset manually if desired. BRAKES The loader shall be equipped with four (4) wheel, hydraulic, inboard mounted, wet type, multiple disc service brakes. The brakes shall be controlled by two (2) pedals. Both pedals shall be used for braking. A selector switch be provided to allow the left pedal to be used to neutralize the transmission. 4 BRAKES (Cont'd) The loader shall be equipped with a wet disc type parking brake which shall be located inside the transmission case. It shall be spring applied and hydraulically released. The parking brake shall self adjusting. HYDRAULIC SYSTEM The loader shall employ a two (2) stage hydraulic system. The system shall employ a full flow, cartridge type filter with a ten (10) micron element. The reservoir shall be equipped with a sight gauge. There shall be an oil cooler which shall be located in the bottom tank of the main radiator. The hydraulic system shall employ four (4) gear type pumps. The main hydraulic system relief valve shall be set for a maximum pressure of 3000 psi. The following rated pump flows at 2380 rpm are to be considered minimums: Main ..................... 43.6 gpm Switch ................... 20.3 gpm Steering ................. 20.3 gpm Pilot .................... 12.9 gpm Total Available Flow ..... 97.1 gpm Ail hydraulic flow shall pass through a three (3) spool control valve. The first spool shall feed the steering circuit. A second spool will control flow to the loader circuits. The third spool shall provide flow for any attachments, such as a multi-purpose bucket, which may be added at a later time. All necessary piping on the loader arm shall be provided for the attachment circuit. The hydraulic system shall be sufficient to provide the following cycle times: Raise Boom .............. 5.8 sec. Lower Boom .............. 3.3 sec. Dump Bucket ............. 1.2 sec. Total Cycle ............. 10.3 sec. OPERATOR'S COMPARTMENT The loader shall have its operator's compartment located on the rear frame over the articulation joint. The operator's compartment shall consist of a fully enclosed steel cab with an integral ROPS / FOPS canopy. The cab shall be a two (2) door walk through design. OPERATOR'S COMPARTMENT (Cont'd) The cab shall be supported viscous by hydro-mounts, which employ rubber and silicon oil to reduce vibration and noise. The noise level in the cab shall not exceed 75 dB(A). The cab shall be equipped with the following: - Sound Suppression - Floor Mat - 40,000 BTU Heater - Ducted Front Defroster - Suspension Seat, Reclining Type w/Armrests & Seatbelts - Front & Rear Wipers & Washers - Int. & Ext. Rearview Mirrors - Tilt Steering Wheel - Ashtray & Lighter - Sunvisor Access to the cab shall be by means of steps built into the rear fenders on both sides. Safety rails shall be provided. INSTRUMENTATION The loader shall be equipped with an electronic display monitoring system. There shall be two (2) monitors (main & maintenance) which shall be located in a convenient and visible position. The instrumentation shall include the following: - Speedometer (MPH) - Hourmetef - Air Cleaner Check - Battery Charge - Battery Oil Pressure - Engine Oil Level - Engine Water Level - Engine Water Temp. - Fuel Gauge - Torque Conv. Temp. BUCKET The loader shall be equipped with a General Purpose type bucket rated by SAE standards at not less than 3.3 cu.yd, at a density of not less than 2700 lb./yd. The bucket shall be not less than 112" wide and shall be equipped with a bolt-on cutting edge. 6 LIGHTS The loader shall be equipped with the following lights: - Two (2) Front Halogen Worklights - Chassis Mtd. w/ Hi-Low Beams - Two (2) Front Halogen Worklights In Cab Mtd. Two {2) Rear Halogen Worklights - Chassis Mtd. Two (2) Front & Two (2) Rear Turn Signals Stop, Tail & Back-up Lights TIRES The loader shall be equipped with 20.5 25, 12 PR (L3) Goodyear tires. PAINT The loader shall be painted the manufacturer's standard colors. SERVICE CAPACITIES The following service capacities shall be considered minimums for a loader of this class: Cooling System ............................. 7.9 gal. Engine Crankcase ........................... 5.1 gal. Transmission & Torque Converter ............ 10.5 gal. Differential & Final Drive (ea. axle) ...... 6.6 gal. Hydraulic System ........................... 30.6 gal. Fuel Tank .................................. 58.4 gal. OPERATING DIMENSIONS & CAPACITIES The following operating parameters, which are calculated per SAE J- 732C and J-742B standards, are to be considered minimums for a loader of this class when equipped with the tires and bucket indicated: ~ax. Hinge Pin Height ...................... 12' 6" Dump Clearance @ Max. Hgt .................. 9' 4" Reach @ Max. Hgt ........................... 3' 4" Reach @ 7' Dump Hgt ........................ 4'11" Overall Length ............................. 23' 8" Turn Radius (Outside Bucket) ............... 19'10" Breakout Force ............................. 28,770% Tip Load - Straight ........................ 25,761# Tip Load - Full Turn ....................... 22,333# Operating Weight ........................... 29,851# 7 ADDITIONAL EQUIPMENT The loader shall be equipped with equipment: Back-up Alarm & Lamp 717# Add'l. Counterweight Lifting Eyes Front & Rear Fenders Vandalism Protection the following additional EQUIPMENT BEING BID MUST BE THE MANUFACTurER'S CURRENT PRODUCTION MODEL AND SHALL BE BUILT NO EARLIER THAN THE 199~ MODEL YEAR AND SHALL HAVE NOT MORE THAN 1000 OPERATING HOURS. VENDOR MUST BE MANUFACTurER'S AU'rmORIZED REPRESENTATIVE FOR MODEL BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING THE WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANumACTu'KER) OF REPLACEMENT PARTS FOR ~i'n~ SPECIFIC MODEL BEINO BID. PROOF OF INVEI~TORY MAY BE REQUIRED PRIOR TO AWARD. ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN T~ FIELD, IF REQUIRED WI'£~ THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; CAS & ELECTRIC WELDING EQUIPMENT; HAND & PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERA'ru~E METERS; ETC.). VENDOR SHALL MAINTAIN A muLL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR "ON PREMISES". REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED'fO: ENGINE, TRANSMISSION & DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL HAVE 'MA~umACTuKER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR S~ALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTurER'S PARTS MAI~UALS, SERVICE MANUALS, SERVICE BULLETINS AND ANY OT-.-'R RELATED PARTS AND SERVICE PUBLICATIONS. 8 VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPEP, ATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY Ta= EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FuLL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICHMAY BE IN THEVENDOR'S POSSESSiON AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF COD, ETC. THE INSURANCE S~ALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. THE LOADER SUPPLIED SHALL CARRY A NINETY (90) DAY "OEM" DEFINED MAJOR COMPONENT WARRRANTY. SPARE PARTS The rubber tired loader specified shall be supplied with the following spare parts package: - One (1) Complete Bolt-on Cutting Edge w/ Hardware - One (1) Complete Set of Radiator Hoses w/ Clamps - Three (3) Complete Sets of Ail Filters - One (1) Complete Set of Ail Belts - One (1) Grease Gun w/ One (1) Case of Cartridges - Two (2) Spare Keys Only original equipment manufacturer's genuine replacement parts shall be quotedL Generic parts will not be accepted. A listing of parts bid by part number must be submitted as part of the bid. 9 OPTION GRAPPLE_BUCkET If this option is exercised, the loader shall be equipped with a grapple bucket in lieu of the general purpose bucket specified. The bucket shall have an SAE rated capacity of not less than 3.0 cu. yd. and shall be equipped with a bolt-on cutting edge. The bucket shall be a full profile design, equipped with two (2) top clamps. Each clamp's movement shall be effected Wy an independent, dual acting hydraulic cylinder controlled by the operator from the cab by means of the loader's 3rd hydraulic spool circuit. DELIVERY DATE MUST BE SPECIFIED. TRADES WILL BE: One 1988 520 Dresser - One 1956 Seaman Pulver-mixer - One 1967 Good Roads Chip Spreader One 1950 Allis Chalmers Bulldozer Trades may be inspected at the Southold Town yard between the hours of 7:30 A.M. and 3:00 765-3140 or (516) 734-5211 in advance. Highway Department P.M. Call (516) 1,0 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 One ~11 New Or U_~ed Frnnt End Lnader LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of iection 103 of the General Municipal Law, that sealed bids are sought and · equested for the purchase of one (1) New or Used Front End Loader 'or Highway Department Use. Specifications may be obtained at the Office of the Town Clerk, Town of ;outhold, 53095 Main Road, Sou]hold, New York 11971. The sealed bids, together with a Non-Collusive Bid Certificate and bank Iraft or certified check in the amount of $200.00, will be received by the Fown Clerk, at the Sou]hold Town Hall, 53095 Main Road, Sou]hold, New (ork, until 10:00 A.M., Thursday, March a,, 1999, at which time they viii be opened and read aloud in public. The Town Board of the Town of ;outhold reserves the right to reject any and all bids and waive any and all nformality in any bid should it be deemed in the best interest of the Town of ;outhold to do so. All bids must be signed and sealed In envelopes plainly marked "Bid on ~ew or Used Front End Loader", and submitted to the )ffice of the Town Clerk. The bid price shall not include any tax, federal, ;tare, or local from which the Town of Sou]hold is exempt. )ated: February 22, 1999. 3Y ORDER OF THE TOWN ;OUTHOLD, NEW YORK. BOARD OF THE TOWN ELIZABETH A. NEVILLE SOUTNOLD TOWN CLERK OF SOUTHOLD, =LEASE PUBLISH ONCE ON FEBRUARY 25, 1999, AND FORWARD ONE (1) ~.FFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, rOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971. ZopJes to the following: rhe Suffolk Times town Board Members town Attorney Superintendent of Highways Dodge Reports 3rowns Letters 3urrelle's Information Services rown Clerk's Bulletin Board STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ,I ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 22ND day of February 1999 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 - One (1) new or used Front End Loader for Highway Department use. Bid Opening Date: Marxh 4,.1999 10:00 A.M.= ,~Elizabet% A. eN~fle $outhold Town Clerk Sworn to before me this 22nclday of February, 1999.. -~ Nota~'y SPECIFICATION FOR: AN ARTICULATED WHEEL LOADER INT[NT It is the intent of these specifications to describe a new or used rubber tired, diesel powered, four (4) wheel drive, articu- lating, front end loader. The loader shall be of rugged frame design, fabricated high- strength, low alloy steel. The frame shall be designed with structural box sections to provide maximum rigidity and resist loading stress and shock, The loader shall be equipped with a "kickdown" switch and an hydraulic pilot control valve. These systems are intended to reduce operator fatigue and enhance production. The used loader described shall be the manufacturer's current production model and shall be built no earlier than the 1998 model year, and have no more than 1,000 hours. ENGINE The loader shall be equipped with a six (6) cylinder, four (4) cycle, direct start, direct injection, turbocharged, diesel engine. It shall have a bore and stroke of not less than 4.5" x 5.3" producing a displacement of not less than 505 cu. in. The engine shall be rated, per SAE J 1349 standards, to produce not less than 162 FwHP at a governed 2200 rpm. The engine shall be equipped with the following: Dual, Dry Type Air Cleaner Mechanical Governor Ether Starting Aid Full Flow Filtration w/Spin-on Type Filters Engine Shut-Off Key Type Blower Type Fan Staggered Core Radiator Reserve Coolant Tank The engine compartment and side cover panels shall be designed in such a manner as to permit service of components from ground level. The engine shall meet all 1997 EPA emissions regulations. ELECTRICAL SYSTEM The loader shall be equipped with a 24 Volt electrical system. It shall employ a 24 Volt alternator rated for not less than a 50 Amp output. There shall be not less than two (2) 12 Volt batteries rated at not less than 150 Amp Hours each. TRANSMISSION The loader shall be equipped with a full powershift, type transmission. It shall have not less than four both forward and reverse. countershaft (4) speeds in The following speeds shall be considered the minimum for each speed range: Speed 1 st 2 nd 3 rd 4 th Fwd. (mph) 4.7 7.5 13.0 21.1 Rev. (mph) 4.8 7.8 13.7 21.7 The transmission shall employ an electronically controlled, modulating valve. This valve shall allow on-the-go speed shifts and smooth directional changes. The transmission shall be controlled by two (2) levers on the left side of the steering column. The electronic modulating system shall permit finger tip control of the levers. The length of the levers shall be adjustable to allow for ease of operation. A lockout device shall be provided for the speed range selector to block out third and fourth gears when desired. A "kickdown" switch, located on the boom control lever, shall be provided. It shall allow the operator to quickly down shift from second to first without using the transmission shift lever in order to facilitate faster loader cycle times. This switch shall also permit the operator to down shift from third or fourth to first provide that the loader is not traveling in excess of 7.5 mph. A neutral safety circuit shall be provided to prevent engine start when the directional control lever is not in neutral. TORQUE CONVERTER The loader shall be equipped with a three (3) element, single stage, single phase torque converter.. The torque converter shall have a stall ratio of not less than 2.7 : 1. 2 DIFFERENTIALS The loader shall be equipped differentials on both axles. with torque proportioning AXLES The loader shall be equipped with heavy duty axles with semi- floating shafts and four (4) wheel, inboard mounted, planetary gear type final drives. The front axle shall be fixed to the frame. The rear axle shall be center pin supported. It shall oscillate not less than +/- 15 degrees for a total of not less than 30 degrees. STEERING The loader shall employ a center-pivot, articulated frame steering system. The system shall be fully hydraulic power assisted and independent of engine rpm. It shall receive flow from a dedicated steering pump. The frame shall articulate not less than 40 degrees in either direction. Articulation shall be effected by two (2) double acting cylinders with hardened chrome plated piston rods. The cylinders shall have a bore and stroke of not less 2.8" x 18". The minimum turning radius when measured outside the bucket shall be not greater than 19' 8". LOADER MECHANISM The loader lift mechanism shall be of the single bellcrank, "Z-bar" type. It shall have not more than thirteen'(13) pivot points. All pivot points shall be equipped with sealed linkage pins. Pivot point lubrication shall be not more frequent than every 250 hours. The lift boom arms shall be of a heavy duty, single plate~design. They shall be fabricated from high tensile strength steel and shall be designed to withstand maximum stress. Boom lift shall be effected by two (2) cylinders with a bore and stroke of not less than 5.5" x 27". Bucket tilt shall be effected by a single cylinder with a bore and stroke of not less than 6.3" x 19.0". All cylinders shall be double acting with hardened chrome plating on the piston rods. 3 LOADER MECHANISM (Cont'd) The loader boom lift and bucket tilt shall be controlled by a single levers on the operator's right. A second control lever shall be provided to control any future attachments (i.e. multi- purpose bucket). A safety lock shall be provided for the loader control levers. The loader control levers shall employ a pilot control system. A dedicated pilot pump shall provide flow to a proportional pressure flow valve. This system shall permit one handed control of loading operations. The loader shall be equipped with dual speed hydraulic, automatic power system to increase operational efficiency and reduce horsepower demand on the engine. The system shall employ a main loader pump which feeds to a control valve and a switch pump which feeds to a cut off pump. When a limited hydraulic flow is required (i.e. pile penetrating / scooping), the main pump shall feed through the control valve to the loader while the cutoff valve diverts the flow from the switch pump back to the hydraulic reservoir. When a greater flow is required (i.e. raise boom), the cutoff valve will pass the flow from the switch pump to the control valve thus augmenting the flow from the loader pump. The loader lift mechanism shall be equipped with a "Rap-out" design linkage. This design shall permit shock dumping to remove sticky material. The loader lift mechanism shall be equipped with an automatic bucket positioner. This device, which shall stop the bucket automatically at the desired digging angle, shall employ a proximity switch and a bucket control lever on the bucket tilt cylinder. The positioner may be reset manually to meet the digging angle requirement of & particular job. The loader lift mechanism shall be equipped with an automatic boom kickout. This device, which shall stop the boom at the desired lifting height, shall employ a proximity switch and an arm control lever mounted on the boom arm. The kickout may be reset manually if desired. BRAKES The loader shall be equipped with four (4) wheel, hydraulic, inboard mounted, wet type, multiple disc service brakes. The brakes shall be controlled by two (2) pedals. Both pedals shall be used for braking. A selector switch be provided to allow the left pedal to be used to neutralize the transmission. 4 BRAKES (Cont' d) The loader shall be equipped with a wet disc type parking brake which shall be located inside the transmission case. It shall be spring applied and hydraulically released. The parking brake shall self adjusting. HYDRAULIC SYSTEM The loader shall employ a two (2) stage hydraulic system. The system shall employ a full flow, cartridge type filter with a ten (10) micron element. The reservoir shall be equipped with a sight gauge. There shall be an oil cooler which shall be located in the bottom tank of the main radiator. The hydraulic system shall employ four (4) gear type pumps. The main hydraulic system relief valve shall be set for a maximum pressure of 3000 psi. The following rated pump flows at 2380 rpm are to be considered minimums: Main ..................... Switch ................... Steering ................. Pilot .................... Total Available Flow ..... 43.6 gpm 20.3 gpm 20.3 gpm 12.9 q-pm 97.1 gpm Ail hydraulic flow shall pass through a three (3) spool control valve. The first spool shall feed the steering circuit. A second spool will control flow to the loader circuits. The third spool shall provide flow for any attachments, such as a multi-purpose bucket, which may be added at a later time. All necessary piping on the loader arm shall be provided for the attachment circuit. The hydraulic system shall be sufficient to provide the following cycle times: Raise Boom .............. 5.8 sec. Lower Boom .............. 3.3 sec. Dump Bucket ............. 1.2 sec. Total Cycle ............. 10.3 sec. OPERATOR'S COMPARTMENT The loader shall have its operator's compartment located on the rear frame over the articulation joint. The operator's compartment shall consist of a fully enclosed steel cab with an integral ROPS / FOPS canopy. The cab shall be a two (2) door walk through design. OPERATOR' S COMPARTMENT (Cont'd) The cab shall be supported viscous by hydro-mounts, which employ rubber and silicon oil to reduce vibration and noise. The noise level in the cab shall not exceed 75 dB(A). The cab shall be equipped with the following: - Sound Suppression - Floor Mat - 40,000 BTU Heater - Ducted Front Defroster - Suspension Seat, Reclining Type w/Armrests & Seatbelts - Front & Rear Wipers & Washers - Int. & Ext. Rearview Mirrors - Tilt Steering Wheel - Ashtray & Lighter - Sunvisor Access to the cab shall be by means of steps built into the rear fenders on both sides. Safety rails shall be provided. INSTRUMENTATION The loader shall be equipped with an electronic display monitoring system. There shall be two (2) monitors (main & maintenance) which shall be located in a convenient and visible position. The instrumentation shall include the following: - Speedometer (MPH) - Hourmetef - Air Cleaner Check - Battery Charge - Battery Oil Pressure - Engine Oil Level - Engine Water Level - Engine Water Temp. - Fuel Gauge - Torque Cony. Temp. BUCKET The loader shall be equipped with a General Purpose type bucket rated by SAE standards at not less than 3.3 cu.yd, at a density of not less than 2700 lb./yd. The bucket shall be not less than 112" wide and shall be equipped with a bolt-on cutting edge. 6 LIGHTS The loader shall be equipped with the following lights: Two (2) Front Halogen Worklights - Chassis Mtd. w/ Hi-Low Beams Two (2) Front Halogen Worklights In Cab Mtd. Two (2) Rear Halogen Worklights - Chassis Mtd. Two (2) Front & Two (2) Rear Turn Signals Stop, Tail & Back-up Lights TIRES The loader shall be equipped with 20.5 25, 12 PR (L3) Goodyear tires. PAINT The loader shall be painted the manufacturer's standard colors. SERVICE CAPACITIES The following service capacities shall be considered minimums for a loader of this class: Cooling System ............................. 7.9 gal Engine Crankcase ........................... 5.1 gal Transmission & Torque Converter ............ 10.5 gal Differential & Final Drive {ea. axle) ...... 6.6 gal Hydraulic System ........................... 30.6 gal Fuel Tank .................................. 58.4 gal OPERATING DIMENSIONS & CAPACITIES The following operating parameters, which are calculated per SAE J- 732C and J-742B standards, are to be considered minimums for a loader of this class when equipped with the tires and bucket indicated: ~ax. Hinge Pin Height ...................... 12' 6" Dump Clearance @ Max. Hgt .................. 9' Reach @ Max. Hgt ........................... 3' 4" Reach @ 7' Dump Hgt ........................ 4'11" Overall Length ..................... % ....... 23' 8" Turn Radius (Outside Bucket) ............... 19'10" Breakout Force ............................. 28,770% Tip Load - Straight ........................ 25,761% Tip Load - Full Turn ....................... 22,333% Operating Weight ........................... 29,851# 7 ADDITIONAL EQUIP~NT The loader shall be equipped with equipment: Back-up Alarm & Lamp 717# Add'l. Counterweight Lifting Eyes Front & Rear Fenders Vandalism Protection the following additional EQUIPMENT BEING BID MUST BE THE MANUFACTURER'S CURRENT PRODUCTION MODEL AND SHALL BE BUILT NO EARLIER THAN THE 199~ MODEL YEAR AND SHALL RAVE NOT MORE THAN 1000 OPERATING HOURS. VENDOR MUST BE MANUFACTuI(ER'S AUTHORIZED REPRESENTATIVE FOR MODEL BEING BID AND SHALL BE CA~ABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING THE WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTuicER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY MAY BE REQUIRED PRIOR TO AWARD. ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTuKER. VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED WITH TaE USE OF muLLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH '£aE FOLLOWING: COMPRESSED AiR; HYDRAULIC CRANE; CAS & ELEcTRIc WELDING EQUIPMENT; HAND & PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & CAUGES; ELECTRICAL SYSTEM METERS; TEMPERA'£u~E METERS; ETC.). VENDOR SHALL MAINTAIN A muLL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFOEMINGALL POSSIBLE TYPES 'OF REPAIR "ON PREMISES". REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED,O: ENGINE, TRANSMISSION & DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL RAVE 'MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANIIALS, SERVICE BULLETINS AND ANY O'£ku~R RELATED PARTS AND SERVICE PUBLICATIONS. VENDOR SHALL BE CA~ABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING ~UhL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICHMAY BE IN THEVENDOR'S POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF COD, ETC. THE INSUI~A~CE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF '£~ EQUIPMENT BY THE VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUMEALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. THE LOADER SUPPLIED SHALL CARRY A NINETY (90) DAY "OEM" DEFINED MAJOR COMPONENT WARRRANTY. SPARE PARTS The rubber tired loader specified shall be supplied with the following spare parts package: - One (1) Complete Bolt-on Cutting Edge w/ Hardware - One (1) Complete Set of Radiator Hoses w/ Clamps - Three (3) Complete Sets of All Filters - One (1) Complete Set of All Belts - One (1) Grease Gun w/ One (1) Case of Cartridges - Two (2) Spare Keys Only original equipment manufacturer's genuine replacement parts shall be quoted L Generic parts will not be accepted. A listing of parts bid by part number must be submitted as part of the bid. 9 OPTION GRAPPLE_BUCEET If this option is exercised, the loader shall be equipped with a grapple bucket in lieu of the general purpose bucket specified. The bucket shall have an SAE rated capacity of not less than 3.0 cu. yd. and shall be equipped with a bolt-on cutting edge. The bucket shall be a full profile design, equipped with two (2) top clamps. Each clamp's movement shall be effected Wy an independent, dual acting hydraulic cylinder controlled by the operator from the cab by means of the loader's 3rd hydraulic spool circuit. DELIVERY DATE MUST BE SPECIFIED. TRADES WILL BE: One 1988 One 1956 One 1967 One 1950 520 Dresser Seaman Pulver-mixer Good Roads Chip Spreader Allis Chalmers Bulldozer Trades may be inspected at the Southold Town Highway Department yard between the hours of 7:30 A.M. and 3:00 P.M. Call (516) 765-3140 or (516) 734-5211 in advance. 1.0 NOTICE IS HEREBY GIVEN, in ~:~m~ with th~ pwv/~om of Section 103 of the General Municipal Law, that sealed bids are chase of one (1) New or Used Fl'ont Depmlmem Use, of Southold, 53095 Main Road, bank draft or ~etfl~d check in lhe amount of ~100,00, will be received by tlie Town Clerk, at the Southold which time they will be opened and all bids and waive any and all infor- ~ in envelopes plaialy marked "~M on Nnw or Used Front O~ of the Town Clerk. The bid ~ shall not include any tax, fed- Town of Southold is exempt. BY ORDER OF THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SOUTHOLD, NEW YORK f622-1TF25 Sworn to b~,ore me this day of ? 77~-* ~ STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) ~J~[Qt~[ I'll l(~ 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 New York, and that the Notice of which the annexed is a printed copy, has been regu- larly published in said Newspaper once each week for \ weeks stlqcessively, commenc~g on the' c>~ 4~ day of ~-~, 19C~ C~ Principal Clerk LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of ;ection 103 of the General Municipal Law, that sealed bids are sought and equested for the purchase of one (1) New or Used Front End Loader or Highway Department Use. Specifications may be obtained at the Office of the Town Clerk, Town of ;outhold, 53095 Main Road, Southold, New York 11971. The sealed bids, together with a Non-Collusive Bid Certificate and bank Iraft 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 fork, until 10:00 A.M., Thursday, March q, 1999, at which time they ~ill be opened and read aloud in public. The Town Board of the Town of ;outhold reserves the right to reject any and all bids and waive any and all nformality in any bid should it be deemed in the best interest of the Town of ;outhold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on ~ew or Used Front End Loader", and submitted to the )ffice of the Town Clerk. The bid price shall not include any tax, federal, ~tate, or local from which the Town of Southold is exempt. )ated: February 22, 1999. 3Y ORDER OF THE TOWN ;OUTHOLD, NEW YORK. BOARD OF THE TOWN ELIZABETH A. NEVILLE SOUTNOLD TOWN CLERK OF SOUTHOLD, ~LEASE PUBLISH ONCE ON FEBRUARY 25, 1999, AND FORWARD ONE (1) [FFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, 'OWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971. '.opies to the following: "he Suffolk Times 'own Board Members ?own Attorney ;uperintendent of Highways Dodge Reports ~rowns Letters Jurrelle's Information Services 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 22ND day of February 1999 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, 5outhold Town Hall~ 53095 Main Road~ Southold, New York. Legal Notice - Notice to Bidders - One [1) new or used Front End Loader for Highway Department use. Bid Opening Date: Marxh q.,1999 10:00 A.M.: ~izabet% A. el~T6~/tfle Southold Town Clerk Sworn to before me this 22ndday of February, 199S. ~ N ota~r y 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 One ~11 New Or U_~ed Front End Lnadar SPECIFICATION FOR: AN ARTICULATED WHEEL LOADER INTENT It is the intent of these specifications used rubber tired, diesel powered, four lating, front end loader. to describe a new or (4) wheel drive, articu- The loader shall be of rugged frame design, fabricated high- strength, low alloy steel. The frame shall be designed with structural box sections to provide maximum rigidity and resist loading stress and shock. The loader shall be equipped with a "kickdown" switch and an hydraulic pilot control valve. These systems are intended to reduce operator fatigue and enhance production. The used loader described shall be the manufacturer's current production model and shall be built no earlier than the 1998 model year, and have no more than 1,000 hours. ENGINE The loader shall be equipped with a six (6) cylinder, four (4) cycle, direct start, direct injection, turbocharged, diesel engine. It shall have a bore and stroke of not less than 4.5" x 5.3" producing a displacement of not less than 505 cu. in. The engine shall be rated, per SAE J 1349 standards, to produce not less than 162 FwHP at a governed 2200 rpm. The engine shall be equipped with the following: - Dual, Dry Type Air Cleaner - Mechanical Governor Ether Starting Aid - Full Flow Filtration w/Spin-on Type Filters - Engine Shut-Off - Key Type - Blower Type Fan - Staggered Core Radiator - Reserve Coolant Tank The engine compartment and side cover panels shall be designed in such a manner as to permit service of components from ground level. The engine shall meet all 1997 EPA emissions regulations. ELECTRICAL SYSTEM The loader shall be equipped with a 24 Volt electrical system. It shall employ a 24 Volt alternator rated for not less than a 50 Amp output. There shall be not less than two (2) 12 Volt batteries rated at not less than 150 Amp Hours each. TRANSMISSION The loader shall be equipped with a full powershift, countershaft type transmission. It shall have not less than four (4) speeds in both forward and reverse. The following speeds shall be considered the minimum for each speed range: SDeed 1 st 2 nd 3 rd 4 th Fwd. (mph) 4.7 7.5 13.0 21.1 Rev. (mph) 4.8 7.8 13.7 21.7 The transmission shall employ an electronically controlled, modulating valve. This valve shall allow on-the-go speed shifts and smooth directional changes. The transmission shall be controlled by two (2) levers on the left side of the steering column. The electronic modulating system shall permit finger tip control of the levers. The length of the levers shall be adjustable to allow for ease of operation. A lockout device shall be provided for the speed range selector to block out third and fourth gears when desired. A "kickdown" switch, located on the boom control lever, shall be provided. It shall allow the operator to quickly down shift from second to first without using the transmission shift lever in order to facilitate faster loader cycle times. This switch shall also permit the operator to down shift from third or fourth to first provide that the loader is not traveling in excess of 7.5 mph. A neutral safety circuit shall be provided to prevefft engine start when the directional control lever is not in neutral. TORQUE CONVERTER The loader shall be equipped with a three (3) element, single stage, single phase torque converter. The torque converter shall have a stall ratio of not less than 2.7 : 1. 2 DIFFERENTIALS The loader shall be equipped differentials on both axles. with torque proportioning AXLES The loader shall be equipped with heavy duty axles with semi- floating shafts and four (4) wheel, inboard mounted, planetary gear type final drives. The front axle shall be fixed to the frame. The rear axle shall be center pin supported. It shall oscillate not less than +/- 15 degrees for a total of not less than 30 degrees. STEERING The loader shall employ a center-pivot, articulated frame steering system. The system shall be fully hydraulic power assisted and independent of engine rpm. It shall receive flow from a dedicated steering pump. The frame shall articulate not less than 40 degrees in either direction. Articulation shall be effected by two (2) double acting cylinders with hardened chrome plated piston rods. The cylinders shall have a bore and stroke of not less 2.8" x 18". The minimum turning radius when measured outside the bucket shall be not greater than 19' 8" LOADER MECHANISM The loader lift mechanism shall be of the single bellcrank, "Z-bar" type. It shall have not more than thirteen (13) pivot points. All pivot points shall be equipped with sealed linkage pins. Pivot point lubrication shall be not more frequent than every 250 hours. The lift boom arms shall be of a heavy duty, single plate~design. They shall be fabricated from high tensile strength steel and shall be designed to withstand maximum stress. Boom lift shall be effected by two (2) cylinders with a bore and stroke of not less than 5.5" x 27". Bucket tilt shall be effected by a single cylinder with a bore and stroke of not less than 6.3" x 19.0". All cylinders shall be double acting with hardened chrome plating on the piston rods. 3 LOADm. R MECHANISM The loader boom lift and bucket tilt shall be controlled by a single levers on the operator's right. A second control lever shall be provided to control any future attachments (i.e. multi- purpose bucket). A safety lock shall be provided for the loader control levers. The loader control levers shall employ a pilot control system. A dedicated pilot pump shall provide flow to a proportional pressure flow valve. This system shall permit one handed control of loading operations. The loader shall be equipped with dual speed hydraulic, automatic power system to increase operational efficiency and reduce horsepower demand on the engine. The system shall employ a main loader pump which feeds to a control valve and a switch pump which feeds to a cut off pump. When a limited hydraulic flow is required (i.e. pile penetrating / scooping), the main pump shall feed through the control valve to the loader while the cutoff valve diverts the flow from the switch pump back to the hydraulic reservoir. When a greater flow is required (i.e. raise boom), the cutoff valve will pass the flow from the switch pump to the control valve thus augmenting the flow from the loader pump. The loader lift mechanism shall be equipped with a "Rap-out" design linkage. This design shall permit shock dumping to remove sticky material. The loader lift mechanism shall be equipped with an automatic bucket positioner. This device, which shall stop the bucket automatically at the desired digging angle, shall employ a proximity switch and a bucket control lever on the bucket tilt cylinder. The positioner may be reset manually to meet the digging angle requirement of a particular job. The loader lift mechanism shall be equipped with an automatic boom kickout. This device, which shall stop the boom at the desired lifting height, shall employ a proximity switch and an arm control lever mounted on the boom arm. The kickout may be reset manually if desired. BRAKES The loader shall be equipped with four (4) wheel, hydraulic, inboard mounted, wet type, multiple disc service brakes. The brakes shall be controlled by two (2) pedals. Both pedals shall be used for braking. A selector switch be provided to allow the left pedal to be used to neutralize the transmission. 4 BP~AKES (Cont' d) The loader shall be equipped with a wet disc type parking brake which shall be located inside the transmission case. It shall be spring applied and hydraulically released. The parking brake shall self adjusting. HYDRAULIC SYSTEM The loader shall employ a two (2) stage hydraulic system. The system shall employ a full flow, cartridge type filter with a ten (10) micron element. The reservoir shall be equipped with a sight gauge. There shall be an oil cooler which shall be located in the bottom tank of the main radiator. The hydraulic system shall employ four (4) gear type pumps. The main hydraulic system relief valve shall be set for a maximum pressure of 3000 psi. The following rated pump flows at 2380 rpm are to be considered minimums: Main ..................... 43.6 gpm Switch ................... 20.3 gpm Steering ................. 20.3 gpm Pilot .................... 12.9 qpm Total Available Flow ..... 97.1 gpm Ail hydraulic flow shall pass through a three (3) spool control valve. The first spool shall feed the steering circuit. A second spool will control flow to the loader circuits. The third spool shall provide flow for any attachments, such as a multi-purpose bucket, which may be added at a later time. Ail necessary piping on the loader arm shall be provided for the attachment circuit. The hydraulic system shall be sufficient to provide the following cycle times: Raise Boom Lower Boom Dump Bucket Total Cycle .............. 5.8 sec. .............. 3.3 sec. ............. 1.2 sec. ............. 10.3 sec. OPERATOR'S COMPARTMENT The loader shall have its operator's compartment located on the rear frame over the articulation joint. The operator's compartment shall consist of a fully enclosed steel cab with an integral ROPS / FOPS canopy. The cab shall be a two (2) door walk through design. 5 OPERATOR' S COMPARTMENT (Cont ' d) The cab shall be supported viscous by hydro-mounts, which employ rubber and silicon oil to reduce vibration and noise. The noise level in the cab shall not exceed 75 dB(A). The cab shall be equipped with the following: Sound Suppression Floor Mat 40,000 BTU Heater Ducted Front Defroster Suspension Seat, Reclining Type w/Armrests & Seatbelts Front & Rear Wipers & Washers Int. & Ext. Rearview Mirrors Tilt Steering Wheel Ashtray & Lighter Sunvisor Access to the cab shall be by means of steps built into the rear fenders on both sides. Safety rails shall be provided. INSTRUMENTATION The loader shall be equipped with an electronic display monitoring system. There shall be two (2) monitors (main & maintenance) which shall be located in a convenient and visible position. The instrumentation shall include the following: Speedometer (MPH) - Hourmeter - Air Cleaner Check Battery Charge Battery Oil Pressure - Engine Oil Level Engine Water Level Engine Water Temp. - Fuel Gauge - Torque Conv. Temp. BUCKET The loader shall be equipped with a General Purpose type bucket rated by SAE standards at not less than 3.3 cu.yd, at a density of not less than 2700 lb./yd. The bucket shall be not less than 112" wide and shall be equipped with a bolt-on cutting edge. LIOHTS The loader shall be equipped with the following lights: - Two (2) Front Halogen Worklights - Chassis Mtd. w/ Hi-Low Beams Two (2) Front Halogen Worklights In Cab Mtd. - Two (2) Rear Halogen Worklights - Chassis Mtd. - Two (2) Front & Two (2) Rear Turn Signals Stop, Tail & Back-up Lights TIRES The loader shall be equipped with 20.5 25, 12 PR (L3) Goodyear tires. PAINT The loader shall be painted the manufacturer's standard colors. SERVICE CAPACITIES The following service capacities shall be considered minimums for a loader of this class: Cooling System ............................. 7.9 gal. Engine Crankcase ........................... 5.1 gal. Transmission & Torque Converter ............ 10.5 gal. Differential & Final Drive (ea. axle) ...... 6.6 gal. Hydraulic System ........................... 30.6 gal. Fuel Tank .................................. 58.4 gal. OPERATING DIMENSIONS & CAPACITIES The following operating parameters, which are calculated per SAE J- 732C and J-742B standards, are to be considered minimums for a loader of this class when equipped with the tires and bucket indicated: Max. Hinge Pin Height ...................... 12 Dump Clearance @ Max. Hgt .................. 9 Reach @ Max. Hgt ........................... 3 Reach @ 7' Dump Hgt ........................ 4 Overall Length ............................. 23 Turn Radius {Outside Bucket) ............... 19 Breakout Force ............................. 28,770# Tip Load - Straight ........................ 25,761# Tip Load - Pull Turn ....................... 22,333# Operating Weight ........................... 29,851# 7 ADDITIONAL EOUIPMENT The loader shall be equipped with equipment: Back-up Alarm & Lamp 717# Add'l. Counterweight Lifting Eyes Front & Rear Fenders Vandalism Protection the following additional EQUIPMENT BEING BID MUST BE THE MANUFACTURER'S CURRENT PRODUCTION MODEL AND SHALL BE BUILT NO EARLIER THAN THE 199~ MODEL YEAR AND SHALL HAVE NOT MORE THAN 1000 OPERATING HOURS. VENDOR MUST BE MANUFACT0kER'S AUTHORIZED REPRESENTATIVE FOR MODEL BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING THE WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTURER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY MAY BE REQUIRED PRIOR TO AWARD. ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; C4%S & ELECTRIC WELDING EQUIP]MENT; HAND & PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERATURE METERS; ETC.). VENDOR SHALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR "ON PREMISES". REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED,O: ENGINE, TRANSMISSION & DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVEP, HA~; HYDRAULIC CYLINDER REPAIR MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL HAVE MANTJFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES,, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANI~LS, SERVICE BULLETINS AND ANY OTHER RELATED PARTS AND SERVICE PUBLICATIONS. 8 VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPE~ATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICHMAY BE IN THE VENDOR'S POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDETHEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF GOD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS WITH EACH PIECE OF EQUIPMENT SUPPLIED. THE LOADER SUPPLIED SHALL CARRY A NINETY (90) DAY "OEM" MAJOR COMPONENT WARRRANTY. MANUALS DEFINED SPARE PARTS The rubber tired loader specified shall be supplied with the following spare parts package: One (1) Complete Bolt-on Cutting Edge w/ Hardware One (1) Complete Set of Radiator Hoses w/ Clamps Three (3) Complete Sets of Ail Filters One (1) Complete Set of Ail Belts One (1) Grease Gun w/ One (1) Case of Cartridges Two (2) Spare Keys Only original equipment manufacturer's genuine replacement parts shall be quotedL Generic parts will not be accepted. A listing of parts bid by part number must be submitted as part of the bid. 9 OPTION GgAPPLE_.BUCKET If this option is exercised, the loader shall be equipped with a grapple bucket in lieu of the general purpose bucket specified. The bucket shall have an SAE rated capacity of not less than 3.0 cu. yd. and shall be equipped with a bolt-on cutting edge. The bucket shall be a full profile design, equipped with two (2) top clamps. Each clamp's movement shall be effected Fy an independent, dual acting hydraulic cylinder controlled by the operator from the cab by means of the loader's 3rd hydraulic spool circuit. DELIVERY DATE MUST BE SPECIFIED. TRADES WILL BE: One 1988 520 Dresser One 1956 Seaman Pulver-mixer One 1967 Good Roads Chip Spreader One 1950 Allis Chalmers Bulldozer Trades may be inspected at the Southold Town yard between the hours of 7:30 A.M. and 3:00 765-3140 or (516) 734-5211 in advance. Highway Department P.M. Call (516) 1.0 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARR]AGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 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 HELD ON FEBRUARY 18. 1999: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for Superintendent of Highways for the purchase of one (1) new or used Front End Loader for use by the Highway Department. Effzabeth A. Neville Sou'(hold Town Clerk February 18. 1999 SPECIFICATION FOR: AN ARTICULATED WHEEL LOADER INTENT It is the intent of these specifications to describe a new or used rubber tired, diesel powered, four {4) wheel drive, articu- lating, front end loader. The loader shall be of rugged frame design, fabricated high- strength, low alloy steel. The frame shall be designed with structural box sections to provide maximum rigidity and resist loading stress and shock. The loader shall be equipped with a "kickdown" switch and an hydraulic pilot control valve. These systems are intended to reduce operator fatigue and enhance production. The used loader described shall be the manufacturer's current production model and shall be built no earlier than the 1998 model year, and have no more than 1,000 hours. ENGINE The loader shall be equipped with a six (6) cylinder, four (4) cycle, direct start, direct injection, turbocharged, diesel engine. It shall have a bore and stroke of not less than 4.5" x 5.3" producing a displacement of not less than 505 cu. in. The engine shall be rated, per SAE J 1349 standards, to produce not less than 162 FwHP at a governed 2200 rpm. The engine shall be equipped with the following: - Dual, Dry Type Air Cleaner - Mechanical Governor - Ether Starting Aid - Full Flow Filtration w/Spin-on Type Filters Engine Shut-Off Key Type - Blower Type Fan - Staggered Core Radiator Reserve Coolant Tank The engine compartment and side cover panels shall be designed in such a manner as to permit service of components from ground level. The engine shall meet all 1997 EPA emissions regulations. ELECTRICAL SYSTEM The loader shall be equipped with a 24 Volt electrical system. It shall employ a 24 Volt alternator rated for not less than a 50 Amp output. There shall be not less than two (2) 12 Volt batteries rated at not less than 150 Amp Hours each. TRANSMISSION The loader shall be equipped with a full powershift, type transmission. It shall have not less than four both forward and reverse. countershaft (4) speeds in The following speeds shall be considered the minimum for each speed range: Speed 1 st 2 nd 3 rd 4 th Fwd. (mph) 4.7 7.5 13.0 21.1 Rev. (mph) 4.8 7.8 13.7 21.7 The transmission shall employ an electronically controlled, modulating valve. This valve shall allow on-the-go speed shifts and smooth directional changes. The transmission shall be controlled by two (2) levers on the left side of the steering column. The electronic modulating system shall permit finger tip control of the levers. The length of the levers shall be adjustable to allow for ease of operation. A lockout device shall be provided for the speed range selector to block out third and fourth gears when desired. A "kickdown" switch, located on the boom control lever, shall be provided. It shall allow the operator to quickly down shift from second to first without using the transmission shift lever in order to facilitate faster loader cycle times. This switch shall also permit the operator to down shift from third or fourth to first provide that the loader is not traveling in excess of 7.5 mph. A neutral safety circuit shall be provided to prevent engine start when the directional control lever is not in neutral. TORQUE CONVERTER The loader shall be equipped with a three (3) element, single stage, single phase torque converter. The torque converter shall have a stall ratio of not less than 2.7 : 1. 2 DIFFERENTIALS The loader shall be equipped differentials on both axles. with torque proportioning AXLES The loader shall be equipped with heavy duty axles with semi- floating shafts and four (4) wheel, inboard mounted, planetary gear type final drives. The front axle shall be fixed to the frame. The rear axle shall be center pin supported. It shall oscillate not less than +/- 15 degrees for a total of not less than 30 degrees. STEERING The loader shall employ a center-pivot, articulated frame steering system. The system shall be fully hydraulic power assisted and independent of engine rpm. It shall receive flow from a dedicated steering pump. The frame shall articulate not less than 40 degrees in either direction. Articulation shall be effected by two (2) double acting cylinders with hardened chrome plated piston rods. The cylinders shall have a bore and stroke of not less 2.8" x 18". The minimum turning radius when measured outside the bucket shall be not greater than 19' 8". LOADER MECHANISM The loader lift mechanism shall be of the single bellcrank, "Z-bar" type. It shall have not more than thirteen (13) pivot points. Ail pivot points shall be equipped with sealed linkage pins. Pivot point lubrication shall be not more frequent than every 250 hours. The lift boom arms shall be of a heavy duty, single plate design. They shall be fabricated from high tensile strength steel and shall be designed to withstand maximum stress. Boom lift shall be effected by two (2) cylinders with a bore and stroke of not less than 5.5" x 27". Bucket tilt shall be effected by a single cylinder with a bore and stroke of not less than 6.3" x 19.0". Ail cylinders shall be double acting with hardened chrome plating on the piston rods. 3 LOADER MECHANISM (Cont'd) The loader boom lift and bucket tilt shall be controlled by a single levers on the operator's right. A second control lever shall be provided to control any future attachments (i.e. multi- purpose bucket). A safety lock shall be provided for the loader control levers. The loader control levers shall employ a pilot control system. A dedicated pilot pump shall provide flow to a proportional pressure flow valve. This system shall permit one handed control of loading operations. The loader shall be equipped with dual speed hydraulic, automatic power system to increase operational efficiency and reduce horsepower demand on the engine. The system shall employ a main loader pump which feeds to a control valve and a switch pump which feeds to a cut off pump. When a limited hydraulic flow is required (i.e. pile penetrating / scooping), the main pump shall feed through the control valve to the loader while the cutoff valve diverts the flow from the switch pump back to the hydraulic reservoir. When a greater flow is required (i.e. raise boom), the cutoff valve will pass the flow from the switch pump to the control valve thus augmenting the flow from the loader pump. The loader'lift mechanism shall be equipped with a "Rap-out" design linkage. This design shall permit shock dumping to remove sticky material. The loader lift mechanism shall be equipped with an automatic bucket positioner. This device, which shall stop the bucket automatically at the desired digging angle, shall employ a proximity switch and a bucket control lever on the bucket tilt cylinder. The positioner may be reset manually to meet the digging angle requirement of & particular job. The loader lift mechanism shall be equipped with an automatic boom kickout. This device, which shall stop the boom at the desired lifting height, shall employ a proximity switch and an arm control lever mounted on the boom arm. The kickout may be reset manually if desired. BRAKES The loader shall be equipped with four (4) wheel, hydraulic, inboard mounted, wet type, multiple disc service brakes. The brakes shall be controlled by two (2) pedals. Both pedals shall be used for braking. A selector switch be provided to allow the left pedal to be used to neutralize the transmission. BRAKES (Cont' d) The loader shall be equipped with a wet disc type parking brake which shall be located inside the transmission case. It shall be spring applied and hydraulically released. The parking brake shall self adjusting. HYDRAULIC SYSTEM The loader shall employ a two (2) stage hydraulic system. The system shall employ a full flow, cartridge type filter with a ten (10) micron element. The reservoir shall be equipped with a sight gauge. There shall be an oil cooler which shall be located in the bottom tank of the main radiator. The hydraulic system shall employ four (4) gear type pumps. The main hydraulic system relief valve shall be set for a maximum pressure of 3000 psi. The following rated pump flows at 2380 rpm are to be considered minimums: Main ..................... Switch ................... Steering ................. Pilot .................... Total Available Flow ..... 43.6 gpm 20.3 gpm 20.3 gpm 12.9 qpm 97.1 gpm Ail hydraulic flow shall pass through a three (3) spool control valve. The first spool shall feed the steering circuit. A second spool will control flow to the loader circuits. The third spool shall provide flow for any attachments, such as a multi-purpose bucket, which may be added at a later time. All necessary piping on the loader arm shall be provided for the attachment circuit. The hydraulic system shall be sufficient to provide the following cycle times: Raise Boom .............. 5.8 sec. Lower Boom .............. 3.3 sec. Dump Bucket ............. 1.2 sec. Total Cycle ............. 10.3 sec. OPERATOR'S COMPARTMENT The loader shall have its operator's compartment located on the rear frame over the articulation joint. The operator's compartment shall consist of a fully enclosed steel cab with an integral ROPS / FOPS canopy. The cab shall be a two (2) door walk through design. 5 OPERATOR' S COMPART~4ENT (Cont' d) The cab shall be supported viscous by hydro-mounts, which employ rubber and silicon oil to reduce vibration and noise. The noise level in the cab shall not exceed 75 dB(A). The cab shall be equipped with the following: Sound Suppression Floor Mat 40,000 BTU Heater Ducted Front Defroster Suspension Seat, Reclining Type w/Armrests & Seatbelts Front & Rear Wipers & Washers Int. & Ext. Rearview Mirrors Tilt Steering Wheel Ashtray & Lighter Sunvisor Access to the cab shall be by means of steps built into the rear fenders on both sides. Safety rails shall be provided. INSTRUMENTATION The loader shall be equipped with an electronic display monitoring system. There shall be two (2) monitors (main & maintenance) which shall be located in a convenient and visible position. The instrumentation shall include the following: Speedometer (MPH) Hourmeter Air Cleaner Check Battery Charge Battery Oil Pressure - Engine Oil Level - Engine Water Level - Engine Water Temp. - Fuel Gauge - Torque Cony. Temp. BUCKET The loader shall be equipped with a General Purpose type bucket rated by SAE standards at not less than 3.3 cu.yd, at a density of not less than 2700 lb./yd. The bucket shall be not less than 112" wide and shall be equipped with a bolt-on cutting edge. 6 LIGHTS The loader shall be equipped with the following lights: - Two (2) Front Halogen Worklights - Chassis Mtd. w/ Hi-Low Beams - Two (2) Front Halogen Worklights In Cab Mtd. Two (2) Rear Halogen Worklights Chassis Mtd. Two (2) Front & Two (2) Rear Turn Signals - Stop, Tail & Back-up Lights TIRES The loader shall be equipped with 20.5 25, 12 PR (L3) Goodyear tires. PAINT The loader shall be painted the manufacturer's standard colors. SERVICE CAPACITIES The following service capacities shall be considered minimums for a loader of this class: Cooling System ............................. 7.9 gal. Engine Crankcase ........................... 5.1 gal. Transmission & Torque Converter ............ 10.5 gal. Differential & Final Drive (ea. axle) ...... 6.6 gal. Hydraulic System ........................... 30.6 gal. Fuel Tank .................................. 58.4 gal. OPERATING DIMENSIONS & CAPACITIES The following operating parameters, which are calculated per SAIE J- 732C and J-742B standards, are to be considered minimums for a loader of this class when equipped with the tires and bucket indicated: Max. Hinge Pin Height ...................... 12' 6" Dump Clearance @ Max. Hgt .................. 9' 4" Reach @ Max. Hgt ........................... 3' 4" Reach @ 7' Dump Hgt ........................ 4'11" Overall Length ............................. 23' 8" Turn Radius (Outside Bucket) ............... 19'10" Breakout Force ............................. 28,770# Tip Load - Straight ........................ 25,761# Tip Load - Full Turn ....................... 22,333# Operating Weight ........................... 29,851# 7 ADDITIONAL EQUIPMENT The loader shall be equipped with equipment: Back-up Alarm & Lamp 717# Add'l. Counterweight Lifting Eyes Front & Rear Fenders Vandalism Protection the following additional EQUIPMENT BEING BID MUST BE THE MANUFACTURER'S CURRENT PRODUCTION MODEL AND SHALL BE BUILT NO EARLIER THAN THE 199~ MODEL YEAR AND SHALL HAVE NOT MORE THAN 1000 OPERATING HOURS. VENDOR MUST BE MANUFACTURER'S AUTHORIZED REPRESENTATIVE FOR MODEL BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING THE WARRANTY REPAIRS. VENDOR SMALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTURER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY MAY BE REQUIRED PRIOR TO AWARD. ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CP~%/FE; GAS & ELECTRIC WELDING EQUIPMENT; HAND & PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERATURE METERS; ETC.). VENDOR SMALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR "ON PREMISES". REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED TO: ENGINE, TRANSMISSION & DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL MAVE MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANUALS, SERVICE BULLETINS AND ANY OTHER RELATED PARTS AND SERVICE PUBLICATIONS. 8 VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUiPMENT WHICHMAY BE IN THE VENDOR'S POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF GOD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. THE LOADER SUPPLIED SHALL CARRY A NINETY (90) DAY "OEM" DEFINED MAJOR COMPONENT WARRRANTY. SPARE PARTS The rubber tired loader specified shall be supplied with the following spare parts package: One (1) Complete Bolt-on Cutting Edge w/ Hardware One (1) Complete Set of Radiator Hoses w/ Clamps Three (3) Complete Sets of Ail Filters One (1) Complete Set of Ail Belts One (1) Grease Gun w/ One (1) Case of Cartridges Two {2) Spare Keys Only original equipment manufacturer's genuine replacement parts shall be quoted. Generic parts will not be accepted. A listing of parts bid by part number must be submitted as part of the bid. 9 OPTION GRAPPLE BUCKET If this option is exercised, the loader shall be equipped with a grapple bucket in lieu of the general purpose bucket specified. The bucket shall have an SAE rated capacity of not less than 3.0 cu. yd. and shall be equipped with a bolt-on cutting edge. The bucket shall be a full profile design, equipped with two (2) top clamps. Each clamp's movement shall be effected by an independent, dual acting hydraulic cylinder controlled by the operator from the cab by means of the loader's 3rd hydraulic spool circuit. DELIVERY DATE MUST BE SPECIFIED. TRADES WILL BE: One 1988 520 Dresser - One 1956 Seaman Pulver-mixer - One 1967 Good Roads Chip Spreader - One 1950 Allis Chalmers Bulldozer Trades may be inspected at the Southold yard between the hours of 7:30 A.M. and 765-3140 or (516) 734-5211 in advance. Town Highway Department 3:00 P.M. Call (516) 10 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 (516) 765 1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS 15 TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON FEBRUARY 18. 1999: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for Superintendent of Highways for the purchase of one (1) new or used Front End Loader for use by the Highway Department. Elitabeth A. Neville Southold Town Clerk February 18, 1999 RAYlqOND L. JACOBS Superintendent Highway Department: Town of Southold Peconic Lane Peconic, N,Y. ! ! 958 Tel,(516) 765-3140 (516) 734-52~1 Fax.(516) 765-1750 RESOLUTION BY: SECONDED BY: RESOLVED: That the Town Board of the Town of Southoid hereby authorizes the To. wn Clerk to advertise for bids for the Supenntendent of Highways for the purchase of: ONE NEW OR USED FRONT END LOADER VOTE OF THE TOWN BOARD Supervisor lean W. Cochran (Yes) (No) Councilman William D. Moore (Yes) (No) Councilwoman Alice ]. Hussie (Yes) (No) Councilman :John lq. Romanelli (Yes) (No) Councilman Brian G. lqurphy (Yes) (No) :]ustlce Louisa P. Evans (Yes) (No) Town Clerk, Town of Southold Dated: February 2, 1999 EI.IT~BETH A. NEVILLE TOWN CLERK I?E(i1STRAR OF VITAL STATISTI(IS MARRIAGE OFFICER }IE (?ORDS MANAGEMENT OFFICE R FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765 1823 Telephone/516) 765 1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ONE (1) NEW OR USED FRONT END LOADER BID OPENING: 10:00 A.M., THURSDAY, MARCH 4, 1999 Three (3) Bids were received: Edward Ehbar, Inc. Construction Equipment, Manor, NY 10803: Bid Price: $ 94,000.00 Trade-In Allowance: 15,000.00 Option w/ Grapple Bucket: 6,370.00 100 Secor Lane, Pelham Trius, Inc., 458 Johnson Avenue, Bohemia, Bid Price: 109,933.00 Trade-In Allowance: 20,000.00 Option wi Grapple Bucket: 3,440.00 NY 11716: 3. All Island Equipment, 39 Jersey St., Babylon, NY 11704: NO BID FAX :,~ '~. (914) 73~-~847 I O0 SECOR LANE PELHAM MANOR, N, Y, 10803 March 3, 1999 Elizabeth A. Neville Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Ms Neville, Bid For: Opening: One (1) New or Used Front End Loader for Highway Department Use Thursday March 4, 1999 @ 10:00 AM In response to your above referenced request to bid, we are pleased to submit the following: One (1) used 1998 Komatsu model WA320-3L Front End Loader equipped as described in your specifications and carrying a Ninety (90) Day "OEM" Defined Major Component Warranty: Price: F.O.B Southold, NY :~ co o '~---~ Option: 3.0 cu.yd. Grapple Bucket in lieu of General Purpose Bucket Trade Allowances: One (1) 1988 520 Dresser One (1) 1956 Seaman Pulver-Mixer One (1) 1967 Good Roads Chip Spreader One (1) 1950 Allis Chalmers Bulldozer Delivery: w/ Standard Bucket :/O DAY5 ~. ~. o. w/ Grapple Bucket :/~ ~S ~. ~. O. TRIUS ln¢. 458 ,JOHNSON AVENUE · BOHEMIA, N.Y. ? ? 516-,244-8600 · FAX 5 ~ 6-244-866 March 3, 1999 Town of Southold Office of the Town Clerk 53095 Main Road Southold, NY 11971 ATTN: Ms. E. Neville, Town Clerk RE: '~New or Used Front End Loader" Due: March 4, 1999 at 10:00 AM Dear Ms. Neville; Please consider this letter an integral part of our bid in response to your request for bids for the purchase of One (1) New or Used From End Loader for Highway Department use. We are pleased to bid the following: One (1) New, 1998 Samsung Model SL150-2 Front End Loader, with 6 montlgl500 hr. complete new machine factory warranty. BID PRICE Trade-Ins: · 1988 520 Dresser Loader · 1956 Seaman Pulver Mixer · 1967 Good Roads Chip Spreader · 1950 Allis Chalmers Bulldozer TOTAL TRADE-INS TOTAL NET BID OPTION: Grapple Bucket, as specified in lieu of Standard Bucket, Add $109,933.00 $ 17,500.00 $ 400.00 $ 400.00 $ 1,700.00 $ 20,000.00 $ 89,933.00 $ 3,440.00 Due to manufacturers differences in engineering and design, the Samsung Model SL150-2 Front End Loader meets the intent of your specification and exceeds the specification in various areas. 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 One fl1 New Or ll~ed Fropt End Lnader ALL : ISL4N DON OLLAR~ _ SALES R~PRE~S~.,NTATI~ 516-643 2605~ Beeper 516-25B-1337 EQUIPMENT 39 Jemey St., W. Babylon, NY 11704