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