HomeMy WebLinkAboutBobcat of Cedar FallsG--detA Wil/
y.3,2-
‘./ede - r 1 -C/A .504 "3
Ot-/ -gig - Y39— `7>>
Zl �! pirt-rt rid
5t b n^c_ orks . ;v7s; or)
o 9 q Lockeler
CITY OF itiATPRLub
CITY CLERKS OFFICE
APR 11 2019 AMS:18:45
CITY OF WATERLOO, IOWA
SPECIFICATIONS COVERSHEET
One (1) 2019 Skid -Steer Loader
1. Specifications for Unit as attached.
2. The City of Waterloo will have no trades as part of this purchase.
3. The Unit as specified would be delivered, operational and ready for
departmental use by mix ly 3/ 20/9
(Date)
Our cost for the attached specified 2019 Skid -Steer Loader as specified,
delivered and ready for department use is:
Gari, 3'1`x. Q7 (Dollars)
abrAi o/ tJ )o . i 44LAL , 1A
Company Signature Date
L/ 3,2 5 tdr,vZ-1.5j. 50 3 Ve- ��r �
Address Ci State Zip Code Print / Type Name
NOTE: This form must be returned, as the first page of your bid document!
4?( Bobcat
Product Quotation
Quotation Number: HMM-14923
Date: 2019-04-05 09:50:44
Customer Name/Address:
Bobcat Delivering Dealer
ORDER TO BE PLACED WITH:
Contract Holder/Manufacturer
CITY OF WATERLOO
625 GLENWOOD
WATERLOO, IA 50701
Bobcat of Waterloo - Cedar Falls,
Waterloo, IA
324 WEST 15TH STREET
WATERLOO IA 50702
Phone: 319-234-4421
Fax: 319-234-7312
Description
S770 T4 Bobcat Skid -Steer Loader
92 HP Turbo Tier 4 Diesel Engine
Air Intake Heater (Automatically Activated)
Auxiliary Hydraulics: Variable Flow
Backup Alarm
Bob -Tach
Bobcat Interlock Control System (BICS)
Controls: Bobcat Standard
Engine/Hydraulic Systems Shutdown
Horn
Instrumentation: Engine Temp and Fuel Gauges,
Hourmeter, RPM and Warning Lights
Factory
Installed
Cab enclosure with Heat and AC
High Flow Hydraulics
Sound Reduction
Hydraulic Bucket Positioning
Power Bob -Tach
Deluxe Instrument Panel
Keyless Start
A91 Option Package
Clark Equipment Co dba Bobcat
Company
250 E Beaton Dr, PO Box 6000
West Fargo, ND 58078
Phone: 701-241-8719
Fax: 701-280-7860
Contact: Heather Messmer
Heather.Messmer@doosan.com
Part No Qty Price Ea. Total
M0283 1 $41,329.40 $41,329.40
Lift Arm Support
Lift Path: Vertical
Lights, Front & Rear
Operator Cab
• Includes: Adjustable Suspension Seat, Top &
Rear Windows, Parking Brake, Seat Bar, Seat
Belt
• Roll Over Protective Structure (ROPS) meets
SAE -J1040 & ISO 3471
• Falling Object Protective Structure (FOPS)
meets SAE -J1043 & ISO 3449, Level 1; (Level 11
is available through Bobcat Parts)
Tires: 12-16.5 12 PR Bobcat Heavy Duty
Warranty: 2 years, or 2000 hours whichever occurs first
M0283 -P01 -A91 1 $6,856.50 $6,856.50
Two Speed Travel with SAPR Parking Brake
3 -Point Belt
Attachment Control Kit
Cab Accessories Package
Selectable Joystick Controls (SJC)
Radio
Reversing Fan
Telematics LIS
Engine Block Heater
Dealer Installed Rear Camera Kit
Attachments 84" C/I Heavy Duty Bucket
--- Bolt -On Cutting Edge, 84"
18" Planer, High Flow
Drum 18 Smoothcut
Nozzle Spray Kit for Water Kit
Quick -Tach Stabilizer Mounting
Kit
Quick -Tach Water Kit
Hydraulic Oscillation Kit
M0283 -R01-004
M0283 -R26 -0O2
M0283 -R32 -0O2
M0283 -R51 -0O2
M0283 -A01 -0O2
7329670
7125917
7125924
M7018
M7016 -R01 -C11
7113709
7152512
6813816
7195012
1 $661.50 $661.50
1 $291.90 $291.90
1 $346.50 $346.50
1 $0.00 $0.00
1 $163.00 $163.00
1 $651.03 $651.03
1 $1,254.76 $1,254.76
1 $213.80 $213.80
1 $10,247.84 $10,247.84
1 $3,104.60 $3,104.60
1 $307.72 $307.72
1 $342.76 $342.76
1 $1,199.08 $1,199.08
1 $1,507.08 $1,507.08
Total of Items Quoted
Dealer Assembly Charges
Quote Total - US dollars
Notes:
$68,477.47
$902.50
$69,379.97
*Prices per the Iowa State Contract #MA 005— 17312A Contract Period: 01-20-2019 thru 01-19-2020
*Terms Net 30 Days. Credit cards accepted.
*FOB Destination within the 48 Contiguous States.
*Delivery: 60 to 90 days from ARO.
*State Sales Taxes apply. IF Tax Exempt, please include a Tax Exempt Certificate with order placed.
*T/D# 38-0425350
*Orders Must be Placed With: Clark Equipment dba Bobcat Company, Govt Sales, 250 E Beaton
Drive, PO Box 6000, West Fargo, ND 58078.
Prices & Specifications are subject to change. Please call before placing an order. Applies to factory ordered units only.
ORDER ACCEPTED BY:
SIGNATURE
PRINT NAME AND TITLE
DATED
PURCHASE ORDER #
SHIP TO ADDRESS:
BILL TO ADDRESS (if different than Ship To):
March 26, 2019
TO: Prospective Bidders
City of Waterloo
Public Works Division
PUBLIC
WO R II S
The City of Waterloo invites you to provide a bid for the following equipment:
One (1) 2019 Skid -Steer Loader
All specifications as listed must meet or exceed the base specification.
The successful bidder will be notified, in writing, with a notice to proceed.
Questions should be addressed to the email address provided below.
All bidders are requested to provide the price as specified with delivery to the provided
Waterloo, Iowa address.
Thanking you in advance for your consideration in bidding this equipment.
Randy Bennett
Public Works Manager
625 Glenwood Street
Waterloo, Iowa
319-291-4445
randy.bennett@waterloo-ia.org
CITY OF WATERLOO, IOWA
Public Works Department
INSTRUCTION TO BIDDERS
BID DEADLINE DATE: 1:00 PM - Thursday, April 18, 2019
The City of Waterloo, Iowa, is seeking competitive bids on the vehicle described in
the enclosed specifications.
All bids are to be submitted to the City Clerk Office, 715 Mulberry Street, Waterloo,
Iowa 50703, in a sealed envelope. When submitting your bid, please note on the
lower, left hand corner of the envelope:
Equipment Bid: Public Works Division
2019 — Skid -Steer Loader
All bids must meet or exceed the specifications provided. Bids that do not meet or
exceed the specifications will be rejected.
All bid prices are recognized by the City and the Bidder to be valid irrevocably for a
minimum of sixty (60) days from the calendar date of the Bid Opening.
Standard procedure dictates that the City of Waterloo will accept the lowest
responsive, responsible bid. However, the Bidder understands that the City reserves
the right to reject any bid that is either considered not to be responsive or not most
advantageous to the City. The City will normally award the purchase contract to the
responsible Bidder who meets or exceeds the minimum specifications provided.
The City of Waterloo,. Iowa, reserves the right to accept or reject and/or all
bids.
Upon acceptance of the bid, a notice to proceed will be mailed or delivered to the
Bidder. This shall constitute acceptance of the Bid and, therefore, be a legal binding
agreement.
If applicable, the Bidder guarantees that the title conveyed for the goods shall be
delivered free from security interest or other lien or encumbrance.
The Bid Price given shall be the complete price for the unit or units meeting the
Specifications provided. This price shall include all discounts, freight and/or
transportation costs necessary to supply the equipment in accordance with the
Specifications and to the final destination at 625 Glenwood Street, Waterloo, Iowa
50703.
Certain units or equipment items may be listed as trade-ins for specified purchases.
The trade-in values are to be specifically listed as indicated in the proposal
documents. The city reserves the right to purchase the units with or without the
trade-ins.
GENERAL
The Skid Steer Loader, as specified, shall be furnished new of current year. Bidder must supply
manufacture, model, and equipment specification for the proposed equipment. Equipment
modifications to meet the requirements of this specification shall be limited to the manufacturer's
published standard and optional equipment. Vendors shall insert a response to each of the
specifications below. Failure to respond or note exceptions to minimum bid specifications may be cause
for rejection of bid.
Specification Vendor Response:
y
If, t4 t.'Y, ',. -g„ 11.,
Rated Operating Capacity Shall be no less than 3350 lbs. (1520 kg).
e
(,l.s
Tipping Load Shall be no less than 6700 lbs. (3039 kg).
171r�
Operating Weight (SAE J732) Shall be no less than 9314 lbs. (4225 kg).
yes
12 X 16.5 12 Ply Heavy Duty Numatic Tires
17e5
Two Speed Travel High and Low Speed
yep
Lift Breakout Force Shall be no less than 6966 lbs. (3160 kg).
yes
Tilt Breakout Force Shall be no less than 6831 lbs. (3098 kg).
el,
Push Force Shall be no less than 6382 lbs. (3823 kg).
y
,`es
Hi Flow Auxiliary Hydraulics with Electric Over Hydraulic Controls
/
e-5
4 r i C`- 4 1 ya ixk c. :D h 04 .l 0 )'j%
;& i n sAtr
Angle of Departure Shall be no less than 25.1 Degrees.
yes
Dump Angle @ Maximum Height Shall be no less than 37 Degrees.
yeo
Dump Height with Standard Bucket Shall be no less than 104.3" (2649
mm).
Reach @ Maximum Height Shall be no less than 31.5" (800 mm).
Y�
Ground Clearance Shall be no less than 8.1" (207 mm).
)/
ye;
Height to Hinge Pin Shall be no less than 132" (3353 mm).
yes
Cab Height Shall be no less than 81.3" (2065 mm).
i/t5
Length without Attachment Shall be no less than 114.3" (2903 mm).
ye,
ye,
Length with Standard Bucket Shall be no less than 141.6" (3597 mm).
Overall Operating Height Shall be no less than 166.6" (4232 mm).
ye 4
ye y
Carry Position Shall be no less than 9.4" (239 mm).
Rollback Angle @ Carry Position Shall be no less than 31.9°.
ye -5
Turning Radius with Standard Bucket Shall be no less than 85.8" (2179
mm).
yey
Wheelbase Shall be no less than 48.3" (1227 mm).
Yeo
es w) e M»iE k
Width with Standard Bucket Shall be no less than 84" (1880 mm).
.. *.:41� rdY h Rpµ' w %.M. iyi,..yvyfisa1." ` mwxY
.. leak, r
r`e
Control Kit with Hi Flow Auxiliary Attachment.
Standard Dirt Bucket shall be no less than 84" with Bolt on Cutting Edge
ye , 0)44,1e-
8" Planer Hi Flow Smooth Cut
e
Drum 18" Smoothcut
Vet
1
Nozzle Spray Kit for Water Kit
Quick-Tech Stabilizer Mounting Kit
yG_3
Quick-Tech Water Kit with tank
Hydraulic Oscillation Kith
5 .,,
a r 7 it . r. !`" i'I: 's3 E �,,? a. :-s !tc-1 • �;, a,� Lt
R ;t+„y.' Y 4.1.' yn s d �l�i'�H�i�l� ,:� ,.,k. y
:!°'st tin vrar '
k. 9.
Loader shall have a 4 Cylinder, Liquid-Cooled Diesel of no less than 92 hp.
/tS
Loader Engine shall have a minimum torque of no less than 258.1 Ibf-ft.
y45
ya5
yes
Engine displacement shall be no less than 208.0 in3 (3.4L).
Loader engine shall be turbo charged.
Loader shall be equipped with a hydraulically driven, variable speed
cooling fan.
745
t/�3
Loader shall have a reversing cooling fan option. reversing fan shall
include three modes (Off, Manual, Automatic)
Dual element air cleaner and air intake cold weather assist shall be
provided as standard equipment.
Y
y66
,/has
Engine must meet EPA Tier 4 Final Emission Compliance.
Cold weather assist should be available.
yes
Air cleaner shall be a dry replaceable cartridge with safety element.
yes
Air intake pre-cleaner shall be included in the air cleaner housing.
t`G5
An additional system to increase pre-cleaner efficiency shall be standard.
y5
Fuel recirculation system that can bypass Fuel cooler to aid in cold
weather Operation shall be standard equipment.
7 t45
SP
Loader shall limit engine RPM until specified engine operating
temperature is attained to protect engine from premature wear due to
cold temperatures.
Air intake pre-cleaner shall be standard equipment.
/4”
Engine coolant shall include propylene glycol anti-freeze with freeze
protection to -342F (-372C).
},e
Loader shall be equipped with a Diesel Oxidation Catalyst (DOC).
Y"
Engine shall utilize An Exhaust Gas Recirculation (EGR) system.
yyei
Loader shall be equipped with a Selective Catalytic Reduction (sCR)
system.
/66
yds
Loader shall require Diesel Exhaust Fluid (DEF).
Loader shall indicate when the SCR system is in Desox.
yey
An SCR DeSox Inhibit Switch shall be available.
ve.4.6l/
Loader shall be equipped with An engine Control Unit to electronically
monitor and Control the performance of the engine.
/ e3
Loader shall be equipped with a Dosing Control Unit to electronically
monitor and control the performance of the SCR system.
JL5
The loader's fuel injection system shall include a High Pressure Common
Rail (HPCR).
y/3
/
Loader shall use An Electromagnetic Fuel pump.
i/Lo%
2
Fuel filter shall have a 4 micron C rating at 99.6% efficiency, includes
Primary Water Separating Filter.
yr5
dyes
Loader shall be equipped with a Dual path cooling system which brings
cool, clean air from above the machine for engine and hydraulic system
cooling. While at the same time removing hot air from the engine and
hydrostatic area.
Battery shall have a shut off switch.
Battery shall be a 12 volt with a minimum of 1000 cold -cranking amps.
iyes
Alternator shall be a minimum 120 amp.
yes
Starter shall be a 12 volt; 3.62hp (2.7 kW), gear type.
yes
Engine accessory belt shall not require any adjustments.
yet;
Engine shutdown shall be provided as standard equipment and shall
monitor engine coolant temperature, engine oil pressure and engine
RPM to help prevent engine damage.
its
25
f�
Engine block heater shall be provided as optional equipment to provide
easier starting during cold weather operation.
4sr. l
I.�Iy`GMJk;.x'P 7
j'rn%Pii., t
l t of 3 p
,.t,� ,v, :IJ?. �;A xYI.•.
y ',
HVAC fully sealed positive pressure cab.
Environmental controls should include heat and AC.
---Ye-6
Cab Air Filter to comply with OSHA Silica Standards APF 10.3
Windshield shall be glass with integrated wiper with washer reservoir
and dispensing system.
ye -5
Integrated Amber Strobe Lights Flush Mounted High and Low.
Integrated Work Lighting System.
Vey
Auxiliary Switches.
ye$
Back-up Alarm and Camera.
e3
yes
y eS
ideate-, ,„ S -,e I
5d"
Electric Horn.
AM -FM 1u®te-oth Radio. ly/eas'1.e,,, /7o 17/61 e. to 071A
Instrumentation must include Hour Meter, RPM, Fuel, Def
level,Temperature (Engine & Hydraulic), Water & Fuel Indicator, Voltage,
& Oil Pressure..
I;?yS1N&..t .°..;'N r.!l'i Mkt;., O t A.P t,. ilii.,, }eat J^'t.'r'S^fre :1i;fes?4
2s .
b:s i .�. ..^. ,'st
Digital Display Weight[ Scale Bucket
iOp`Mt,. Iv?'ii SIYYc ",f'� lv1�" %�]i t 0 0 SII' rx (fit' Vh
�ki. ",�it t�l�.Y.,I�R;.,r ir't�`,i�%r •.'V..., i,.
qq� b
i! ; k' 1 _5 r y5`'yy%
�7N-� k. t�U'. cqr
TWheels
3