Loading...
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