4YRD Wheel Loader
I!
, .
. .
I
I
I .
, I
. .
, ,
I!(. ;
. I
,
i
..
BIDDING FORM
EQUIPMENT One (1) New Model 963 Bobcat Skidt Steer Loader with all
. specifled attachments.
NAME OF BIDDER Ralph C. Herman Co., Inc.
ADDRESS Route 9-W Marlboro, New York 12542
PHONE (914) 236-3000
AMOUNT OF BID $48,546.00
DATE SUBMITTED
May 5, 1999
SIGNATURE~~ 14 ~-
'Doug as A. Lester
Executive Vice President
Our bid is for one (1) new 1999 Model 963 Bobc"Elt 'Skid Steer Loader
complete with 78" wide drilled loader bucket; suspension seat;
BOSS monitering system; high flow hydraulics; Model 811 Backhoe
with 24" bucket; advanced hand controls; steel tracks; 88" flail
mower.
To furnish 'a 36" backhoe bucket:
In lieu of 24" add: $ 93.00
In addition to 24" add: $407.00
To furnish an 87" wide loader bucket in lieu of the 78" bucket:
add: $ 64.00
To furnish a 74" wide flail mower in lieu of 88" wide:
deduct: 1,298.00
RECEIVED
MAY 0 5 1999
ELAINE SNOWDEN
TOWN CLE'RJ(
"
.
.-
STAT~NT . 1
.
The undersigned represents that pursuant to Seotions
103-a and. 103.b o! the General Municipal Law of the State
o! .ew Y~k, no perlOD'referred to in the attaohed proposal
. who 1..a bidder or who!. or was a member, partner, direotor
. or offiqer of t:he bidding firm or entity uncler this proppsal
has refused to. sign a w.ai ver of immunity or to answer any .
revel~t. questions relating to any tr~ns&ction o~ contract
..., . with tJie State of New. York, any politiioal subdivision thereof,
. o~ any' pUblic &utho~~ty, during the period of five years
prior to th~ dat..qe~eQf. The undersigned agrees that any
. contract ~w&rd.d a. a r~sul t of this bid may be cancelled
without penalty, 'upon th.. grounds set forth in Sections
103-& and l03-b:of. the said General Municipal Law. The
n.... and addxea... of al~ persons arid parties interested
in the foregoing bid are as follows: .'
Ralph C. Herman Co., Inc.
Route 9-W
MarlbQFo, New York
12542
STATEMENT t 2
By -.ubmission.. of this bid, each bidder and each person
signing on behalf of any bidder certifies,. and in the case
of a joint bid each party thereto certifies as to its own
organization, under penalty of perjury, that to the best
of knowledge and belief: (1) the prices in this bid bave
been arrived. a~ independently without collusion, consultation,
communication or agreement, for the purpose of restricting
competition.as to any matter relating to such prices wi~h
any other bi~der Qr wit.h any 'competitor, (2) unless otberwise
required'by Law, ~e pric~s which have been quoted in this
bid have not been. knowingly disclosed qy the bidder and
will. not knowingly 'be diil,clbsed by the blcl9.er prior to the .
open!'og , directly or indirectly, to any bidder or to any
competitor, ana (3) no attempt has been made or will be
made by the bidder to induoe any other person, partnership
or oorporation to submit or not submit a bid for the purpose
of restricting oompetition.
BY: ~i:~
Executive V.ice President
f~ .'
.~ ....
(,';:;);:~:' ,
, "'uJ"
':, .'<"~~~.:~':~~~'.~~
.. '.~/ ':':'{';:.:; '.
~'" . -. .
"I'~.". : :.:.,~.. :.; .
. ......~'O, JC,,,,, ',I .
:'~::~}::~ i':..:':.::!~':'
~: '.'i~."-'':: .)- ~': :
~/~;-".:'..
}~.~'" "
':'t~.. . ,
4........ ': I
.1.:~:i.: . ~ '. . . . . i ~ _ . . ;
: ,:K&~'l-.,~~~~.;, " ' ':he biddC' cC't.i.t~es that: (a), the Ji?i.d has been 'arF.1ved
"::~" :~\.~ :..t by' ,the b1~ 1ndep~ently and has b~,en submitted. w; thout
,:~~'':;'_:''':..i,;.~c;JOUua~on w:L~ any other vendor of mater-\als, supplies f?r
..:J~~....-"~,:'eqw..~'t of 'the typed.soribed in the invitation for b~ds,
~,,;\\:,,':' ',' aAd (b) 'the oon1:ent. of; the bid ,have not .been communica'ted
V:. ~:~:~. . . ;by. 'the bi~., nor, to 'the best of his kllowledge and belief,
" :by-.any of 'hi. employees. or agents, to any person not an' emplO}l 9
or agent of the bidder :to its surety on any bond furn:L8~ed
herewith prior to the offic1i1.l...opening of the bid. -
. : ~~ 8ignature of ~e c9ntractor to this bid shall ~e
:'" . '4e81D84 . speoific subso;ript.ion to the cer~ificate reQUj.ed
. p\1rsuct to'Section '139:-d of the State F~ance Law and he
, CODtraotor affirms that: the statements therein oontain are
true Jmder the penAlty ~f perjury. ;
'. .
; ~.
;'
~.
.
~ I
;,
I
. "
NON-COLLU~~ BIDDING CERTIFICATI9N
I
Oatedt
May 5
1999
-
A/~/~~~
Dou as A.'Lester
,.
Executive Vice President
I
'1
\
!
BY: i
TITLE
..
" .
. , .-------
I .. . . ....
...
(!
, ..~
....~
. .~
.:....
"
W
..~:.
''!j'
;;:
.~t
.~'1
t
. i
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that sealed proposals will be received at the office
of the Town Clerk of the Town of Wappinger, P.O. Box 324, 20 Middlebush Road,
Wappingers Falls, New York until 1:00 P.M. EST on the 5th day of May, 1999 for:
1 - 4YB WHEEL LOADER
All bids must be upon and in conformity with the bidding form and specifications which
will be furnished each working day between the hours of 8:30AAM and 3:30PM at the
office of the Highway Superintendent of the Town of Wappinger, 20 Old Route 9,
Wappingers Falls, N.Y. Multiple units are considered being bid on a per unit basis, the
Town reserves the right to purchase one or more units. The Town Board reserves the
right to reject any or all bids, or to contact with other than the lower bidder, as provided
by law, or to write new proposals. Bids being submitted by mail should be mailed to the
Town Clerk of Wappinger, P.O. Box 324, Wappingers Falls, N.Y. 12590.
By Order of the Town Board
Elaine H. Snowden
Town Clerk
Dated: April 21, 1999
ADDENDUM
4 YARD WHEEL LOADER
Trade in of a 1973 - 950 Cat Wheel Loader Serial #81J5411
"
Bid Specifications for
'1 1 J:). \~ U 1~ \~ Z'.. ~ ,... \\'~ t-... hO P\ t:) ~ (:) R. ~9u g". t ~t.f\J ,..
ew
SPECIFICATION AND QUESTIONNAIRE FOR:
4 CUBIC YARD LOADER
The following specifications describe the minimum requirements for a rubber tire wheel loader. The
equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and
production model and available to the commercial market. Any additions, deletions or variations from the
following specifications must be noted or the bid will be rejected. Standard items appearing In the
manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise
noted. One copy of the manufacturers published specification shall be included with the bid.
The following information will help design a governmental or public utility bid requirement for a 4 cubic yard
wheel loader.
1. GENERAL:
The wheel loader shall be regular production model for which published specifications are available.
Machine modifications to meet the operational requirements of this specification shall be limited to the
manufacturers published standard and optional equipment.
All operating specifications are based on current SAE standards and shall be the basis for determining
compliance with specified requirements.
The wheel loader shall have a 185 net horsepower diesel engine and 4 cubic yard capacity bucket with a bolt-
on cutting edge.
The wheel loader shall have a minimum operating weight of 38,000 pounds.
The wheel loader shall meet all OSHA and EPA requirements in effect on the date of bid opening and shall be
furnished with lead free paint.
2. Engine:
The wheel loader shall have a 6-cylinder turbo-charged diesel engine with a minimum 185 net horsepower. 6, ,\.1
The engine shall provide a minimum SAE net torque rating of 570 ft.lbs. at 1400 rpm's. WI
The engine ahall alao have:
- .
. an Internal oil cooler
. an internal water pump
. a dual stage air cleaner
. a 24 volt electrical system
. a minimum 5~mp:.~lternator
. an automatic self adjusting belt tensioner
. vertical spin-on engine oil filter
. 250 hour engine oil change interval
. emission approved engine
--
l
~l
l
I
I
I
.
.'
.
.
."w
.
.
t
.
.
.
~
~
I
I
~
~
3. Fully Synchronized Transmission:
The wheel loader power train s"all consist of a torque converter drive with a full powershlft transmission.
The transmls.lon shall also provide:
· 4-speeds in forward
· 3 speeds in reverse
· minimum travel speed of 23 mph
· electric forward/reverse shuttle shift
· countershaft design
· clutch disconnect feature through both brake pedals
· downshift capabilities from 2nd to 1st gear
· downshift control button located on the top of the loader control lever or levers
· autoshift transmission
· downshift from 4th to 181 In autoshift mode
· programmable to shift no higher than 2nd or 3m gear
· programmable to start out in 1 sl or 2nd gear In the autoshlft mode
4. Ax"':
The wheel loader axles shall feature a heavy duty design:
The axle. .hallalso provide:
· limited slip differentials, front and rear
· outboard planetaries
· total rear axle oscillation of 240
5. Bralots:
The wheel/oader brakes shall be a fully hydraulic multiple" disk brake
~II al80 provide:
· a separate system for the front and rear
· brakes operated by one of two brake pedals
· a disk parking brake located on the transmission output shaft
· a parking brake that is spring applied I hydraulically disengaged
· a parking brake that is switch operated
· a parking brake that for safety, applies when electrical power is lost
6. Loader and Linkage Feature.:
The wheel loader arms shall be heavy duty and in-line.
The loader arms shall also have:
· a Z-bar design
· single bucket cylinder
· dual parallel lift cylinders
· factory installed ride control
· bucket level indicator
· return-to-dlg · return-to-travel * automatic height control
---'f--
;
7. Loader Bucket
The wheel loader bucket shall be a minimum 109" wide and 4 cubic yard heaped capacity.
The bucket shall also have:
. bolt-on cutting edge
. a pre-drilled edge for bolt-on teeth
. a pre-drilled edge for bolt-on teeth and individual segments
. heavy duty lifting eyes
8. Performance:
The spec wheel loader shall be a fully serviced unit that includes all standard equipment, ROPS canopy, 23.5
x 25 L2 12pr tires, 4 cubic yard bucket, factory installed counterweight, 175 pound operator and full fuel tank.
The unit will weigh a minimum of 38,000 pounds.
The wheel loader performance shall be:
Loader:
. minimum SAE breakout force of 30,400 pounds force
. minimum SAE straight tipping load of 29,100 pounds
. minimum SAE full turn 40 degree tipping load of 23,250 pounds
. minimum SAE operating load of 11,600 pounds
. minimum SAE dump clearance at full height and 45 degree dump angle of 9 feet, 3 inches
. minimum SAE dump reach at full height and 45 degree dump angle of 4 feet
. minimum hinge pin height 12 feet, 7 inches
. minimum dig depth below ground 4.4 inches
. maximum loader lowering time (empty, power down) 3.8 seconds
. maximum loader lowering time (noat down) 3.8 seconds
. maximum b4(:ket dumping time (with rated bucket load) 1.6 seconds
. maximum bucket raising time to full height (with rated bucket load) 5.9 seconds
'.
~ Tractor. dimensions: 1I
. minimum wheel base min. 10 feet, 6 inches
. maximum overall transport length 25 feet 2 inches
. maximum height to top of cab 10 feet, 11 inches
. minimum 40 degree articulation
I
~/I
I
I
I
I
l
I
l
t
t
~
4
.
W4
4
4
4
4
~
~
4
.
~
4
.
4
t
4
.
t
~t
t
.
.
,
,
9. Operator Environment;
The wheel loader shall have a cab.
.
The wheelloBder cBb shall Blso hBve:
· floor mounted accelerator
· the transmission shift lever within easy reach of the operator
· all glass surfaces free of rubber moldings
· side windows that fully open and secure to the rear of the cab
· side windows that can be secured when partially opened
· a door that opens to the rear of the cab
· front and rear windshield wipers and front and rear washers
· intermlUent front wipers
· Interior dome light
· 2 interior rear view mirrors
· retractable seat belt
· air suspension seat
· a single or dual servo loader control with top mounted downshift button
· a forward/reverse Powershift shuttle lever mounted on the steering column
· the parking brake lever located in front of the operator
· for safety, an audible operator warning system sounds when the transmission is engaged and the parking
brake is applied
· Instrumentation located in front of the operator
· an on/off device to control activation of return -to-dig
· an on/off device to control activation of height control
· an on/off device to control activation of float control
· an on/off device to control activation of return -to-travel
· an on/off device to control activation of ride control
· ride control that de-activates when dumping or curling the bucket and re-actlvates when bringing the bucket
back to a return-to-dig or return-to-travel position
10. Serviceability
The wheel loader shall be serviceable from ground level.
The wheel'oeder service ShBIIB'ao Inc'ude:
· all vertically mounted filters
· remote grease fitting for oscillation jOint
· double tapered bearings in the articulation joint
· articulation jOint grease interval of 1,000 hours
· minimum 71 gallon fuel tank
· minimum 23 gallon hydraUlic all tank
· sight gauge for hydraulic oil level
· sight gauge for transmission level
· all lube pOints at ground level
11. Warranty:
The wheelloeder shall have the following:
0'" t.
· the engine shall have a warranty of.-.years or 2.000 hours
· the power train shall have a warranty of 12 months, unlimited hours
~
. ,
. .
.. -. - . .
.
,-
.
,
,
8B~T . 3.
'. .
ae \IDCl...igDe4 &-epzueat8 that pw:.uut to 8eot101U1
1011 .... 101..b Ot tbe Oueal Mun101pal Law of thti State
o! _ y_t, ao ~ 'l:efuZ'e4 to in the .~~a0he4 P1:OpO.al
. wIlD U '. IWa4c 01: wbo 1. O~ v.. a ..her, ~, 4~r
. 01: o~fiqu of i:be bi441laV firm or entity UD4er thia propoaal
bU n!Ue4 to 8111' . wuvea: of :L1IIIILUD:Lty or to ana.er any ,
nY81u_ ClUII~1oIw 1:e1.~1n9 to any b:'.an.ao~ = conu.at
.... . vitia tAe lubl of ..", YOl:k,any polU:iiaal .ub41"iaion t:hceof,
Of '~p61:Lcl .utbo~~ty, 4w:1ng the p.&-104 of: tive 3t'.az:.
.-101:' to the 4a~e .~eot. The under.iIne4 ag&'e88 1;bat aD:f
,ooauui; .Wd.ed U . J:...ul t of t:h1. b 4 MY be cano.lliac1
vltbcNt ...-1~~ '\1fOA ~ 9J:oun4. ..t !0J:tb 1n SeaUon.
103-. aD4 103-b: of. the :..14 General Kwd.Gipal Law. 'the
...... aDd. ~..... of all persona an'c1 put:Le. tnter..ted
iD tlw fontoiD9 ~i4 ue a. fOll0~V "
, . f\e7L ~/),f (};./tJC.
02~~6 ,Rr q',
, LlfJJo~ /1:(. IJSS'f
S'lATBMBN'l' . 2
By lfw.1a.1on.. of this bid, eaoh bld4e~ and eacb perRA
.i~lD1 ~ bebal! of any bidder certifi..,.AD4 in the c...
o! . ~oiaat bU eacb puty thereto 'certifi.. as to 1t. own
. oqula.~Il, \m4er penaU:y of .1>>8r:l\lI:Y, that to the be.t
o! JCDav1e4g. u4 M1iefl (1) the price. ill this bid bave
baeD aa:ive4, at iD4t!pen4ently without Golluion, consultation,
oC_Uld,oatiOD or a~~, !or 1:he puz:po.. of z..ulctJ.n9
~t1t1oft... to any -.tter relatin9 ~ .uch prices w:L~
Uf o~ bi~.J: QJ: with any 'cOllp.~it.or, (2) W\1e.. ot.biaxv:l...
~e4' by !laW, tie pria~. whlc:b hav.e be_ quotecS in thi.
bit 1Iave DOt bea. JCDowin,ltY '4i8c:10.." ~y the bl44er &D.4 .
will, .DOt Jmchr1ragly 'be c!i.~3.b..d by ~. .b~e prior to the ·
opaIDv , 4iJ:eotly or indireatly, to any bt.44ar OJ: to. aDY
~~, aD4 (3) DO attempt baa ba.n ma4e OJ: w111 be
.... ~ the b144eJ: to 1D4uoe any other per.on, partner.hip ,
01: oGZPC*at1oD 1;0 .~t, or not subm1t a bid for i;he pupa..
of ~.tJ:iGt1n9 c~tit!on.
BY: /i1~ jt. M
(},l~
. .;:
".. .
.~' . ~
1~"'JiH"
~...(,;.. " , .--.-: "
.~, ~,
"
,~,
'''-.''':, :'..:-'". ,,:'
tit""'!'"
, ',lWi}:'::>'~::>'::,',
';-'J,',,_" ,
':::4J~; '> .
,};' NON-COLLU~4VE BIDDING CERTIFlCA'l'I9N
'~;"'" " ' I
,~l~.,/:;{:,'~ ~. ' '.file bidder oert1f!es that: (a). the J:?id lias been u~ived
,;~~~~ ',\.':, at by.the bidder a.depe~dently and has b~,en submitt~d,wlthout
'~t~'A":,';,,,':oollusion wi:th any other vendor of materj,als, supp11es br
','!;1)'~"'"~''' equipment of 1:hetype desoribed in the invitation for blds,
;'~~':'" . aDd (b) the oontents of, the bid .have not been oommunicated
.' : . :: .by, 'the bidd~r., nor, to the best of his ~owledge and belief,
:by...any of 'his employees; or agents, to any person not an emplo~ ~
or agent of the bidder :to its surety on any bond furnished
herewith prior to the officiaL..opening of the bid.
'.fhe signature of t~e c9ntractor to this bid shall ~e
deemed a specifio subsc;rip~ion to the certifioate requi;-ed
pursuant to 'Section'139id of the State Finance Law and ~he
contraotor affirms that; the statements therein oontaine; are
true .under the penalty pf perjury. i
Datedi
5/5)
19!1i..
"
~AJ:0/
. (/'/
,
BY: i
.. 0..
TITLE
..
(,'
I
""~''':
",-. 1" ,',
. .
'., -,
;
. . ~., .
';"
"
":i
:~(,
. )~
,:~
":~
\
,
-. ,
. .,..
I
"
~ '
.
; 1
, ",
. 'i
..
i :
.
i
:il
. ~ .
! t ;
; . ;
~ ~
, t
, ..
, '
ir' ';
Ii:" .,
. I
t I
..
BIDDING FORM
EQUIPMENT ~6~ ,q99 Jtt",Ju,J6-- JL 18D-2& ,b/UJ~
~AME OF BIDDER ;(61L ~QIJIP CtJ< I~.
ADDRESS !23c~ 6 Rr q H l/DJ~,J (J.t . }.2S3 tf
PHONE ,~/8 "' 531- 6Z21
~ 00
., 95; B3 '-I -'
~/bJ~q
, I
AMOUNT OF BID
DATE SUBMITTED
SIGNATURE
tr~lttd
RECEIVED
NAY 0 5 1999
ELAINE s
TOWN NOWDEN
CL~K
'.
. '.
,I
, i
. ~
".1,;
Ii .'
I !
I i
I
\
j :
i
'rl
,!
, :
, 1
! ;
IB,...l I";
': 0'
j .
: ;
. 'I
I I
.~
BIDDING FORM
EQUIPMENT One (1) New Caterpillar Model 950G Wheel LORdp-r
NAME OF BIDDERH.O. Penn Machinerv Comnany. Inc.
ADDRESS 54 Noxon Road Poughkeepsie NY 12603
PHONE (914) 452-1200
AMOUNT OF BID $154,105.00
** see note below
DATE SUBMITTED Mav 05. 1999
Trade: 1973 Caterpillar 950 sIn: 81J5411 . . . . . Allowance $18,000.00
SIGNATUR~ ~#
** Note:
The machine quoted has exceptions to the bid spe.cifications,
but is an equivalent machine with Caterpillar specifications.
Included in the above quote price is an air conditioned cab.
RECEIVED
HAY 0 5 1999
ELAINE SNOWDEN
TOWN CLERK
.~
~~.~ ~'. .:.'
';I~\:;'~C;.
. '" I' , .~l... ...~..
, .~..:(;;; . ..
,1:;,:.' :.,.:,~ . " :
" .JiIAi:~-t .'.... ','
:: ~":~:.:-~.. i-:j~:-::-~~~'
.' ~~,. .....'
'~.~.;?/.",::.; ''< "
~}~:', . NON-COLLO~~ BIDDING CERTIFICATION
.~:. ' , I
I .~.~.:.:... ."~:. ..: . . i ':_ . . j
~ ,:~j,:.:~~~;~ " . 'lhe bidder cert.tf;es that: (a). the 1?id has been ult'ived
~.':!e,'~'~:~;" at by.1:11e bid4er indap~ently and has b..en submitt~d. wlthout
:u'~~t,:,,:::,,:,'colluaion wi~ any othe: vendor of materJ,als, suppl.1.es pr
',".:'~~}~-;./,::' 8qW.pmant of the type desoribed in ~e invitation for biLds,
.)i:::.'" ',' u4 (1)) the contents of" the bid ,have not ,been communioated
~i:~:'::..by, '1:11e bidd~., nor, to 'the best of his ~owledge and belief I
, " :by...any of 'hi. employees or agents I to any person not an employ ~
or agent of the bidder :to its surety on any bond furnished
herewi'th prior to the official..,opening of the bid.
;'
.~I,
i
. '
The signature of tpe c9ntractor to this bid shall ~e
"deemed a specific Sub8C~ip~ion to the ce~ificate requifed
pursuant to 'Section'139id of the state Finance Law and ~he
oontractor affirms that; the statement,/therein containe, are
true under the penalty ?f perj ury . //., [
/ / / '
Dated :: May 04 19..22... i
i
I
,
BY: i
, i
: Dennis Romanson, General Manager Mactline Sales
~I~LE '
.
-,. ._~~~..
.'
I
,~:.
J
'~'.
"
:"
'':'i
:~:
::~
!!:
.;.
"'(-
,
~.
.STATBMENT i 1
.
The undersigned represents that pursuant to Seotions
103-a and l03.b of the General Munioipal Law of the State
of New Yo~t, no persan'referred to in~. attached proposal
; who isa bidder or who is or was a member, partner, direotor
or Off1qer of ~e bidding firm or entity under this proppsal
has refUsed to sign a waiver of immunity or to answer any
r.velan~ questions relating to any transaction o~ contract
.. with t;Iie State of Hew. York,any poUti!cal subcUv1sion thereOf,
o~ any' pUblic auth~r~ty, during the periOd of five years
prior to the date .~eJ:eQf. The undersigned agrees that any
.contraot awarded a8 a r~sult of thi ~ may be cancelled
without pe~alty .upon the grounds s i/t~ ~h in Sections
103-a and 103-b: of. the said Gener .. ipal Law. The
names and addresses of al~ person n arties interested
in the foregoing bid are as foll .
General. Manager Machine Sales
STATEMENT i 2
By ~ubmi8sion.of this bid, eaoh bidder and eaoh person
signing on behalf of any bidder certifies,. and in the oase
of a joint bid each party thereto certifies as to its own
organization, under penalty of ~erj~ry, that to the best
of knowledge and belief: (1) the prices in this bid have
been arrived. at independently without COllusion, conSUltation,
communication or agreement, for the purpose of restricting
competition as to any matter relating to such prices with
any other bidder Qr with any 'competitor; (2) unless otherwise
required'by Law, the pric~s which have been quoted in this
bid have not been. knowingly 'disolosed qy the bidder and
will. not knowingly 'be dis~lo8ed by the biQaer prior to the.
openIng, directly or indirectly, to any i er or to any
campetitor, and (3) no attempt hAS been pr will be
made by the bidder to induce any other 0, partner.hip
or corporation to sUbmit or not submi . i for the purpose
of restricting competition.
BY:
General Mana~er Machine Sales
NOTICE TO BIDDERS
. NOTICE IS HEREBY GNEN that sealed proposals will be received at the office
of the Town Clerk of the Town of Wappinger, P.O. Box 324, 20 Middlebush Road,
Wappingers Falls, New York until 1:00 P.M. EST on the 5th day of May, 1999 for:
1 - 4YD WHEEL LOADER
All bids must be upon and in conformity with the bidding form and specifications which
will be furnished each working day between the hours of 8:30AAM and 3:30PM at the
office of the Highway Superintendent of the Town of Wappinger, 20 Old Route 9,
Wappingers Falls, N.Y. Multiple units are considered being bid on a per unit basis, the
Town reserves the right to purchase one or more units. The Town Board reserves the
right to reject any or all bids, or to contact with other than the lower bidder, as provided
by law, or to write new proposals. Bids being submitted by mail should be mailed to the
Town Clerk of Wappinger, P.O. Box 324, Wappingers Falls, N.Y. 12590.
By Order of the Town Board
Elaine H. Snowden
Town Clerk
Dated: April 21, 1999
~ '
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that sealed proposals will be received at the office
of the Town Clerk of the Town of Wappinger, P.O. Box 324, 20 Middlebush Road,
Wappingers Falls, New York until 1:00 P.M. EST on the 5th day of May, 1999 for:
1 - 4YD WHEEL LOADER
All bids must be upon and in conformity 'with the bidding form and specifications which
will be furnished each working day between the hours of8:30AAM and 3:30PM at the
office of the Highway Superintendent of the Town of Wappinger, 20 Old Route 9,
Wappingers Falls, N.Y. Multiple units are considered being bid on a per unit basis, the
Town reserves the right to purchase one or more units. The Town Board reserves the
right to reject any or all bids, or to contact with other than the lower bidder, as provided
by law, or to write new proposals. Bids being submitted by mail should be mailed to the
Town Clerk of Wappinger, P.O. Box 324, Wappingers Falls, N.Y. 12590.
By Order of the Town Board
Elaine H. Snowden
Town Clerk
Dated: April 21, 1999
r:\ rn @ ~ U Wi rn "r51
, D J r------~~ '-, f, t,
'rJ' APR 221999
I
-,
""''''''''.'',... ...'.....,'."..........."'"....1
! ....);..' ~,~,
Bid Specifications for i y I::>" \~U ~\~ ~~ 1\~'L
SPECIFICATION AND QUESTIONNAIRE FOR:
4 CUBIC YARD LOADER
\-0 P\ C e..R 0 R i..cp~ ~ l VtnJ .,..
4W
The following specifications describe the minimum requirements for a rubber tire wheel loader. The
equipment bid shall be new, manufactured the same year or succeeding year of bid. of current design and
production model and available to the commercial market. Any additions. deletions or variations from the
following speCifications must be noted or the bid will be rejected. Standard Items appearing in the
manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise
noted. One copy of the manufacturers published specification shall be included with the bid.
The following information will help design a governmental or public utility bid requirement for a 4 cubic yard
wheel loader.
1. GENERAL:
The wheel loader shall be regular production model for which published specifications are available.
Machine modifications to meet the operational requirements of this specification shall be limited to the
manufacturers published standard and optional equipment.
All operating specifications are based on current SAE standards and shall be the basis for determining
compliance with specified requirements.
The wheel loader shall have a 185 net horsepower diesel engine and 4 cubic yard capacity bucket with a bolt-
on cutting edge.
The wheel loader shall have a minimum operating weight of 38,000 pounds.
The wheel loader shall meet all OSHA and EPA requirements in effect on the date of bid opening and shall be
furnished with lead free paint.
2. Engine:
The wheel loader shall have a 6-cylinder turbo-charged diesel engine with a minimum 185 net horsepower. t..,l,l
The engine shall provide a minimum SAE net torque rating of 570 ft. Ibs. at 1400 rpm's. V
The engine shall also have:
-
. an internal oil cooler
. an internal water pump
. a dual stage air cleaner
. a 24 volt electrical system
. a minimum ,5!ilmp:.:It&ternator
. an automatic self adjusting belt tensioner
. vertical spin-on engine oil filter
. 250 hour engine oil change Interval
. emission approved engine
~
-------- --------------
-
~"
,
.
.
..,
.
.
.
.
.
.
~
.
.
~
,
I
~
~
3. Fully Synchronized Transmission:
The whee/loader power train snail consist of a torque converter drive with a full powershift transmission.
The transmission shall also provide:
. 4-speeds in forward
. 3 speeds in reverse
· minimum travel speed of 23 mph
· electric forward/reverse shuttle shift
· countershaft design
· clutch disconnect feature through both brake pedals
· downshift capabilities from 2nd to 1 st gear
· downshift control button located on the top of Ihe loader control lever or levers
. auloshift transmission
. downshift from 4th to 1st in auloshifl mode
· programmable to shift no higher than 2nd or 3rd gear
· programmable 10 start out in 1st or ~ gear in the Buloshift mode
4. Axles:
The wheel loader axles shall feature a heavy duty design:
The axles sha" also provide:
· limited slip differentials, front and rear
· outboard planetaries
· total rear axle oscillation of 240
5. Brakes:
The wheel loader brakes shall be a fully hydraulic multiple" disk brake
~1I81.0 provide:
· a separate system for the front and rear
· brakes operated by one of two brake pedals
· a disk parking brake located on the transmission output shaft
· a parking brake that is spring applied / hydraulically disengaged
· a parking brake that is switch operated
· a parking brake that for safety, applies when electrical power Is lost
6. Loader and LlnlaJge Features:
The whee/loader arms shall be heavy duty and in-line.
The loader arms shall al80 have:
. a lobar design
. single bucket cylinder
· dual parallel lift cylinders
. factory Installed ride control
· bucket level indicator
· return-to-dig · return-to-travel * automatic height control
---'~---'-------".--.-,.- -
--
--
-,-
. -_.._~-_..-~.-_.-..-_..- /
-....w
7. Loader Bucket
The wheel loader bucket shall be a minimum 109" wide and 4 cubic yard heaped capacity.
The bucket shall also have:
. boll-on cutting edge
. a pre-drilled edge for bolt-on teeth
. a pre-drilled edge for bolt-on teeth and individual segments
. heavy duty lifting eyes
8. Performance:
The spec wheel loader shall be a fully serviced unit that includes all standard equipment, ROPS canopy, 23.5
x 25 L2 12pr tires, 4 cubic yard bucket, factory installed counterweight, 175 pound operator and full fuel lank.
The unit will weigh a minimum of 38,000 pounds.
The wheel loader performance shall be:
Loader:
. minimum SAE breakout force of 30,400 pounds force
. minimum SAE straight tipping load of 29,100 pounds
. minimum SAE full turn 40 degree tipping load of 23.250 pounds
. minimum SAE operating load of 11,600 pounds
. minimum SAE dump clearance at full height and 45 degree dump angle of 9 feet, 3 inches
. minimum SAE dump reach at full height and 45 degree dump angle of 4 feet
. minimum hinge pin height 12 feet, 7 inches
. minimum dig depth below ground 4.4 inches
. maximum loader lowering time (empty, power down) 3.8 seconds
. maximum loader lowering time (float down) 3.8 seconds
. maximum bl./Cket dumping time (with rated bucket load) 1.6 seconds
. maximum bucket raising time 10 full height (with rated bucket load) 5.9 seconds
'.
~ Tractor dimensions:.
. minimum wheel base min. 10 feet, 6 inches
. maximum overall transport length 25 feet 2 inches
. maximum heighl to top of cab 10 feet. 11 Inches
. minimum 40 degree articulation
------ --
-~~----
-- -----
- - ~------------ ---
I
~i.'
. i I
. J
I
l
WI
I
~
I
I
l
t
~
t
.
.
.
4
4
..
4
4
4
4
,
9. Operator Environment:
The wheel loader shall have a cab.
.
The wheel loader cab shall also have:
· floor mounted accelerator
· the transmission shift lever within easy reach of the operator
· all glass surfaces free of rubber moldings
· side windows that fully open and secure to the rear of the cab
· side windows that can be secured when partially opened
· a door that opens to the rear of the cab
· front and rear windshield wipers and front and rear washers
· intermittent front wipers
· interior dome light
· 2 interior rear view mirrors
· retractable seat belt
· air suspension seat
· a single or dual servo loader control with top mounted downshift button
· a forward/reverse powershift shuttle lever mounted on the steering column
· the parking brake lever located in front of the operator
· for safety, an audible operator warning system sounds when the transmission is engaged and the parking
brake is applied
· instrumentation iocated in front of the operator
· an on/off device to control activation of return -to-dig
· an on/off device to control activation of height control
· an on/off device to control activation of float control
· an on/off device to control activation of return -to-travel
· an on/off device to control activation of ride control
· ride control that de-activates when dumping or curling the bucket and re-activates when bringing the bucket
back to a return-to-dig or return-to-travel position
10. Servlceablli.,
The wheel loader shall be serviceable from ground level.
The wheel loader service shall also include:
· all vertically mounted filters
· remote grease fiUing for oscillation joint
· double tapered bearings in the articulation joint
· articulation joint grease interval of 1,000 hours
· minimum 71 gallon fuel tank
· minimum 23 gallon hydraulic oil tank
· sight gauge for hydraUlic aI/level
· sight gauge for transmission level
· all lube paints at ground level
11. W8l'111nty:
The wheel loader shall have the following:
aN t..
· the engine shall have a warranty of..... years or 2,000 hours
· the power train shall have a warranty of 12 months, unlimited hours
~
,
- --- ---.------ ---------- --~
--'~'-' --.-.--..-----.---.----..---....-. - _u__u
hl3J23!l9S9 10:23
9142980524
TOWN OF WAPPINGER
PAGE 01
TOWN OF WAPPINGER
SUPERINTENDENT
GRAHAM FOSTER
o~ ~~PPIJ\.:
7 ~~., ~'~"'. ";"~.. '
.~.. ^"~
" 0 I ,,\
. L- i \.
'r-I . I>
I' . ~i__~~ ,
'0\ i~ I~
'C,'~' .\.
~, .',,-
C'~ '. . . ~~ .
("Ss cO
(914) 297-9451
SUPERINTENDENT OF HIGHWAYS
P.O. BOX 324
WAPPINGERS FALLS, N.Y. '2590
FAX #:
(914) 298-0524
DATE;
TO:
FROM:
NO. OF PAGES (including cover sheet):
COMMENTS:
\03/23/1999 10:23
9142980524
TOWN OF WAPPINGER
PAGE 132
ADDENDUM
4 YJ\RD WHEEL LOADER
Trade in of a 1973 - 950 Cat Wheel Loader Serial #8lJ5411
ill . ..'.:"
/I,.,. '.
i..~~;;. ~k'..;.,,~~
!"'\I":":'~"
,~f'~~':. ..
",~,~"',"""'" ....
:; ~",;~l:.< i'. ,:~'~::-::'~~' .:.
....I~.. '~'.'
:.~:';::'~: . . HoN-=O~f BIDDING e=IPICATION . .
;:~1..\.v~~~::..:,. '. . ~he bidder cert.tf~es that: (a). the 1?id has been uF.ived
~.':!:"~\:~~ at by.the bid4er indapeJ,1dently and has b..en submitt~d.wlthout
:....~~r:.;:::.:..;"c;:ollU8~on wi~ any other vendor of mater\als, supplJ.es pr
'. .:~#~;~..;,;:: equipment of the 'type desoribed in the invitation for bids,
.::.~:.'.'. '.. aDd (b) the oontents of.. the bid .have not .been communioated
~\i,. ~<: ...by. 'the bidc1~., nor, to 'the best of his ~ow1edge and belief,
. ':by..'any of 'his' employees; or agents, to any person not an employ 3
or agent of the bidder ~o its surety on any bond furnished
herewith prior to the official..opening of the bid.
: The signature of ~e c9ntractor to this bid shall ~e
:': . 'deemeCl a speoific subscjt'ipt,ion to the ce;r:tificate requifed
. 'pUrsuant to 'Seotion'139jd of the state F~nance Law and ~he
. contractor affirms that: the statements therein containe~ are
true under the penalty 9f perjury. i
I
"
-:;',
1
, .
Dated ::
May 4
1999
I ~~a' / - ~ J,
BY:: /~
Ca . ravata. /' .
Branch Manaqer-Beacan
TITLE
..
-.. ._~~~..
c'
Ii
.t
'~'.
"
;"
.ti
:!!t
.J
~r
.;-
....j
~.
~ .- ~ ~
STATEMENT i 1
The unde~s1gn8d ~ep~e8ents that p~.uant to Sections
103-a and l03.b of the General MuniOipal Law ot the State
of New Yoxt, no p.r.an'r.fe~red to in the attached proposal
; who i8a bidder or who is or was a member, partner, director
or offiqe~ of the biddi.n9 firm or entity under this proppsal
has refused to. sign a waiver of immunity or to answer any .
revelant questions relating to any transaction or contract
~ with ~e State of New. York, any poli~ical subdivision thereof,
o~any\ pUblic autho~~ty, during the period of five years
prior t.o t.h~ date .~e.;,eof. The undersi9ned agrees that any
.contraot awarded as a ~e8ult of this bid may be cancelled
without pe~alty 'upon the grounds set forth in Sections
103-a and 103-b:of. the said General Munioipal Law. The
name. and addre.ses of al~ persons and parties int.erested
in the foregoing bid are ..e fOl2Jr ~
STATEMENT . 2
By ~ubmi8sion.of this bid, each bidder and each person
signing on behalf of any bidder certifiestand in the case
of a joint bid each party thereto certifies as to its own
organization, under penalty of ~erjury, that to the best
of knowledge and belief: (1) the prices in this bid have
been arrived. at independently without collusion, conSUltation,
communioation or agreement, for the purpose of restricting
competition as to any matter relating to such prices with
any other bidder Qr with any'competitor; (2) unless otherwise
required'by Law, the pric~8 which have been quoted in this
bid have not been.knowin9'~y 'disclose~ QY the bidder and .
will. not knowingly 'be dis~lo8ed by the bi~er prior to the.
openIng, direotly Or indirectly, to any bidder or to any
competitor, and (3) no attempt has been made or will be
made by the bidder to induce any other person, partnerShip
or corporation to submit or not submit a bid for the purpose
of restrioting oompetition.
BY:
(1a;t<..~~
.
~ t ., '"
BIDDING FORM
EQUIPMENT
John Deere 4WD Loader Model 644H
NAME OF BIDDER
K.C. CanarY-Clifton Park. Inc.
AJ)DRESS: 580 Fishkill Avenue, Beacon, NY 12508
PIIONE: (914) 831-1800
AMOUNT OF BID:
(GROSS) $135,000.00
LESS TRADE (1973 CAT 950)
$17.000.00
NET BID, FOB
DELIVERED: $118 ,000 .00
OPTIONS: Air Conditioning in Cab: Add: $ 2,750.00
Signature 6t a~- ~fo
Exceptions to Specification:
John Deere Loader has net SAE h.p. 180
John Deere Loader height to top of cab 1112"
John Deere Loader overall length 2615"
RECEIVED
MAY 0 5 1999
ELAINE s
IOWN NOWDEN
CLE'R1f
I
;: "
1
,
. .
,
. I
,
l ,
'i
j
j j
. ,!
, i ':
I '
r
~-
"',
',.
BIDDING FORM
EQUIPMENT
Case 821C Loader
NAME OF BIDDER
Pine Bush Equipment Co., Inc
ADDRESS 97 Route 302, Pine Bush, NY 12566
PHONE (914) 744-2006
AMOUNT OF BID Machine with 4(four) yd Bucket
$134,486.00 Less Trade,
Plus Options.
DATE SUBMITTED
May 5, 1999
Air Conditioning
Additional Information a
Trade In / CAT 590
$6,950.00
$16,000.00
RECEIVED
HAY 0 5 1999
ELAINE s
t NOWOEN
OWN CLeRK
ADDENDUM
4 YARD WHEEL LOADER
Trade in of a 1973 - 950 Cat Wheel Loader Serial #81J5411
f
I
. I
l-OP\C E..R.. OR i.9v g..t vtJ'V'"
f
~f
f
f
f
f
Bid Specifications for 'i y IJ, \~U ~\~ t...~ "-H~t...
SPECIFICATION AND QUESTIONNAIRE FOR:
4 CUBIC YARD LOADER
The following specifications describe the minimum requirements for a rubber tire wheel loader. The
equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and
production model and available to the commercial market. Any additions, deletions or variations from the
following specifications must be noted or the bid will be rejected. Standard Items appearing in the
manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise
noted. One copy of the manufacturers published specification shall be included with the bid.
The following information will help design a governmental or public utility bid requirement for a 4 cubic yilrd
wheel loader.
1. GENERAL:
The wheel loader shall be regular production model for which publiShed specifications are available.
Machine modifications to meet the operational requirements of this specification shall be limited to the
manufacturers published standard and optional equipment.
All operating specifications are based on current SAE standards and shall be the basis for determining
compliance with specified requirements.
The wheel loader shall have a 185 net horsepower diesel engine and 4 cubic yard capacity bucket with a bolt-
on cutting edge.
The wheel loader shall have a minimum operating weight of 38,000 pounds.
The wheel loader shall meet all OSHA and EPA requirements in effect on the date of bid opening and shall be
furnished with lead free paint.
2. Engine:
The wheel loader shall have a 6-cylinder turbo-charged diesel engine with a minimum 185 net horsepower.
The engine shall provide a minimum SAE net torque rating of 570 ft.lbs. at 1400 rpm's.
The engine ahan alao have:
- .
. an internal oil cooler
. an internal water pump
. a dual stage air cleaner
. a 24 volt electrical system
. a minimum .5 :amp:.f"lIernator
. an automatic self adjusting bell tensioner
. vertical spin-on engine oil filter
. 250 hour engine oil change interval
. emission approved engine
-
~
4
4
4
4
4
4
<<
<<
4
4
4
4
4
4
<<
.
~.
<<
.
<<
<<
t
.
.
.
..,
~
~
I
I
~
~
3. Fully Synchronized Transmission:
The wheel loader power train sl1all consist of a torque converter drive with a full powershift transmission.
The transmission shall also provide:
· 4-speeds in forward
· 3 speeds in reverse
· minimum travel speed of 23 mph
· electric forward/reverse shuttle shift
· countershaft design
· clutch disconnect feature through both brake pedals
· downshift capabilities from 2nd to 1 st gear
· downshift control button located on the top of the loader control lever or levers
· autoshift transmission
· downshift from 41h to 181 in autoshift mode
· programmable 10 shift no higher than 2nd or 3rd gear
· programmable to start out in 1s1 or 2nd gear in the autoshift mode
4. Axles:
The wheel loader axles shall feature a heavy duty design:
The axles shall also provide:
· limited slip differentials, front and rear
· outboard planetaries
· tolal rear axle oscillalion of 240
5. Brakes:
The wheel loader brakes shall be a fully hydraulic multiple", disk brake
~lIatso provide:
· a separate system for the front and rear
-
11_ .
· brakes operated by one of two brake pedals
· a disk parking brake located on the transmission output shaft
· a parking brake that is spring applied / hydraulically disengaged
· a parking brake that is switch operated
· a parking brake that for safety, applies when electrical power is losl
6. -Loader and L1nQge Features:
The wheel loader arms shall be heavy duty and in-line.
The loader arms shall also have:
· a Z-bar design
· single buckel cylinder
· dual parallel 11ft cylinders
· factory installed ride conlrol
· bucket level Indicator
· return-to-dlg · return-ta-travel · automatic height control
____w_ j--
-.
7. Loader Bucket
The wheel loader bucket shall be a minimum 109" wide and 4 cubic yard heaped capacity.
The bucket shan also have:
. bolt-on cutting edge
. a pre-drilled edge for boll-on teeth
. a pre-drilled edge for bolt-on teeth and individual segments
. heavy duty lifting eyes
8. Performance:
The spec wheel loader shall be a fully serviced unit that includes all standard equipment, ROPS canopy, 23.5
x 25 L2 12pr tires, 4 cubic yard bucket, factory installed counterweight, 175 pound operator and full fuel tank.
The unit will weigh a minimum of 38,000 pounds.
The wheel loader performance shall be:
Loader:
. minimum SAE breakout force of 30,400 pounds force
. minimum SAE straight tipping load of 29,100 pounds
. minimum SAE full turn 40 degree tipping load of 23,250 pounds
. minimum SAE operating load of 11,600 pounds
. minimum SAE dump clearance at full height and 45 degree dump angle of 9 feet, 3 inches
. minimum SAE dump reach at full height and 45 degree dump angle of 4 feet
. minimum hinge pin height 12 feet, 7 inches
. minimum dig depth below ground 4.4 inches
. maximum loader lowering time (empty, power down) 3.8 seconds
. maximum loader lowering time (float down) 3.8 seconds
. maximum b4(:ket dumping time (with rated bucket load) 1.6 seconds
. maximum bucket raising time to full height (with rated bucket load) 5.9 seconds
...
, Tractor dimensions: *
. minimum wheel base min. 10 feet, 6 inches
. maximum overall transport length 25 feet, inches
. maximum height to top of cab 10 feet, 11 inches
. minimum 40 degree articulation
4
4
.
t
~jt
.
t
<<
t
4
4
4
4
.
4
4
4
4
t
4
4
_4
4
t
4
4
4
t
t
41
fI
.
.
..
..
..
.
.
..
I
I
I
.
-.
Wr
9. Operator Environment
The wheel loader shalf have a cab.
.
The wheel loader cab shall also have:
· floor mounted accelerator
· the transmission shift lever within easy reach of the operator
· all glass surfaces free of rubber moldings
· side windows that fully open and secure to the rear of the cab
· side windows that can be secured when partially opened
· a door that opens to the rear of the cab
· front and rear windshield wipers and front and rear washers
· intermittent front wipers
· interior dome light
· 2 interior rear view mirrors
· retractable seat belt
· air suspension seat
· a single or dual servo loader control with top mounted downshift bullon
· a forward/reverse powershift shuttle lever mounted on the steering column
· the parking brake lever located in front of the operator
· for safety, an audible operator warning system Sounds when the transmission is engaged and the parking
brake is applied
· instrumentation located in front of the operator
· an on/off device to control activation of return -to-dig
· an on/off device to control activation of height control
· an on/off device to control activation of float control
· an on/off device to control activation of return -to-travel
· an on/off device to control activation of ride control
· ride control that de-activates when dumping or curling the bucket and re-activates when bringing the bucket
back to a return-tO-dig or return-to-travel position
10. Serviceability
The wheel loader shall be serviceable from ground level.
The wheel loader service shall also include:
· al/ vertically mounted filters
· remote grease fitting for oscillation joint
· double tapered bearings in the articulation joint
· articulation joint grease interval of 1,000 hours
· minimum 71 gallon fuel tank
· minimum 23 gallon hydraUlic oil tank
· sight gauge for hydraUlic oil level
· sight gauge for transmission level
· al/ lube points at ground level
j 1. Warranty:
The wheel loader shall have the following:
ON t-
· the engine shall have a warranty of.... years or 2,000 hours
· the power train shall have a warranty of 12 months, unlimited hours
. "'---"-~--"-'-"- -.-._- - . -___.._...a_...____.__._..__..___.
';;,- .t. ...
;;r~', .",..
.-t.i'.i .' 7,..
;I~ ',',;"< ::j:;~>:,
. " ~ . ,. '({ J ... ~ , ..
~;d:' :'.:?;f",:'~~,-.
A
, :1:~":. :...:..~~ ,," .
....~;.'''..,..,
:';. ;~!./:; ::~l:>:,~~
I~:':!;:i~:~':':'.<" . '.
.''-r,::;' NON-COLLUSJiw BIDDING CER~IFlCA~ION
.:;~~,'.:. . :
~" .... : ,
,:~,,~(; ;, . !rbe b14der ouUf.l:"s that. (8), the /il,id 1ias been a.tived
','~~'::;~ .t by ,the bi~ 1ndap~enUy and has bljen submitted. without
..:~ri:":'.','oo1lU8ion wij:h any other vendor of mater~als, supplies pr
;.:~#~,:;.,;..~;. equipllaDt of 'the type desoribed in' the invitation for b;Lds,
,,""-:';':. ,aDd (b) the oontents of the bid .have not been communicated
V~>." ,by 'the bidder. nor, to the best of his ~wledge and belief,
' '. :by...any of 'his employees; or agents, to any person not an employ :t
or agent of the bidder ~o its surety on any bond furnished
herewith prior to 'the officiaL..opening of the bid.
;'
~!.
i
. .
~he signature of tpe c9ntractor to this bid shall ~e
deeme4 a specifio subsc~ip~ion to the certificate requited
pursuant to 'Sec~ion'139~d of the State Finance Law and ~he
contractor affir.ma that: the statements therein containe~ are
true .under the penalty pf perjury. :
I
Dated:: May 5
99
:
BY: i
Vice
'1'I'l'LE
..
. . ._-~~
. .1
.,
''':,',
:"
il
'!ii.
~.~
't-
'.;~:
,'j
l
.-
.
S1'A1'~NT . 1
~he undersigned represents that pursuant to Sections
103-a and 103.b of the General Municipal Law of the State
of .ew Y~k, no persan'referred to in the attached proposal
,Who isa bidder or who is or was a member, partner, director
or Offiqer of the bidding firm or entity under this proppsal
has refused to sign a waiver of immunity or to answer any
reV8lant questions relating to any transaction or contract
~ with ~ State of .eW,Y~k, any poli~ical SUbdivision thereof,
o~ any' PUblic auth~r~ty, during the periOd of five years
prior to ~ date .here..f. ~he undersigned agrees that any
contract aWarded as a resUlt of this bid may be cancelled
without pell8lty 'upOn the I/rounds set forth in Sections
103-a and 103-b: of. the said General Municipal Law. ~he
names and addresses of alk persons ana parties interested
in the foregoing bid are as follows:
Pine Bush ~quipment Co., Inc
97.,Route 302
Pin~ Bush, NY 12566
STATEMENT , 2
By ~ubmi8sion,of this bid, each bidder and each person
Signing on behalf of any bidder certifies"and in the case
of a jOint bid each party thereto certifies as to its own
organization, under penalty of ~erjury, that to the best
of knowledge and belief: (1) the prices in this bid have
been arrived at independently without collusion, consultaticn,
communication or agreement, for the purpose of restricting
Competition... to any matter relating to SUCh prices with,
any other bi~der Qr with any 'competitor; (2) unless otherw1se
reqUired-by Law, tne pric~s which have been quoted in this
bid have not been. knowingly disclosed QY the bidder and
will. not knowingly ,be di8~losed by the bi4aer prior to the.
openIng, directly or indirectly, to any bidder or to any
competitor, and (3) no attempt has been made or will be
made by the bidder to induce any other person, partnerShip
or corporation to submit or not submit d for the purpose
of restricting competition.
......
,-." ,_._,_.~,_._-,-_._..--. "-". .--_.._-_.--
SPECIFICATION AND QUESTIONNAIRE FOR:
4 CUBIC YARD LOADER
\-0 I1D ~~ I:) ~ ~9u ~ ll.lt.nJ 'T'
~
Bid Specifications for i y D. \~U ~\~ c..~ l\~t...
The following specifications describe the minimum requirements for a rubber tire wheel loader. The
equipment bid shall be new, manufactured the same year or succeeding year of bid, of current design and
production model and available to the commercial market. Any additions, deletions or variations from the
following specifications must be noted or the bid will be rejected. Standard items appearing in the
manufacturers published specifications furnished by the bidder shall be included in the bid unless otherwise
noted. One copy of the manufacturers published specification shall be included with the bid.
The following information will help design a governmental or public utility bid requirement for a 4 cubic yard
wheel loader.
1.. GENERAL:
The wheel loader shall be regular production model for which published specifications are available.
Machine modifications to meet the operational requirements of this specification shall be limited to the
manufacturers published standard and optional equipment.
All operating specifications are based on current SAE standards and shall be the basis for determining
compliance with specified requirements.
The wheel loader shall have a 185 net horsepower diesel engine and 4 cubic yard capacity bucket with a bolt-
on cutting edge.
The wheel loader shall have a minimum operating weight of 38,000 pounds.
The wheel loader shall meet all OSHA and EPA requirements in effect on the date of bid opening and shall be
furnished with lead free paint.
2. Engine:
The wheel loader shall have a 6-cylinder turbo-charged diesel engine with a minimum 185 net horsepower. "all,l
The engine shall provide a minimum SAE net torque rating of 570 ft. Ibs. at 1400 rpm's. V
The engine shall also have:
~
. ,.... . "" ~
. an internal oil cooler
. an internal water pump
. a dual stage air cleaner
. a 24 volt electrical system
. a minimum 5!amp:"~lternator
. an automatic self adjusting belt tensioner
. vertical spin-on engine oil filter
. 250 hour engine oil change interval
. emission approved engine
~
_____ .._.._.._........._n_.__.._ .._-~,--------
--"
-
.
t.
t :
,.
t,.,
.
.
.
.
~
.
.
~
~
~
I
I
w
~
3. Fully Synchronized Transmission:
The wheel loader power train spall consist of a torque converter drive with a full powershlft transmission.
The transmission shall also provide:
· 4-speeds in forward
· 3 speeds in reverse
· minimum travel speed of 23 mph
· electric forward/reverse shuttle shift
· countershaft design
· clutch disconnect feature through both brake pedals
· downshift capabilities from 2nd to 1 st gear
· downshift control button located on the top of the loader control lever or levers
· autoshift transmission
· downshift from 4th to 1 sl in autoshlft mode
· programmable to shift no higher than 2nd or ard gear
· programmable to start out in 1s1 or ~ gear in the autoshift mode
4. Axles:
The wheel loader axles shall feature a heavy duty design:
The axfes shall al80 provide:
· limited slip differentials, front and rear
· outboard planetaries
· total rear axle oscillation of 240
5. Brakes:
The wheel loader brakes shall be a fully hydraulic multiple" disk brake
~II also provide:
· a separate system for the front and rear
~
~-
· brakes operated by one of two brake pedals
· a disk parking brake located on the transmission output shaft
· a parking brake that is spring applied / hydraulically disengaged
· a parking brake that is switch operated
· a parking brake that for safety, applies when electrical power is lost
6. -Loader and Llnkllge Features:
The wheel loader arms shall be heavy duty and in-line.
The 'oader arms shan al80 have:
· a Z-bar design
· single bucket cylinder
· dual parallel lift cylinders
· factory Installed ride control
· bucket level indicator
· return-to-dig · return-to-travel · automatic height control
-'--._-.-.,-'-.~-_.._------"._---- .-
. ~-"-'~-"'-----'-"--'-1---~
7. Loader Bucket
The wheel loader bucket shall be a minimum 109" wide and 4 cubic yard heaped capacity.
The bucket shall also have:
. bolt-on cutting edge
. a pre-drilled edge for bolt-on teeth
· a pre-drilled edge for boll-on teeth and individual segments
. heavy duly lifting eyes
8. Performance:
The spec wheel loader shall be a fully serviced unit that includes all standard equipment, ROPS canopy, 23.5
x 25 L2 12pr tires. 4 cubic yard bucket, factory installed counterweight, 175 pound operator and full fuel tank.
The unit will weigh a minimum of 38.000 pounds.
The wheel loader performance shall be:
Loader:
· minimum SAE breakout force of 30,400 pounds force
· minimum SAE straight tipping load of 29.100 pounds
· minimum SAE full turn 40 degree tipping load of 23.250 pounds
. minimum SAE operating load of 11.600 pounds
· minimum SAE dump clearance at full height and 45 degree dump angle of 9 feet, 3 inches
· minimum SAE dump reach at full height and 45 degree dump angle of 4 feet
. minimum hinge pin height 12 feet, 7 inches
· minimum dig depth below ground 4.4 inches
· maximum loader lowering time (empty. power down) 3.8 seconds
· maximum loader lowering time (float down) 3.8 seconds
, · maximum bl/Cket dumping time (with rated buckelload) 1.6 seconds
· maximum bucket raising time to full height (with rated bucket load) 5.9 seconds
'.
iI. Tractor dimensions:.
. minimum wheel base min. 10 feet, 6 inches
· maximum overall transport length 25 feet 2 inches
· maximum height to top of cab 10 feet. 11 inches
· minimum 40 degree articulation
----'---"-"- '----~- ----.-
I
~",
".';. I
'J
l
_I
I
I
~
~
f
f
4
f
f
.
.d
4
4
4
4
~
w
9. Operator Environment:
The wheel loader shall have a cab.
The wheel loader cab shall also have:
· noor mounted accelerator
· the transmission shift lever within easy reach of the operator
· all glass surfaces free of rubber moldings
· side windows that fully open and secure to the rear of the cab
· side windows that can be secured when partially opened
· a door that opens to the rear of the cab
· front and rear windshield wipers and front and rear washers
· intermittent front wipers
· interior dome light
· 2 interior rear view mirrors
· retractable seat belt
· air suspension seat
· a single or dual servo loader control with top mounted downshift button
· a forward/reverse powershift shuttle lever mounted on the steering colUmn
· the parking brake lever located in front of the operator
· for safety, an audible operator warning system sounds when the transmission is engaged and the parking
brake is applied
· instrumentation iocated in front of the operator
· an on/off device to control activation of return -to-dig
· an on/off device to control activation of height control
· an on/off device to control activation of float control
· an on/off device to control actiVation of return -to-travel
· an on/off device to control activation of ride control
· ride control that de-activates when dumping or curling the bucket and re-actlvates when bringing the bucket
back to a return-la-dig or return-to-travel position
10. ServJceabllfCy
The wheel loader shall be serviceable from ground level.
The wheel loader service shaftalao include:
· all vertically mounted filters
· remote grease fitting for oscillation jOint
· double tapered bearings in the articulation joint
· articulation joint grease interval of 1,000 hours
· minimum 71 gallon fuel tank
· minimum 23 gallon hydraulic oil tank
· sight gauge tor hydraulic 01/ level
· sight gauge tor transmission level
· all lube paints at ground level
11. Warranty:
The wheel loader shall have the following:
Q"'t...
· the engine shall have a warranty of... years or 2,000 hours
· the power train shall have a warranty of 12 months, unlimited hours
,
----- --.----------
----- ~--.-
--~- - --------- -- -- -
- -'--- ~-~--
.~
BIDDING FORM
EQUIPMENT One (1) New Model 456B ZX JCB Loader**
NAME OF BIDDER Ralph C. Herman Co., Inc.
ADDRESS
Route 9-W Marlboro, New York
12542 .
PHONE
(914) 236-3000
AMOUNT OF BID Bid Price $139,799.00 Less $25,000.00 Trade NET BID
, I $114,799.00
.;. ~
I
I
1'10.0
~ :
I '
f I
. I
I
. I
.,
" i
.of
I '
.,
,
,
~
II
o ,
. ~ ::
Ii!:
DATE SUBMITTED
May 5, 1999
SIGNATURE ~~ Il~----,
Dougl s A. Lester
Executive Vice President
Our bid is for one Model 456 ZX JCB Wheel Loader, with 4 yard G.P.
bucket and holt-on cutting edge; automatic powershift transmission;
limited slip axles; load suspension system; enclosed cab with
heater and A/C; air-suspension seat; 23.5 X 25 12 Ply L2 tires;
interior mirrors; worklights and turn signals.
RECEIVED
MAY 0 5 1999
ELAINE SNOWDEN
TOWN CLI:'RI<'
, .
S'l'A'l'~NT i 1
~he undersigned represents that pursuant to Sections
103-& and 103.b of the General Munioipal Law of the State
of New Yo~~, no person 'referred to in the attached proposal
. who is.& bidder or who is or was a member, partner, director
'or offi~er of the bidding firm or entity under this proppsal
has refused to sign a waiver of immunity or to answer any
revelant questions relating to any transaction o~ contract
~ with tpe State of New. York, any POlibical subdivision thereof,
O~any' pUblic auth~r~ty, during the periOd of five years
prior to the date .qeJ:eQf. The undersigned agrees that any
.oontract awarded as a r:esult of this bid may be cancelled
without penaltY'upon the grounds set forth in Sections
103-a and 103-b:of. the said General Municipal Law. The
names and addresses of alk persons and parties interested
in the foregoing bid are as follows: .
Ralph C. Herman Co., Inc.
Route 9-W
Marl~Qro, New York 12542
STATEMENT i 2
By submission. of this bid, each bidder and each person
signing on behalf of any bidder certifies,. and in the case
of a joint bid each party thereto certifies as to its own
organization, under penalty of ~erjury, that to the best
of knowledge and belief: (1) the prices in this bid have
been arrived. at independently without COllusion, conSUltation,
communication or agreement, for the purpose of restricting
competition as to any matter relating to such prices with
any other bi~der or with any'oompetitor; (2) unless otherwise
required'by Law, the pric~s which have been quoted in this
bid have not been. knowing~y 'disclosed QY the bidder and
will. not knowingly'be displosed by the bidaer prior to the.
openIng, directly or indirectly, to any bidder or to any
competitor; and (3) no attempt has been made or will be
made by the bidder to induce any other person, partnerShip
~ or corporation to submit or not submit a bid for the purpose
of restricting competition.
BY, ~~.11 zk--/~
Doug as A. Lester
Executive Vice President
. 'J~_~ .- .:'
. '1;.,.,....
I,:';j~i;,t
'tt::,:: . ..
....m-..t.......u
:;f~::';r;::~
. ~ ." fa:~. :.
,,Ji'
'~':,..'. ,."
.~". r ~': :
. 'i~:':... . :',.. . . i '.;
;~1..\.~,~~~:;;. '. . The bidder cert1f;es that: (a), the 1?id has been arFived
>.:~t.<.~:~; at by.the bidder indepe~dently and has b~,en submitted, without
:..'~.?\~y.,;':,::,:,::,'c;:ollus~on wi~ any other vendor of mate~~al:s, supplies pt-
',:~~;(;;..:.;:: equipment of the .type described in the J.nvitation for bids,
".:.i\i.... ',. and (b) the contents of, the bid .have not .been communicated
~\;>" ~';:. '..by 'the bidd~., nor I to the best of his ~owledge and belief,
, " :by..'any of 'his' employees: or agents, to any person not an employ ~
or agent of the bidder ~o its surety on any bond furnished
herewith prior to the official...opening of the bid. '
.'
i
. .
..
. ,
NON-COLLO~~VE BIDDING CERTIFICATION
I
The signature of t~e c9ntractor to this bid shall ~e
:''', 'deemed a specific subsc;ript.ion to the certificate requi+ed
pursuant to 'Section'139id of the State F~nance Law and ~he
contractor affirms that: the statements therein containe~ are
true under the penalty 9f perjury. :
I
"
May 5
19 99
-
Dated:
:
BY: i
~"s474c ~
oug~S . ester
" -
Executive Vice President
TI'l'LE
..
. . .----
. .. .. . ....
, t,
.l';
~:
.. :0.-
1~
.':,.
.'1"':
.....,
..~ ~
~r{.
,':.'
.1,'
.'
.'!f
,;..
":j