HIGH LIFT WHEEL LOADER WITH BUCKET

Similar documents
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

CURBSIDE RECYCLING TRUCK

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

Request for Proposal. Articulated Loader

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

PRE-BID ADDENDUM NUMBER 2

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

S P E C I F I C A T I O N S

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

Doosan Infracore DL220 TECHNICAL DATA

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

DL250TC TECHNICAL DATA

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

DL250 TECHNICAL DATA

NOTICE TO BIDDERS REQUEST FOR BIDS ONE (1) USED MOTOR GRADER

Invitation for Bid # Tandem Axle Dump Truck

524K WH / 544K WH. Hydraulically driven, proportionally controlled, fan aft of coolers. Engine Coolant Rating 34 deg. F ( 37 deg.

Request for Proposal Motor Grader January 26, 2015

GALLATIN PUBLIC UTILITIES

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Pressure system with spin-on filter & cooler Dual-stage dry type with safety element and evacuator valve

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

INVITATION TO BID. January 10, 2018

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Cat BACKHOE LOADER. breakout forces and aggressiveness in hard bank applications. to the operator while roading.

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

DL350 TECHNICAL DATA

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

TENDER HALF TON PICKUP TRUCK, 4x4

CITY OF MARSHALL, MINNESOTA

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

428E Backhoe Loader. Engine Cat 3054C* C4.4** Steering. Brakes. Axles

CITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

INVITATION TO BID (ITB)

PART A TENDER SUBMISSION

Invitation to Tender. District of Taylor MOTOR GRADER

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

Request for Proposal Used Motor Grader May 12, 2017

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

1021F/XR. Transmission: 4F/ 3R Proportional w/ Electronic Control Module torque sensing autoshift /manual shift and modulation

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

ENGINE HYDRAULIC SYSTEM. TRANSMISSION 5 speed T/M 4 speed T/M Travel speed STEERING SYSTEM AXLES SERVICE REFILL CAPACITIES OVERVIEW CAB TIRES SOUND

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH ONE (1) NEW 40 TON LANDFILL COMPACTOR

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Request for Proposal. Landfill Compactor

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

521F/XT/XR ARTICULATED

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

CITY OF CORALVILLE th Street, Coralville, IA

WHEEL LOADER 938H WHEEL LOADER 938H. Power Generation - Bulk Materials Standards I. GENERAL: DESCRIPTIONS FOR CATERPILLAR MODEL 938H WHEEL LOADER:

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

INVITATION TO BID (ITB)

1021F. NOTE: Gross horsepower and torque per SAE J1995. Net horsepower and torque per SAE J1349.

ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX180LC kw (121 hp)

Engine 310SK 310SK TC John Deere PowerTech E 4045HT063 turbocharged,

ARTICULATING WHEEL LOADER PRICE SCHEDULE (Typed responses required)

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

REQUEST FOR QUOTATION

ARTICULATING WHEEL LOADER PRICE SCHEDULE (Typed responses required)

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Request For Quotations Fleet Vehicle

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

Town of South Windsor, Connecticut. Police Department

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

2018 Golf Cart Lease Sunset Valley Golf Club

BACKHOE PRICING INFO

City of Lewiston Finance Department Allen Ward, Purchasing Agent

Transcription:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HIGH LIFT WHEEL LOADER WITH BUCKET SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014

City of Mt. Pleasant, Michigan T A B L E O F C O N T E N T S HIGH LIFT WHEEL LOADER WITH BUCKET Bidding Information Notice to Bidders Instructions to Bidders Contract Documents Proposal Specifications -i-

THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2447 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin 48858-4682 (989) 779-5400 (989) 772-6250 fax N O T I C E T O B I D D E R S HIGH LIFT WHEEL LOADER WITH BUCKET The City of Mt. Pleasant, Michigan, is requesting sealed bids at the Office of the City Clerk, City Hall, 320 West Broadway Street, Mt. Pleasant, Michigan 48858, until 1:30 p.m. (local time), on Tuesday, September 16, 2014, at which time and place the bids will be publicly opened and read. All bids shall be submitted in a sealed envelope, plainly marked "HIGH LIFT WHEEL LOADER WITH BUCKET September 16, 2014". Bidders must include manufacturer s specifications and the City s specifications sheets, indicating ability to comply, with the bid proposal. Proposals are solicited on a lump sum basis, for the following: High Lift Wheel Loader with Bucket No bid deposit or bond is required with this bid. To view and download the complete bid documents and specifications at no charge, visit the City of Mt. Pleasant website at www.mt-pleasant.org and navigate to the Bids and Quotes page. The City of Mt. Pleasant reserves the right to accept or reject any or all bids, to waive any irregularities in the bids, and to select the bid considered most advantageous to the city. Robert Murphy Street Department Superintendent (989) 779-5409 Jeremy Howard City Clerk Website: www.mt-pleasant.org Michigan Relay Center for Speech & Hearing Impaired: 1-800-649-3777

City of Mt. Pleasant, Michigan I N S T R U C T I O N S T O B I D D E R S FOR MATERIALS 1. Proposals Proposals must be made upon the forms provided, therefore, with the Bid amount both written and shown in figures, and all other data required submitted. The Proposal, bound together with all Proposal Documents, must be enclosed in a sealed envelope marked as specified in the Notice to Bidders for such Bid and clearly indicating the name and address of the Bidder and must be received by the City Clerk, City Hall, 320 West Broadway Street, Mt. Pleasant, Michigan 48858, no later than the time and date specified in the Notice to Bidders. At such specified time, Proposals shall be publicly opened and read aloud. 2. Basis of Proposals Proposals are solicited on the basis of unit price(s) and/or lump sum(s), as specified on the Proposal form. The City of Mt. Pleasant, (also referred to as "Owner"), reserves the right to accept any Bid, to reject any or all Bids, and to waive any irregularities in the Bids, and to select the Bid considered most advantageous to the city. 3. Comparison of Bids In comparing Bids, consideration shall be given to the time proposed for completion of the Contract, qualifications of Bidder, price differentials, alternate Proposals for the alternate items listed in the Proposal (if applicable), and any other pertinent factors. The City of Mt. Pleasant grants a preference to businesses located within the Mt. Pleasant City Limits. The preference given is a differential above the low bid if the low bid is not from a City of Mt. Pleasant bidder. The differential allowed is 3% of the total for bids between $5,000 and $9,999 and 2% of the total for bids over $10,000. The maximum credit allowed is $1500.00. The Owner reserves the right to make an award to the Bidder whose Proposal is deemed to be in the best interest of the Owner. 4. Time Time is of the essence in the performance of the Contract, and each Bidder, by submitting a Proposal, certifies his/her acceptance of the time allowed by the Contract for the completion of the work specified. 5. Indemnification The Contractor shall save and hold harmless the city and its employees from and against all claims, damages, losses, or expenses, including attorney s fees, arising out of or resulting from the performance of the work; provided that any such claim, damage, loss or expense is caused in whole or in part by any negligent or willful act of omission of the

contractor, subcontractor, employee, or anyone under their direction. The Contractor shall at his/her own expense, defend any and all such actions and shall pay all attorney s fees, costs, and expenses pertaining thereto. 6. Interpretation of Documents If any Bidder is in doubt as to the true meaning of any part of the Plans, Specifications or any Contract Document, he/she may submit to the Owner a written request for an interpretation thereof. Any interpretation made in response to such query shall be made only by Addendum, duly issued, and a copy of such Addendum shall be mailed or duly delivered to each prospective Bidder. The Owner shall not be responsible for any other explanation or interpretation of the Contract Documents. 7. Execution of Bid Proposal A Bid Proposal which is not signed by the individual making it should have attached thereto a Power of Attorney evidencing authority to sign the Bid Proposal in the name of the person for whom it is signed. A Bid Proposal, which is signed by a partnership, shall be signed by all of the partners or by an Attorney-in-Fact. If signed by an Attorney-in-Fact, there should be attached to the Bid, a Power of Attorney evidencing authority to sign the Bid Proposal in the name of the partnership and such Power of Attorney shall be signed by all partners of the partnership. A Bid Proposal, which is signed for a corporation should have the correct corporate name thereof and the signature of the President, or other authorized officer(s) of the corporation, manually written below the corporate name and on the line indicating "By:." If such Bid Proposal is manually signed by an officer other than the president of the corporation, a certified copy of the Resolution of the Board of Directors evidencing the authority of such officer(s) to sign the Bid Proposal should be attached thereto. Such Bid Proposal should also bear the attested signature of the Secretary of the corporation and an impression of the corporate seal. 8. Delivery The successful Bidder shall deliver equipment and/or materials as specified to the City of Mt. Pleasant, Division of Public Works, 1303 N. Franklin Street, Mt. Pleasant, Michigan, 48858, or as specified in the proposal. The proposal amount should include delivery F.O.B. Mt. Pleasant. All equipment, literature, manuals, warranty papers, and any other items listed in the specifications of the equipment or materials, must be delivered before payment in accordance with this contract. March 23, 2012

City of Mt. Pleasant, Michigan HIGH LIFT WHEEL LOADER WITH BUCKET PROPOSAL TO: Office of the City Clerk BID DATE: September 16, 2014 City Hall TIME: 1:30 p.m. 320 West Broadway St. Mt. Pleasant, MI 48858 In accordance with the specifications and other bid requirements heretofore provided, the undersigned agrees to provide the below listed bid items at the price(s) set forth below. This is a firm bid and not subject to withdrawal or change for a period of sixty (60) days. Please include the specifications sheets with this Proposal. BID ITEM QTY UNIT PRICE High Lift Wheel Loader with bucket, per bid specifications 1 EA $ TOTAL BID $ (figures) (Written) and /100 Dollars. Estimated delivery date to City of Mt. Pleasant: Respectfully Submitted, COMPANY: DATE ADDRESS : CITY STATE ZIP+4 TELEPHONE FAX AUTHORIZED SIGNATURE PRINT OR TYPE NAME & TITLE EMAIL

City of Mt. Pleasant Michigan HIGH LIFT WHEEL LOADER WITH BUCKET GENERAL Explanations for non-compliance must be provided on a separate sheet and included with the bid proposal. Questions regarding the specifications may be directed to Robert Murphy, Street Department Superintendent, at (989) 779-5409 or 779-5401, or via email to bmurphy@mtpleasant.org. Warranty: The manufacturer s warranty for the complete unit shall be submitted in writing with the bid. The warranty shall provide for the replacement of all defective parts during the warranty period. Such replacement shall be performed at no cost to the City. Penalty: The delivery date shall be agreed upon by both the Bidder and the City of Mt. Pleasant. The bidder shall compensate the City of Mt. Pleasant for any delay in delivery, at $100 / day for each calendar day the contracted delivery date is exceeded.

SPECIFICATIONS The City of Mt. Pleasant is accepting bids for the purchase of a new, current production model, high lift wheel loader with bucket. The unit shall be delivered F.O.B. to the City's Division of Public Works building, located at 1303 North Franklin Street, Mt. Pleasant. All advertisements and logos shall be removed before payment will be authorized. Bidders are required to complete this section of the bid by indicating in the provided space if the unit complies with the listed specifications. If product is not the type or model specified, indicate the make and model you are quoting. The equivalence of various models will be determined by the City of Mt. Pleasant. Bidders must clearly describe all deviations from these specifications, in writing, on a separate sheet. Failure to indicate deviations may be considered grounds for disqualifying a bid. Please include these sheets with your completed Proposal. Failure to do so will deem the proposal incomplete and will not be considered. The City reserves the right to declare as non-responsive, and reject any incomplete bid if information requested is not furnished, or where indirect or incomplete answers or information is provided. Alterations to the written requirements will negate any response. MEETS OR EXCEEDS SPECIFICATIONS YES NO Front tires shall be covered with full front and rear fenders Counterweight shall be built-in Drawbar with a locking pin Articulation locking bar (conforms to SAE J276) The loader shall have a vandal protection package that includes a lockable engine enclosure and fuel fill The loader shall be equipped with hydraulically operated Z-bar attachment (JRB 416) coupler The loader shall be equipped with a quick coupler (JRB 416) 3.0 cyd struck 3.5 cyd heaped general purpose 106" wide bucket with reversible bolt-on cutting edge. The loader shall be delivered with two spare cutting edges to match the bucket. The loader shall have factory installed Ride Control System The loader shall have reinforced articulation joints with double tapered roller bearings The loader fuel tank capacity shall be 86 gallons minimum The loader operating weight with standard equipment, 20.5R25 radial tires, ROPS cab, 3.5 cyd general purpose bucket with bolt on edge, 175 lb operator and full fuel tank shall be 32,290 lbs minimum The loader bucket breakout force shall be 21,625 lbs minimum with manufacturer's standard Z-Bar with pin-on 3.5 cyd pin on bucket and standard configuration The loader ground clearance shall be 15" minimum The loader shall have height to hinge pin of 13'7" minimum

MEETS OR EXCEEDS SPECIFICATIONS YES NO The loader shall have a minimum full-turn tipping load of 20,898 lbs. with standard Z-bar and GP 3.0 pin on cyd bucket at 40 The loader dump clearance at maximum lift and 45 degree dump shall be 9ft 10in minimum The loader reach at 45 degree dump shall be 7ft clearance, 5ft 10in minimum There shall be an auto lubrication system installed on the loader at every serviceable joint. The rate of lubrication shall be set prior to delivery. Two (2) five-gallon pails of manufacturer recommended grease shall be delivered with the loader The loader engine shall be a six (6) cylinder, turbocharged, charge air to air cooled diesel engine designed and built by the manufacturer The loader engine shall be certified to IT4 non-road emission standards The loader engine shall be a wet-sleeve cylinder liner design The loader engine displacement shall be 6.8 liters (414 cy in.) minimum The loader engine shall be rated a net power 167hp @ 2,100 rpm minimum The engine rated net peak power 167hp @ 2,100 rpm minimum The engine shall have a block heater The loader shall have under hood pre-screened air intake to minimize plugging The loader engine compartment shall have doors on both sides for full access to service the loader The loader shall have a heavy-duty steel fuel tank guard The minimum engine service interval for the oil and filter shall be 500 hours The loader shall have a 24-volt electrical system with 100 amp alternator The loader shall have a proportionally controlled, hydraulically driven, 90 degree-swing out fan The loader shall have no stacked coolers The loader shall have two-side access to all coolers The loader cooling system shall be isolated from the engine compartment The loader shall have an integral coolant recovery tank

MEETS OR EXCEEDS SPECIFICATIONS YES NO The engine fan shall have a protective guard The loader fluid levels shall be easily checked by sight gauges or overflow tank from one side The loader transmission shall have a torque-converter, power shift transmission with four (4) forward and three (3) reverse gears The loader transmission shall be electronically controlled, with adaptive technology with load and speed dependent shift modulation The loader shift modes shall be auto or manual, auto to 1st or 2nd, kick down or kick up/down The loader transmission clutch calibration shall be employable from the cab monitor and shall have three (3) clutch cut-off settings adjustable on the switch pad The service interval for the transmission oil filter shall be 2000 hours minimum The loader shall have joy stick mounted F-N-R and gear-select lever control The loader shall have a kick-down button on hydraulic lever The loader shall have a sight gauge for the transmission fluid from the ground level The loader transmission/brakes shall not allow the loader to roll back until the operator selects reverse The transmission filter restriction shall be displayed in the cab The loader final drives shall be heavy-duty inboard planetary type The loader shall have two brake pedals with a switch to allow the left brake pedal to switch between brake neutralizer or brake only function The service brake shall be hydraulically actuated, inboard, sun shaft mounted, pressure oil cooled, self-adjusting, single disc sealed from water, mud, and dust contamination The parking brake shall be automatic, spring applied, hydraulically released, oil cooled, multi-disc and sealed from water, mud, and dust contamination There shall be a light in the dash to alert the operator when the park brake is applied. The rear axle oscillation shall be 24 degrees minimum stop to stop The dipstick port and fill shall be above the top of the axle The front and rear axles shall be hydraulically actuated, disc clutch style, with locking differential for maximum traction when required The loader tires shall be 20.5R25 tires with multi-piece rims

MEETS OR EXCEEDS SPECIFICATIONS YES NO The hydraulic system shall be protected by a vertically mounted spin on filter, with service intervals of 4,000 hours minimum The hydraulic system shall be pressure-compensating load-sensing The hydraulic tank capacity shall be 32 gallons minimum The loader shall have an automatic return-to-dig bucket control The loader shall have an in-cab automatic adjustable boom height kick out control The loader shall have a three function joystick type control with FNR selector and an auxiliary third function control lever The loader shall have an in-cab adjustable automatic boom return to carry control The loader hydraulic reservoir shall have an oil level sight gauge The loader shall have a hydraulic system oil cooler for continuous running attachments and extreme temperatures The hydraulic system shall be powered by a closed-center pressurecompensating variable-displacement axial-piston pump system The loader shall have 24-volt with 12 volt converter, 950 CCA battery The loader shall have a solid-state electrical power distribution system using circuit board technology and solid-state switches The loader shall have a master electric disconnect switch The loader cab shall be OEM wired for strobe light The loader shall have a sealed in-cab switch module to prevent dirt, dust, and airborne debris from getting into the circuitry The loader shall have head lights, turn signals, flashers, stop and tail lights. All lights (excluding head lights) shall be LED-type mounted high up in the rear grill for protection from damage and better sight visibility, and shall have a normal service life equal to the machine The loader wiring harness shall be double jacketed with no splices or scotch locks. The harness shall be attached to the loader, keeping it safe from damage The loader shall have analog engine coolant temperature, transmission oil temperature, fuel level, hydraulic oil temperature and engine oil pressure gauges The loader shall have digital readout for the engine RPM, odometer, transmission gear indicator, speedometer and hour meter The loader shall have operator warning lights for the check engine, engine oil pressure, engine air restriction, battery voltage, transmission filter restriction, brake pressure, hydraulic oil filter, fasten seat belt, transmission fault and hydraulic oil temperature

MEETS OR EXCEEDS SPECIFICATIONS YES NO The loader cab shall have ROPS/FOPS protection and be multiplane isolation mounted for noise/vibration reduction The cab shall have continuous and unobstructed glass from roof line to floor The loader steering wheel shall be adjustable The loader shall be designed so the operator will have 3-point contact at all times The cab shall have filtered pressurized air with factory installed air conditioning, heater and defroster The cab shall have front and rear intermittent windshield wipers and washers, one (1) inside and two (2) outside rear view mirrors. The rear side windows shall open for ventilation. There shall be a front sun visor and a retractable seat belt. The cab shall have a cloth high-back air suspension seat The cab shall have a wrist rest for the joystick control The cab shall have a rubber floor mat The cab shall be equipped with a 10 amp converter with 12-volt power port The cab shall be equipped with an AM/FM radio and sound suppression headliner The loader shall have a minimum five (5) year, 7500 hour Powertrain warranty that covers the entire unit for one-year, excluding consumable items such as fuel and oils All warranties and registrations of the warranties shall be the responsibility of the successful bidder to submit to the specific manufacturer The warranty shall start when the loader is placed in service by the City of Mt. Pleasant following completion of all punch list items and full payment is released Operation and maintenance training shall be provided to the City employees at the City of Mt. Pleasant - Division of Public Works building on the date agreed to by both parties by an authorized manufacturer's representative Training shall include the operators and the mechanics in separate classes The training shall cover the successful bidder's specific equipment The operators shall be sufficiently trained to perform this equipment's daily maintenance routines and inspections The operators shall be sufficiently trained to operate this equipment to the manufacturer's recommended minimum level of safety and proficiency The maintenance training shall cover maintenance procedures and methods to a minimum acceptable level of proficiency to satisfy the equipment manufacturer's routine maintenance standards

MEETS OR EXCEEDS SPECIFICATIONS YES NO The maintenance training shall cover routine adjustments and repairs to a minimum acceptable level of proficiency of the successful manufacturer One (1) set of Operators, Repair and Parts manuals shall be provided for the mechanic upon delivery of the loader