CITY OF ROCK ISLAND S P E C I F I C A T I O N S

Similar documents
NOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

About this Manual. Hazard Notices Used in Manual

1.0 DESCRIPTION. This specification covers the system of the Portable Sign Stands, Roll-up Signs, and Flags.

DUMP BODY AND HOIST SECTION. This specification is for the furnishing of a heavy duty dump material body and hoist.

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

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

SNOW PLOW, FRAME, HYDRAULIC SYSTEM, DUMP BODY, WING, SPREADER AND PRE-WET TANK SYSTEM

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

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

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S)

TrynEx International, LLC, 531 Ajax Drive, Madison Heights, MI , POWER PLOW Snowplow

SNOWPLOWS INSTALLATION MANUAL

EZ Build Assembly and Installation

TrynEx International, LLC, 531 Ajax Drive, Madison Heights, MI SPEEDWING Snowplow

NOTICE TO BIDDERS. Bid prices shall include all set up and delivery charges to points designated by the Commission.

MOHAWK MODEL TR-110 / 30 SPECIFICATIONS HEAVY DUTY FOUR POST DRIVE-ON VEHICLE LIFT

EZ Build Assembly and Installation Lot Pro Plow with E-72 12V Hydraulic Unit

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

TrynEx International, LLC, 531 Ajax Drive, Madison Heights, MI , Regular Duty Snowplow

CHAIN & HOOKS. Proof Coil Chain Grade 28. Transport Chain Grade 70

EASY CONNECT CRANE KIT Festoon Conductor Systems

CITY OF CORALVILLE th Street, Coralville, IA

Hi-Tech specially designed components allow for fast and easy assembly.

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

V Blade Assembly...2 Power Angling Assembly...7 V plow flares. 13 Third Spring Installation..16

HENKE ALL-HYDRAULIC WING FOR JOHN DEERE GRADE PRO SERIES GRADERS

SNOWDOGG SNOWPLOW SPECS

Assembly & Installation Instructions

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

EZ Build Assembly and Installation

EZ Build Assembly and Installation

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

For more information about the lift frame, check under Lift frame section.

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Specifications for: Hi-Way Model SA-6C 304 Stainless Steel Under Tailgate Spreader Comply to. Make and Model Bid: HOPPER AUGER MECHANISM

HEAVY DUTY PARTS MANUAL

Failure to comply with any of the instructions may be cause for the County to reject that bid.

Western Products, PO Box , Milwaukee, WI PRODIGY Snowplow

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

Town of Trenton Tender Equipment Purchase Heavy Duty Single Axle Salt Truck Complete with U-Shaped Combination Dump/Spreader Body and Reversible Plow.

EZ Build Assembly and Installation

No bid will be allowed to be modified in any way after the deadline for the opening.

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

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

#2018-RFP-06. Utility Work Carts

Blade and Off-Truck Kit

Concord Road Equipment Mfg., Inc. NorEast-R. Severe Duty Combination Dump Body Spreader with Flat Floor and Integral Center Conveyor

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

Request for Proposal Snow Blower October 12, 2015

Blade and Off Truck Kit

this equipment. Does Not

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

For more information about the lift frame, check under Lift frame section.

City of Pigeon Forge Fire Department Tony L. Watson, Chief

Blade and Off-Truck Kit

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

A DIVISION OF DOUGLAS DYNAMICS, L.L.C.

Blade and Off Truck Kit

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

7600, 8000, 8600, 9000

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

POWER PLOW Snowplows

MIDWEIGHT, PRO PLOW Series 2 and POLY PRO PLOW Series 2 Snowplow

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

MAIN PRICE LIST. - B 487 Perforated Strip 2 1/2" B 488 Perforated Strip 3 1/2" B 482 Perforated Strip 4 1/2" 9 1.

MIDWEIGHT, PRO PLOW Series 2 and POLY PRO PLOW Series 2 Snowplow

Straight Blade Snowplows

SPEEDWING Snowplow. Model 8600SW Blade Crate Assembly Big Box Assembly Parts List

REQUEST FOR BID For Trucks. Bid Notice

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

PRODIGY & PRO PLUS Skid Steer Snowplows

8 1/2' and 9 1/2' HDV Snowplow

Blade and Off Truck Kit

LANDSCAPE EQUIPMENT. A full line of tools to tackle a variety of yard, garden and landscape projects

REQUEST FOR BID For Trucks. Bid Notice

Blade and Off Truck Kit

Blade and Off Truck Kit HC Series Snowplows

FRONT END LOADER BLADES

Everything You Need! Phone , Ext. 229

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

Blade and Off Truck Kit HC Series Snowplows

SNOW REMOVAL. From residential to commercial snow removal needs, Paladin is a one-stop shop for all the snow attachment essentials.

Line Body Canopy and Accessories:

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

SPECIFICATIONS FOR THE PURCHASE OF ONE (1) AUTOMATED SIDE LOADING GARBAGE REFUSE COLLECTION TRUCK BODY

About Our Blocks. Section 2. Tip!

SPEEDWING Snowplow. Model 8600SW Blade Crate Assembly Big Box Assembly Parts List

Blade and Off-Truck Kit

Blade and Off-Truck Kit

Sales Bulletin. FSB-1910 March 7, SUBJECT: 2019 NTEA Work Truck Show ISSUE: New Product Launch

MINIMUM SPECIFICATIONS FOR NEW CURRENT IN PRODUCTION SOLID WASTE TRANSFER TRAILER FOR THE SANITATION DIVISION

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

SIDEWINDER 350 INSTALLATION INSTRUCTIONS & OPERATION MANUAL NOVEMBER 2011

Transcription:

CITY OF ROCK ISLAND S P E C I F I C A T I O N S It is the intent of the City of Rock Island to receive bids on fourteen (14) snow plows. The proposed plows will be used by the Public Works Departments in the snow removal operations of the City. The proposed plows shall be the manufacturer's latest standard production model, which meet or exceed the minimum specifications. Bids will be received in two formats: A - Bid Price with Trade-in: Bidders shall provide a trade-in price for plows. B - Priced without Trade- in. The Bidder s Specification " portion of the bid specifications must be completed noting deviations, deletions, additions, options, etc. Bidders who do not comply will be subject to disqualification. Bids submitted shall be marked (April 30, 2012, 10:00 A.M. Plow Bid). Bidder's shall provide at the time the bid proposal is submitted a copy of the manufacturer's standard warranty covering each component of the unit being bid. Award of the bid will be based upon price, quality of product, and the delivery time. The delivery time quoted on the proposal form shall be firm and the City of Rock Island retains the right to cancel all orders not delivered within the quoted time allotment. Delivery of unit shall be F.O.B. City of Rock Island, Public Works Facility, Fleet Services Division, 1309 Mill Street, Rock Island, Illinois. Payment will be made within thirty (30) days of formal acceptance by the Fleet Services Director. The successful bidder shall furnish two (2) Manuals or CD s, covering: Shop Drawings, Parts manuals upon delivery. The successful bidder shall also provide a copy of the manufacturer's build ticket at the time of delivery. The successful bidder shall warrant and guarantee that the bid price will be the firm price and there will be no escalation of cost or price at time of delivery. Trade-in plows may or may not be traded in as the City deems in its best interest. Trade-in: Fourteen (14) 2002 Gledhill 11SBPRT-QCP-TE Plows. Plows will be available for inspection on Monday through Friday, from 9:00 a.m. to 2:00 p.m. at the Fleet Services Division, 1309 Mill Street, Rock Island, Illinois. For an appointment, call (309) 732-2251. The City of Rock Island, reserves the right to accept or reject any or all proposals, decide what products meet, exceed, or what is equal too, and waive any technicalities. Any questions regarding the specifications or bidding procedures should be directed to William R. Woeckener, Fleet Services Director at (309) 732-2252.

TORSION TRIP MOLDBOARD: Shall be 11 feet long, and shall have a uniform height of 42 inches at an 85 degree attack angle. Attack angle shall be adjustable from 75 to 85 degrees. Or equal. Comply...Yes No The moldboard shall be made from 10-gauge steel, and shall include an integral deflector. With the moldboard set at 85 degree attack angle, there shall be a 26 inch overhang as measured from the cutting edge to a point directly below to top leading edge. Or equal. The front top edge of the moldboard shall be reinforced by 1/2x3-1/2 in. flat steel which shall run the entire length of the moldboard. Or equal. The moldboard shall be reinforced at the bottom with a 4x4x1/2 in. angle. Or equal. This angle shall act as the mounting unit for the trip section(s), and shall have 1 in. thick mounting lugs and hinge ears for the trip sections. Or equal. Five lower hinge ears spanning 90 inches shall mount the moldboard to the reversing table assembly. Or equal. Comply...Yes No Each hinge ear shall consist of a single 1-1/2 in. thick steel casting or weldment that sandwiches each of the five 1/2 in. center ribs, and shall incorporate a 2 in. OD x 5/16 in. wall bushing x 3 in. long, creating 3 in. of bearing length per hook-up point. Or equal. Comply...Yes No The table shall be pinned to the moldboard at these five points with 1-1/4 in. C1045 pins. Or equal. 1

The moldboard shall be further reinforced with a total of seven 1/2x3 in. ribs made of A-36 plate steel and plasma cut to the proper moldboard contour. Or equal. Comply...Yes No There shall be an intermediate reinforcement of at least 4x4x3/8 in. angle between the ribs running between the second and third moldboard rib from each end. Or equal. Comply...Yes No All welding on the plow shall be continuous weld no stitch welding. TUBULAR REVERSING TABLE AND A-FRAME ASSEMBLY: The reversing table shall have at its front a 5x3/8 in. wall square tubing 90-3/4 in. in length. Rear sector tubing shall be 5x1/4 in. wall square tubing. Or equal. Comply...Yes No The pivot bushing shall be 3-1/2 in. O.D. x 1-9/16 in. I.D. heavy wall round tubing, and shall be triple pass welded (flush) top and bottom inside the 5x3/8 wall push beam. Or equal. Comply...Yes No The front push beam shall have ten ears of 1/2 in. plate to accommodate five 1-1/4 in.c1045 pins. The ears shall span 91-3/4 in. Or equal. Comply...Yes No The front push beam and the rear sector shall be welded together with 1/2x6-1/2x18 in. plate gussets at the top and bottom corners. Or equal. Comply...Yes No The cylinder hook-up points shall be of 1/2 in. plate with all cylinder holes reinforced with 2x11/32 in. wall DOM tubing of sufficient length so as not to allow more than 1/4 in. of cylinder pin to be exposed at the shear point. Or equal. Comply...Yes No 2

TUBULAR REVERSING TABLE AND A-FRAME ASSEMBLY: The table shall provide 1/2 in. plates (10 in. tall x 18 in. long single bent) with eight 3/4 in. holes to accommodate running gear. These plates shall wrap around the ends of the front push beam, and tie into the above mentioned 1/2 in. plate gussets. Or equal. Comply...Yes No The table shall also provide positive stop blocks to stop the plow at 35 deg; to relieve the stress on the cylinders. Or equal. The principal members of the A-frame shall be four main segments of 4x2x3/16 in. rectangular tubing reinforced at the rear with 5/8 in. plate bracing and additional 1/2 in. plate gussets. The configuration shall be as two A-frames, one of which rides above the table and one of which rides below the table; these two being joined in the rear by a one piece of 5/8 in. plate to form a deep C type configuration which straddles the table. Or equal. At the front, the tubing is joined together and reinforced on the top and bottom by 5/8 in. plate, which extends from the pivot point back to the reversing cylinder hook-up point and acts as an integral part of both of these points. These points are reinforced with heavy wall tubing to provide bearing surface for the pivot and cylinder bolts. Or equal. The front pivot bolt is to be of 1-1/2 in. diameter Grade 8 material and shall be placed with the bolt head at the top of the A-frame and secured at the bottom with a slotted nut and cotter pin. Or equal. Center cylinder bolt of 1-1/4 in. diameter Grade 8 material is common to both cylinders and shall be placed with the bolt head at the top of the A-frame and secured at the bottom with a slotted nut and cotter pin. Or equal. 3

TUBULAR REVERSING TABLE AND A-FRAME ASSEMBLY: Both the pivot bolt and the center cylinder bolt shall be made so that no threads are located in the maximum shear stress areas. Outside cylinder pins are of 1-1/4 in. cold-drawn C1045 steel. Or equal. The double-acting reversing cylinders will be of 4 in. effective diameter bore with a 12 in. stroke. Rod is to be 2 in. diameter and chrome plated. Cylinders will have maximum operating pressure of 2800 PSI and a bursting pressure of 7,000 PSI. Or equal. The table and a-frame shall be provided with Level Raise Lift System (LRLS) bracketry installed as standard equipment, for easy, bolt on future installation of the LRLS. Or equal. TORSION TRIP EDGE MECHANISM: The lower reinforcing angle shall have five (5) hinge ears welded along its bottom provide for attaching the trip lower trip section. The hinge ears shall be 1 inch thick. Or equal. There shall be one trip section of 4x4x1/2 in. steel angle which shall have five hinge points using ten (10) hinge ears of 3/4 in. thick steel. This angle shall be reinforced by means of 1/2x4-1/2 in. flat plate. This flat plate shall completely box the TRIP angle the full length of the moldboard in a triangular shape. This plate has arched openings at each blade bolt hole. These openings will allow an impact socket to reach the blade bolt/nut. Or equal. The trip section is held in the plowing position by four torsion-trip springs of 3/4 in. spring wire. Each trip spring is to be independently replaceable without the removal of other springs or hinge pins. The trip connecting pins are to be a minimum of 1-1/4 in. diameter. Or equal. 4

TORSION TRIP EDGE MECHANISM: Two trip-connecting posts constructed of 1x2-1/2 in. bars shall hold the moldboard in the plowing position, and shall be connected to the moldboard and table by 1-1/4 in. C1045 pins. Or equal. The trip-connecting posts shall be anchored at the moldboard horizontal braces with 1/2 in. thick ears that are welded to the intermediate horizontal brace. These ears shall provide for two (2) moldboard pitch settings of 75, and 85 degrees. Or equal. When the plow comes into contact with an obstruction, the trip section will automatically trip back and return to its original plowing position. Or equal. CUTTING EDGE: The cutting edge shall be 1 x 8 inch C1090 Steel, and shall have standard AASHO hole spacing and is to be top punched 1-1/2 inches from the top edge to the center of the hole. QUICK-ATTACH LOOP: Shall be constructed of 2 inch diameter steel cold-formed into a loop, which will accept a 2-1/2 inch diameter pin. This loop shall protrude through and be welded to a C4x13 ship channel which, in turn, shall be thoroughly gusseted and welded to the back of the A-frame in a manner which will allow the plow table and A-frame to operate in a level position. Or equal. LIFTING MECHANISM: The plow shall be equipped with 1/2 inch grade 43 lift chains. 5

RUNNING GEAR ASSEMBLIES: The snowplow shall be equipped with heavy-duty even-wear shoe assemblies. These assemblies shall incorporate the use of a ductile iron shoe, 12 inches diameter, which shall have cast on its surface a semi-spherical recess to accommodate the use of a ball and socket type arrangement. The shoe shall be thru-hardened to 350 BHN minimum. The upper portion of the ball and socket arrangement shall consist of two split plates, which, when bolted to the shoe retain a 2-5/16 inch diameter ball. This ball is welded to the bottom of a post fabricated of 3x3/16 in. wall square tubing. This post provides adjustable shoe heights through a telescoping assembly consisting of an outer housing and a 1-1/4 inch acme screw assembly. The outer housing is fabricated of 3-1/2x3/16 in. wall square tubing and a mounting plate to attach the assembly to the push frame of the snow plow. The wearable portion of the shoe shall be 2 inches thick and will be free to fully rotate around the ball as well as float over the contour of the road. Mounting bolts for the shoe shall attach from the top down, allowing full wearability of the shoe. 6

RUNNING GEAR ASSEMBLIES: Bolts mounting from the bottom up will not be acceptable, because they minimize the wear ability of the shoe. All adjustments can be made without the use of any tools. PLOW MARKERS: The plow shall be equipped with two 24 inch tall jumbo yellow bolt on plow markers. The markers shall be the unbreakable type, with a hydraulic hose insert between the marker and the holder. CURB SHOES: The plow shall be equipped with a wrap around style curb shoe on the bboth Sides. RUBBER FLAP: The moldboard shall be equipped with a rubber flap kit. This shall include a 3/8x12 in. inch flap made from rubber belting, and 10 gauge retainer bars that run full length of the moldboard. PAINTING: FINISH: All major components shall be sandblasted. Paint shall be one coat of PPG Polyurethane, color Omaha Orange. WARRANTY: All parts and equipment used to complete the bid shall be covered by the Manufacturer s standard warranty. Comply...Yes No 7

DELIVERY: All Plows shall be completed and delivered within One Hundred Fifty (150) days, from award of the bid. The successful bidder shall deliver all plows F.O.B. City of Rock Island, Fleet Services Division, 1309 Mill Street, Rock Island, Illinois. Comply...Yes No 8