THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of one new Wheel Loader with snow blades. The following specifications will be followed where possible and any differences will only be of a minor nature with a written explanation. All bidders must submit a detailed specifications summary. The bidder must be either a manufacturer, a factory branch or an agent engaged in the business of selling, dealing in and servicing the equipment bid upon and must maintain a reasonable stock of parts, service to be provided upon request. Parts must be available within twenty-four (24) hour period. The following General Specifications will apply:
Any deviations from specifications must be shown in the applicable Comments/Deviations column in the prescribed form. If no deviations are shown, it will be considered that equipment bid upon meets or exceeds specifications called for. Any equipment supplied against this tender is subject to inspection upon receipt and could be rejected and returned if specifications are not met completely. REQUIRED SPECIFICATIONS COMMMENTS / DEVIATIONS MEETS DOES NOT MEET 1. Loaders to be new, current series machines, with all new attachments. Specify Loader Model: 2. Specify location of service facility providing warranty repairs. Location: 3. Successful bidder must have service shop within 250kms of Clarenville. POWER TRAIN SPECIFICATIONS: 1. Must have a minimum SAE net HP of 213 rated at engine RPM of 1800 or less. 2. Engine to be four stroke, turbo charged, direct injection diesel having at least six cylinders (Tier III or IV). 3. To be equipped with a shift on the go power shift transmission.
4. To have a single control lever for gear selection and forward reverse selection. 5. To have hydraulic wet service brakes for each wheel. 6. Must be equipped with front and rear hydraulic differential lock up and axile coolers. 7. To have a separate park brake which acts independently of the service brakes. 8. Tires to be 23.5-R25 minimum size Michelin SnoPlus Tires. 9. Four (4) spare tires and rims, L-3 radial tires. 10. Five (5) year 4,000 hour power train plus hydraulics warranty. LOADER SPECIFICATIONS: 1. Loader to have a general purpose bucket of a minimum of 4.0 cubic yards heaped capacity, with teeth. 2. A tipping load at full turn of not less than 26,500 pounds. Rated full turn tipping load: lbs. 3. Loader to be equipped with fenders front and rear. 4. Loader must be capable of having tire chains installed as delivered.
5. Loader to be equipped with heavy duty cold weather starting system. 6. Loader to be equipped with Craig Model QKM/QKF type coupler which matches to the Town s currently used couplers Large QKM, # T1100505 or interchangeable equivalent. To have mating devices also included on the bucket and snow blade attachments supplied. 7. Loader to be equipped with a ride control system. 8. Loader must be equipped with all standard equipment such as lights (2 rear - 4 front, all lights full size), horn, backup alarm, heater, defroster, wipers and washers (front and rear), front wipers must have intermediate capability, all meters and gauges, large revolving blue light on cab, ROPS cab, full adjustable air-suspension seat, sun visor and any safety features required by the Department of Transportation for City and Highway travel, signal lights front and rear, mirrors inside and outside and a seatbelt. 9. A separate corrosion and weather resistant, fuse protected, switched, circuit to be used for any additional lights, to be installed in such a way as to be provided with the maximum protection from pinching, or chaffing of wires. 10. Air conditioned, pressurized cab with
interior cab noise levels of 78 db. or less. 11. Steering angle lock mechanism to be provided. 12. Loader to be equipped with a central greasing station. ELECTRICAL SPECIFICATIONS: 1. Lighting shall conform with the Province of Newfoundland Motor Vehicle Act and Industrial Safety Act. 2. Cab shall be mounted on the rear frame of the machine. 3. The electrical system including an alternator charging system, batteries, and electric start all to be maximum heavy duty capacity optionally available. Specify alternator capacity included with tender quote. Specify number of and CCA capacity of batteries included with tender quote. 4. A regulated 12 volt power supply must be provided to accommodate connection of 2-way radio equipment. (Minimum of 20 amps required) (Quick Connect). 5. To be equipped with an AM/FM radio. 6. To be equipped with rear camera and radar object detention system. Alternator: Batteries: # of CCA
HYDRAULIC SPECIFICATIONS: 1. Equipped with sufficient hydraulic valve control capability to provide operation of all attachments via quick couplers. 2. Loader must include third remote plumbed to front coupler for two way front snow blade operation. 3. Hydraulic pump capacity to be capable of providing sufficient volume and pressure as required to perform all required output functions within acceptable industry time standards (Minimum flow 74 GPM) 4. Hydraulic steering systems must be provided with a priority oil flow. 5. Separate hydraulic levers for operation of wing controls (joystick not acceptable). 6. Loader lift arm control to have float control detent position. 7. To be equipped with adjustable loader arm lift kickout. 8. All piping and fittings to be coated to assist in rust prevention. 9. All hydraulic lines and hoses to be installed in such a way as to be provided with the maximum protection from pinching, or chaffing.
SNOW BLADE SPECIFICATIONS: 1. Loaders to be provided with 13 foot cut width, reversible main blade, Craig Model 6964H and T301-10FM side wings (10 ft. front mounted, right side wing) or an equivalent. 2. Blades equipped with Craig Model QFM/QKF type coupler which matches to the Town s currently used couplers Large QKM, # T1100505; down pressure with float. 3. Blade to be equipped with a trip moldboard. 4. Blade to have heavy duty push frames and heavy duty 3/4" thick moldboards. 5. Blade moldboard drilled and configured to accept Town s 8" X 5/8" reversible cutting edge mounted with 5/8" bolts drilled on 8" centres. 6. To have curb runner shoes on outer ends of the blades. 7. To have two 6" X 8" X 2" thick steel wear shoes weld mounted on a reinforced plate and bracket. Located at the left and right side back frame corners about 6" in front of the mounting coupler. Shoes are to ensure 4" of ground clearance for frame and coupler components when in contact with the ground.
8. Hydraulic hoses from loader to snow equipment attachments to be equipped with quick couplers. 9. Blades must be painted a highly conspicuous colour for maximum night visibility. Standard commercial equipment yellow or a bright orange are recommended. 10. To be installed on the back, at the outer ends of both blades, a reflective sign (approximately 6" X 12") to be highly visible to traffic approaching from the rear. (Two on main, one on wing.) 11. To be installed on the back, top, at the outer end of the blades, a durable flexible bright flag stick position indicator to provide the operator with a visual reference of the position of the extreme outer end of the blades. (Two on main, one on wing.) 12. Wing blade must be equipped with two (one front and one rear) safety chains of sufficient strength capable to support the wing in the carry position while traveling, or as required in the event of a hydraulic failure. All safety chains and cable to be attached to the wing with shackles, not welded chain method. MISCELLANEOUS: 1. One set of repair manuals including electrical and hydraulic diagrams and one set
of parts manuals shall be supplied. 2. Ten (16) keys (sets) for ignition and locks provided for each unit. 3. Intermittent wipers 4. Paint: manufacturers standard yellow. To have horizontally along the rear, approximately one metre above ground level, a centrally located panel approximately 30 cm X 160 cm containing 24 alternating black and reflective orange 45 degree ( ) diagonal zebra stripes. 5. State terms, conditions and length of warranty. 6. Include as an option, terms, coverage, and price including all taxes of optional warranty, if available. 7. The successful bidder must also supply a completed New Vehicle/Equipment Information Sheet for vehicle at time of delivery. 8. Include as part of the tender price quote, two (2) separate training sessions to be in-house. SESSION ONE - at the time of delivery provide training for: First, approximately 14 operators, incorporating the proper operational aspects and daily checks of the machine. Second, for mechanics, incorporate the proper operational
aspects, daily checks, and then the required routine daily, weekly, monthly and annual maintenance. SESSION TWO - at a suitable time, after the unit has been in use for 12 months, provide a technical training course on proper repair and servicing of the unit for the mechanical staff. NOTE - A definite delivery date must be stated in this tender document, preference is for a delivery date prior to December 4, 2015.
GENERAL TERMS AND CONDITIONS 1. Payment terms will be net thirty (30) days from date of receipt of tendered item(s). 2. A copy of equipment warranty should be attached to each tender form by vendor. Failure to attach this warranty may invalidate tender. 3. Prices quoted must be FOB, Town of Clarenville, Newfoundland. 4. HST Extra to prices quoted. 5. NO TENDER may be revoked until forty-five (45) days after closing date of this tender. 6. Tenders must be accompanied with full Descriptive Literature and Specifications on unit(s) quoted. 7. To receive considerations, tenders must be typed or legibly drafted and submitted on this tender form only. Specifications sheets form part of this tender and must not be removed. 8. Tenders not conforming to specifications, terms or conditions may be rejected. 9. Lowest or any tender received not necessarily accepted. 10. It is hereby understood and agreed that the Town reserves the right to cancel the purchase order given to the successful tenderer, if delivery of unit(s) is not made or cannot be made as stated. 11. Tenders in sealed envelopes clearly marked in full: TENDER FOR LOADER must be received up to 12:00 noon on Friday, June 5, 2015. Please direct tenders to: Mr. Rick Wells Director of External Operations Town of Clarenville 99 Pleasant Street Clarenville, NL A5A 1V9