Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 7665 TRANSFORT WHEEL LOADER ACCESSORIES
BID PROPOSAL PRICING - Item Product qty $ / each Sub -total 1. Multi -Directional Folding V-Plo lad 1 ' (5, 6(o .60 l5 , 6(0. 00 Freight INC�tr2Cl' :� Total cost $ 151(010,00 Item Product qty $ / each Sub -total 2. Snowblower -option 1 R -� a17 1 103 5M'00 103- 5A• 00 or Snowblower — option 2 Dn Tek 0-\15 1 % Qpl _00 4%.001. 00 Freight INC�t�-(�2C�' Total cost $ 103, 5A+ 00 Item Product qty $ / each Sub -total 3. Angle Broom —1Oft x 36" a 31 1 (7, b�F5•o� (7,645•ca0 Freight Total cost $ 1 Tf V15. 00 At the option of the City, additional purchases may be made from this bid for up to five years following the initial award to include accessories for up to an additional 3 units. BID AWARD Bids will be awarded based on total cost on each item. Items may be awarded to a single vendor or to multiple vendors depending on ability to supply the requested accessories. Please include any applicable discounts for freight in the event the City awards multiple accessory items to one vendor. DELIVERY Leadtime to provide attachment(s) 5 � gloc,aer • P>�B.00 01. � Li • � �50. 00 3. U }s : 3S1 00 00 $ 135 00 Item 1: 30 -�S Item 2: Item 3: 30 - 45 CiCt1�5 BID 7665 Transfort Wheel Loader Accessories Page 4 of 17 HEAVY DUTY CONTROL AND DISPLAY SYSTEM PLUS +1 FROM SAUER DANFOSS • A controller using a multiplex CAN communication. • Display on a 256 color LCD screen of 31/8 in. x 53/a in. • A joystick with all functions integrated. • One key ignition switch. • Simultaneous display on one page of the engine information such as revolution (RPM), oil pressure (PSI), coolant temperature ('F), fuel level, engine load (%), battery voltage (V), and engine hours. • Alarms and warning lights also displayed such as engine alarm lights, engine clutch light, headlights state, low engine oil pressure light, high engine temperature lights (air and coolant) and low level of the engine load. • Error codes display. • Periodic maintenance and maintenance log book display. • Two emergency stops, one on the snow blower and one on the joystick box. • Service menu allows: COLOR LCD SCREEN AND SUGGESTED INSTALLATION IN THE LOADER • Configuration of the clutch • Configuration of the joystick • Setting of the language (English or French) • The reading of engine codes • The creation of a password to protect the configurations • Controls: • Joystick control of hydraulic functions • Joystick control of the engine speed • Control of working lights and/or chute headlights (optional features) • On -screen clutch control • Etc. CUSTOM MADE SNOW BLOWERS All our models of snow blowers can be modified and custom made to meet specific needs. Our team of qualified engineers and technicians work with clients to propose necessary modifications to the snow blowers to fulfill their specific winter conditions needs and/or applications. No Text PERFORMANCE • Capacity': Up to 2000 tons/hour • Projection': Up to 46 m (150 ft) DIMENSIONS • Overall width: 2794 mm (110 in.) • Overall height: 3277 mm (129 in.) • Overall length: 1854 mm (73 in.) max without female coupler • Weight: 3447 kg (76001b) approx. AUGERS • Drive: Mechanical • Diameter: Two (2) interchangeable 431 mm (17 in.) diameter open flight augers welded in one (1) piece IMPELLER AND DRUM • Impeller: • Five (5) bolted on and concave impeller blades • Diameter of 813 mm (32 in.) • Drum: • Diameter of 864 mm (34 in.) • The impeller casing is hydraulically operated • Rotation of 150' • Projection': Up to 46 m (150 ft) FRAME • Fully welded construction • The frame is made of a triangular design to allow an optimal distribution of the effort from the front end of the snow blower to the quick attach FIXED STEERING VANES • Height: 1879 mm (74 in.) STANDARD TELESCOPIC CHUTE • Diameter: 304 mm (12 in.) • Sections: Two (2) vertical sections, one (1) directional section and two (2) flexible sections • Extension: 762 mm (30 in.) hydraulic extension to allow the loading chute to cast at any adjustable height from 3175 to 3937 mm (125 to 155 in.) • Rotation: 300° minimum • Projection': Up to 12 m (40 ft) ENGINE • Make and model: Cat® C6.6, 151 kW (202 hp) electronic Turbo Diesel Tier 3 engine • Block heater: 1000 W FUEL TANK • Type: Steel • Capacity: 211 L (56 gal) HYDRAULIC SYSTEM • Type: Hydraulic pump of 23 L/min (6 US GPM) directly mounted on engine auxiliary drive • Capacity: 9 L (2.4 gal) ELECTRICAL SYSTEM • Alternator: 12 V,100 A, sealed • Batteries: Two (2) type 31 - 2250 CCA, maintenance free DRIVELINE SYSTEM • Clutch: Twin Disc, model SP-ill • Type: Chain and gear driven with a spiral reduction bevel gear box • Lubrification: Oil bath • Safety mechanism: Two (2) sets of shear bolts protect the impeller and the augers INSTRUMENT PANEL AND CONTROLS • Model: Heavy duty control and display system PLUS +1 from Sauer Danfoss • Controls: • One controller using a multiplex CAN communication • One 256 color LCD screen of 31/s in. x 53/4 in. • One joystick with integrated functions • One key ignition switch SKATES AND SCRAPER BLADE • Quantity: • Two (2) external skates • Four (4) internal skates • Type: 44W steel skates • Blade: One (1) reversible CHT 100 steel scraper blade OPTIONAL EQUIPMENT • Arctic lubrification kit (oils and lubricants for extremely low temperature conditions under -25"C (-13°F)) • Battery heater • Bolted ice breakers • Carbide skates • Carbide plating 55Rc (drum and chute) • Door on the internal section of the chute to remove snow • Hydraulic oil heater • Quick attach compatible with all loader mount models • Residential Cowl muffler • Spin -on type Racor filter with heated water separator • Wireless emergency stop device • Work lights on the loading chute • Work lights on the snow blower body 'Depending on snow conditions. 2013.02 — RPM Tech Inc reserves the right to change or discontinue any designs, specifications, features, models or accessories shown or indicated without notice. . • www.rpmtecngroup.com 41 �•'r •' • R.P.M. TECH INC. 2220 Michelin Street Laval (Quebec) H7L 50 CANADA Tel.: 450.687.3280 0 Fax: 450.781.8811 Toll free: 1.800.631.9297 184 Route 138 Cap-Sante (Quebec) GOA ILO CANADA Tel.: 418.285.1811 • Fax: 418.285.4289 Toll free: 1.800.463.3882 Email: info@rpmtechgroup.com LAW Im E PERFORMANCE • Capacity': Up to 1300 tons/hour • Projections: Up to 18 In (60 ft) DIMENSIONS • Overall width: 2286 mm (90 in.) • Overall height: 2565 mm (101 in.) • Working height: 1071 torn (42 in.) • Overall length: 1956 mm (77 in.) max. without female coupler • Weight: 2222 kg (4900 lb) approx. (with all liquids and fuel tank full) AUGERS • Drive: Mechanical • Diameter: Two (2) interchangeable 381 mm (15 in.) diameter open flight augers welded in one (1) piece IMPELLER • Impeller: • Five (5) welded on and concave impeller blades made of 6 mm (Y4 in.) CHT 100 steel • Diameter of 851 mm (33 Ih in.) • Impeller casing depth of 321 mm (12 5/8 in.) FRAME • Fully welded construction • The frame is made of a triangular design to allow an optimal distribution of the effort from the front end of the snow blower to the quick attach STANDARD TELESCOPIC CHUTE • Diameter: 330 mm (13 in.) • Sections: Two (2) vertical sections, one (1) directional section and two (2) flexible sections • Extension: 812 mm (32 in.) hydraulic extension to allow the loading chute to cast at any adjustable height from 2540 to 3302 mm (100 to 130 in.) • Rotation: 282' • Projection': Up to 18 to (60 ft) ENGINE • Power: 96.5 kW (129 hp) electronic Turbo Diesel engine • Block heater: 1800 W FUEL TANK • Type: Steel • Capacity: 92 L (24.3 gal) HYDRAULIC SYSTEM • Type: Hydraulic pump of 23 L/min (6 US GPM) directly mounted on engine auxiliary drive • Capacity: 9 L (2.4 gal) ELECTRICAL SYSTEM • Alternator: 12 V, 115 A, sealed • Batteries: One (1) type 31- 1125 CCA, maintenance free DRIVELINE SYSTEM • Clutch: Twin Disc, model SP-111 • Type: Belt and gear driven (without oil) with a spiral reduction bevel gear box • Safety mechanism: Two (2) sets of shear bolts protect the impeller and the augers INSTRUMENT PANEL AND CONTROLS • Model: Heavy duty control and display system PLUS +1 from Sauer Danfoss • Controls: • One controller using a multiplex CAN communication • One high resolution grey scale LCD screen of 2 in. x 41h in. • One joystick with integrated functions • One key ignition switch • One emergency stop button on the joystick box SKATES AND SCRAPER BLADE • Quantity: • Two (2) external skates • Two (2) internal skates • Type: 44W steel skates • Blade: One (1) reversible 44W steel scraper blade 'Depending on snow conditions. 2013.03 — RPM Tech Inc reserves the right to change or discontinue any designs specification; feature% models or accessories shown or indicated without notice . • t . : www.rpmtechgroup.com ,,� Dealer v R.P.M. TECH INC. 2220 Michelin Street Laval (Quebec) H7L 5C3 CANADA Tel.: 450.687.3280 • Fax: 450.781.8811 RPM Toll free: 1.800.631.9297 TECH 184 Route 138 Cap-Sante (Quebec) GOA 1LO CANADA TR�K Tel.: 418.285.1811 •Fax: 418.285.4289 Toll free: 1.800.463.3882 ©TM CORPORA� Email: info@rpmtechgroup.com IPSWEEPSTER BY PALADIN WLA - Truck and Large Articulated Wheel Loader Angle Sweeper - Hydraulic Drive • Heavy duty cleanup • Dual motors powered from loader hydraulics • 20-50 GPM flow required (2,000-4,000 psi) • Casters and parallel arm mounting to follow ground contour are included • 32" brush diameter • 8', 9' brush widths available • Various quick attach and pin -on mounts available • Mechanical angle standard, hydraulic optional • Quick change core Specifications 21319 21320 21321 21344 21345 Width 120" 120" 120" 144" 144" Motors dual dual dual dual dual Brush Diameter 36" 36" 36" 36" 36" Weight (approx) 1943 Ibs 1943 Ibs 1943 Ibs 2332 Ibs 2332 Ibs GPM Range 12-30 18-45 24-60 18-45 24-60 PSIRange 3000-4500 2300-4000 2000-3500 2300-4000 2000-3500 16 Return to Table of Contents VENDOR'S STATEMENT I have read and fully understand all the conditions, specifications, and special instructions herein set forth above. I hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Signature: Printed: Title: A 11 xx r Company: Address: City, State, Zip: DeNyer, , cc a.J Phone: x5 I q to 1 " Rq Email: BID 7665 Transfort Wheel Loader Accessories Page 5 of 17 transactions (i.e., the requirement flows down to subcontracts at all levels). Clause Language The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows The certification in this clause is a material representation of fact relied upon by {insert agency name). If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BUY AMERICA The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products Certificate of Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. 9 S C BID 7665 Transfort Wheel Loader Accessories Page 15 of 17 Title A tkw I l Certificate of Non -Compliance with 49 U_S.C. 53236)(1) OJA The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title Certification requirement for procurement of buses, other rolling stock and associated equipment Certificate of Compliance with 49 U.S. C. 53236)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Certificate of Non -Compliance with 49 U.S. C. 53236)(2)(C) N 1 X The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title 11. CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for BID 7665 Transfort Wheel Loader Accessories Page 16 of 17 F6rt of �PurcM1asing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7665: Transfort Wheel Loader Accessories OPENING DATE: 3:00 PM (Our Clock) July 31, 2014 Financial Services Purchasing Division 215 N. Mason St. 2n" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing q iy (-e C' To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: 1. The Opening Date has been changed to July 31, 2014. 2. The last day for questions has been changed to 5:00 PM (our clock) on July 21, 2014. Questions must still be submitted in writing via email to dclapp(a)-fcgov.com. Please contact Doug Clapp, Senior Buyer at (970) 221-6776 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS Addendum 1 — 7665 Transfort Wheel Loader Accessories Page 1 of 1 City of Fort Collins �Puchasing ADDENDUM NO.2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7665: Transfort Wheel Loader Accessories OPENING DATE: 3:00 PM (Our Clock) July 31, 2014 Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing -7/d.4Jjy To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Questions & Answers Please contact Doug Clapp, Senior Buyer at (970) 221-6776 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS Addendum 2 — 7665 Transfort Wheel Loaders Page 1 of 2 F6rt Collins �Pu r c ta s i �ngg ADDENDUM NO.3 1�e-G-el SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7665: Transfort Wheel Loader Accessories OPENING DATE: 3:00 PM (Our Clock) July 31, 2014 Financial Services Purchasing Division 215 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. corn/purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Questions & Answers Please contact Doug Clapp, Senior Buyer at (970) 221-6776 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS Addendum 2 — 7665 Transfort Wheel Loaders Page 1 of 2 44;W �'AW SNOW REMOVAL MDP MULTI -DIRECTIONAL "FOLDING-V" PLOW Rylind MDP Series Dozer Plows operate in a left or right angle, a V-Configuration, or an inverted V-Configuration for the maximum utilization of a snow plow. Rylind MDP Plows come in standard lengths of 12', 14', and 16' with a 48" tall moldboard, and a heavy duty 3" center hinge pin. Tapered extended snow shields and cross over relief valves are standard equipment. These plows work great with Wheel Loaders and Motor Graders that have two auxiliary valves to operate the plow. Optional mushroom skid shoes available and Hydraulic/Electric selector valves for graders or loaders needing to split a single valve into two operations. Rylind Wedge-loc Coupler, Pin-loc Coupler, Parallel Lift Group, JRB, Volvo, Deere, CAT, and other coupler systems are available. www.Rylind.com 1 303.979.3548 1 RYLIND MANUFACTURING 1 23 IL