Wheel Loader for the Wastewater Treatment Facility

Agency: Town of Merrimack, NH
State: New Hampshire
Level of Government: State & Local
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD15430630873897904
Posted Date: Nov 1, 2023
Due Date: Nov 7, 2023
Source: Members Only

Wheel Loader for the Wastewater Treatment Facility , due by Tuesday, November 7, 2023 at 2PM

Attachment Preview

Town of
Merrimack, New Hampshire
6 Baboosic Lake Rd · Merrimack, NH 03054 · www.merrimacknh.gov
October 25, 2023
REQUEST FOR BID
Wheel Loader
Bids will be received by the Town of Merrimack until 2:00 PM on Tuesday, November 7,
2023 to supply and deliver one wheel handler loader for the Wastewater Treatment
Facility in accordance with the enclosed detailed bid specifications with the following
conditions.
The bid shall be submitted on the Bid Form furnished herewith and shall exclude state
and federal taxes not applicable to municipalities. The bid price shall be quoted F.O.B.
Town of Merrimack Wastewater, 36 Mast Rd, Merrimack, NH 03054.
The Town reserves the right to reject any or all bids, to waive irregularities in the bids,
and to accept the bid which best serves the interest of the Town.
Bids must be sealed, marked “Bid on Wheel Loader-Wastewater” and mailed or
delivered to the Town of Merrimack, Finance Department, 6 Baboosic Lake Rd,
Merrimack NH 03054 by the date and time specified above.
It is the bidder’s responsibility to confirm the bid is received by the Finance Department
by the date and time specified.
Complete descriptive literature, including warranty information shall accompany the bid.
The Town of Merrimack’s Purchasing Policy is available on the Town’s website:
http://www.merrimacknh.gov/finance-department/pages/bid-opportunities;
a copy may be obtained by contacting the Purchasing Agent.
For additional information contact Kelly Valluzzi, Purchasing Agent, at
kvalluzzi@merrimacknh.gov or (603) 424-7075.
TOWN OF MERRIMACK, NEW HAMPSHIRE
TOWN _______________________________________________
FINANCE DEPARTMENT
6 Baboosic Lake Road
Merrimack, NH 03054
Tel: 603-424-7075
Fax: 603-424-0516
WHEEL LOADER
BID SPECIFICATIONS
1. General: The intent of these specifications is to describe one new four wheel drive
wheel loader. It must be greater or equal to CAT 938M, Volvo L90H, John Deere
624 P-Tier, or Komatsu WA320 high lift loader linkage and must be factory built
and fully warranted. The successful bidder will be responsible for fully mounting
all other components necessary to complete the unit and for delivery of the fully
completed, serviced and "ready for operation" unit to the purchaser. One complete
parts, operator, maintenance and repair manual for the unit provided must be
furnished to the purchaser. The machine shall be a current standard model of one
manufacturer, and the selling dealer shall provide factory authorized parts, service
staff and facilities to service the machine, all of its components and assure its peak
performance.
2. Engine: Engine shall be a minimum of a six cylinder, turbo-charged, after cooled
diesel and deliver at least 160 Net S.A.E. horsepower at not more than 2,300 R.P.M.
Piston displacement shall be at least 345 C.I.D. with a thermal starting aid. Air
cleaner shall be two stage dry type. Shall be equipped with a powertrain guard,
crankcase guard, and vertically mounted oil filter. Engine shall meet Tier 4 off
highway emissions regulations. The radiator shall be a high air flow design.
3. Transmission: Shall be a power shift or hydrostatic. Both speed and directional
changes shall be actuated by a single control mounted on loader joystick control
lever. A standard transmission neutralizer lockout switch shall be provided.
4. Final Drives and Axles: Shall have planetary final drives. Both front and rear axles
shall be equipped with the ability to lock front differential and conventional rear
axle.
5. Brakes: Shall be equipped with two brakes pedals, right pedal applies brakes only,
left pedal applies brakes while neutralizing the transmission. Service brakes shall
be enclosed wet-disc brakes on all four wheels, hydraulically actuated. A secondary
brake system shall be actuated automatically if the engine stops. A parking brake
shall be standard and spring applied hydraulically released and neutralize
transmission while engaged.
6. Steering: Articulated steering angle of +/- 38*
7. Hydraulic System: Shall be fully filtered, variable displacement/load sense design.
The steering and braking system shall be independent of the implement hydraulic
system. Hydraulic cycle time shall be no more than 12 seconds, measured with a
rated bucket load. Shall have a two position automatic bucket/fork return to work
selector, automatic lift kick-out and implement control lever effort of not more than
5 pounds. Third value hydraulics shall be provided. A hydraulic oil cooler shall be
provided. Shall have a joystick to control lift and tilt functions and include a remote
forward-neutral-reverse switch.
8. Linkage: Shall be Z bar design high lift linkage or Torque Parallel
9. Quick Coupler: Shall be hydraulically operated from a dash mounted switch. Be
built to handle a 6.5yard materials bucket. Must include hose connections to coupler
with utilization of quick coupler fittings for operation of third value hydraulics.
10. Operating Requirements:
a. Operating weight shall be 33,000 pounds minimum
b. Full turn static tipping load shall be at least 17,000 pounds.
c. Digging depth shall be at least four inches.
d. Tires shall be 20.5-25 Radial Tires.
11. Operator's Compartment:
a. ROPS cab shall have one door, sound suppressed and pressurized and a
maximum operator sound exposure of 75db (A).
b. Cab door should open at least 90° and lock for use during operation.
c. Back-up alarm and front warning horn.
d. Heater, defroster and factory installed air conditioner.
e. Adjustable air suspension seat and retractable seat belt.
f. Front and rear windshield washers and wipers.
g. Halogen or LED working lights. Minimum of two front and two rear.
h. Multi-level warning system to monitor critical machine functions and alert
the operator of malfunctions by a combination of audible alarms and
flashing lights.
i. Gauges to include engine coolant temperature, hydraulic oil and
transmission oil temperature, and fuel level, minimum.
j. 12-volt accessory plug outlet for two way radios.
k. Engine coolant heater, 120 volt.
12. Additional Equipment:
a. Heavy duty batteries.
b. Battery disconnect switch.
c. Drawbar hitch.
e. Lockable engine enclosures.
f. Hydraulic cooling fan, automatic reversing fan drive
g. Locking engine enclosures, fuel cap, hydraulic tank cap and locking cab.
h. Fuel priming pump.
i. Engine pre-cleaner and reverse radiator fan drive
j. Axle coolers
k. Ride control assist system for loader
l. Heated Exterior Mirrors
m Back-up alarm
13. Attachments
a. 6.5 yard light materials bucket with quick coupler style bucket with see through
spill guard. Bottom wear plates.
14. Warranty:
a. Shall have not less than 12 months manufacturer's warranty on the complete
machine to include parts and labor.
b. A five-year or 5,000 hour total machine warranty is required and details of this
warranty shall accompany the bid.
15. Machine Availability Guarantee: In the event of a warrantable failure, the bidder
shall guarantee to repair the machine to an operating condition within 72 hours from
the time of arrival at the bidder's location. If the bidder cannot comply with this
clause, a comparable machine (if available) will be provided at no cost, except
transportation, until the repairs are completed
16. Parts Availability Guarantee: If purchaser orders a new part necessary to operate
the machine and bidder does not have the part available or give reasonable notice
the part is available for pick-up at the store from which ordered within 72 hours,
the bidder shall notify us of the estimated time of delivery if longer than 10 business
days. Parts covered by this guarantee must be ordered from the bidder's parts
department during normal working hours. This guarantee will not apply when parts
are ordered by bidder in connection with service work in progress. Details of this
guarantee shall accompany the bid.
17. Total Cost Bids shall be subject to the following provisions in addition to all the
aforementioned provisions.
Bidder shall guarantee parts and labor costs for a minimum period of five
years or 5,000 hours, whichever occurs first. All parts and labor costs will
be accumulated from date of delivery. Since the intent of this agreement
is to cover repair costs and regular maintenance costs and not normal wear
items, the purchaser assumes at its expense all costs to repair or replace all
parts and supplies normally consumed in day-to-day operation.
18. Delivery: Upon delivery of equipment, a company representative shall be required
to instruct all purchasers’ personnel on operation and daily maintenance of the
equipment for a period not to exceed three (3) days, at no additional cost to the
purchaser.
19. 25. Trade-in: One 2006 Caterpillar 938G, SER# CAT0938GJCRD02000. Will
be offered for a trade-in allowance and can be viewed at the Merrimack Wastewater
Facility, 36 Mast Rd. Please contact Derek Connell at (603) 420-1629 for
arrangements to see this machine, Monday through Friday from 7:00AM to
3:00PM.
TOWN OF MERRIMACK, NEW HAMPSHIRE
TOWN _______________________________________________
FINANCE DEPARTMENT
6 Baboosic Lake Road
Merrimack, NH 03054
Tel: 603-424-7075
Fax: 603-424-0516
Wheel Loader for the Wastewater Treatment Facility
BID FORM
Must be received by 2:00 PM on Tuesday, November 7, 2023
One (1) New (2023) Wheel loader, according to the
Town’s bid specifications, delivered
$_________________________
Make: _______________________________________________________________
Model: ______________________________________________________________
Operating weight: ________________________
Trade-in for 2006 Caterpillar 938, Ser#CAT0938GJCRD02000
($_________________)
Total bid:
$_________________
Descriptive literature and warranty information included: yes_______ no________
Delivery will be made within ____ calendar days after receipt of the Town’s related purchase
order.
The above bid is provided in accordance with the Town’s bid invitation
dated October 25, 2023, except as indicated below.
________________________________________________________________________
________________________________________________________________________
_____________________________________________________________
_____________________________________________________________
Bidder:_______________________________________________________
Street Address:_________________________________________________
City, State, Zip Code: ___________________________________________
Phone No:_________________________ Fax No: ____________________
Authorized Signature:___________________________________________
Printed Name: ____________________________ Date:____________
E-Mail: ______________________________________________________
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >