SPECIFICATIONS AND BID FORMS FOR PURCHASE OF HEAVY-DUTY SKID LOADER WITH ATTACHMENTS BID: #15-007- BOE Due on or before 11:00 A.M. ON THURSDAY, MAY 7, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD OF EDUCATION 24 SCHOOL ROAD WESTON, CONNECTICUT 06883 203 291-1418/FAX 203 291-1420 Sealed bids will be received by the Purchasing Coordinator for the Board of Education of the Town of Weston, Connecticut, until 11:00 A.M. THURSDAY, MAY 7, 2015 at which time bids for PURCHASE OF HEAVY-DUTY SKID LOADER WITH ATTACHMENTS are due. Each bid must be clearly marked: BID #15-007-BOE. All bids must be submitted on the forms provided and shall include all firm names, signatures, addresses, and other information required. Each bid must be signed by an authorized representative of the company, placed in a sealed envelope, and identified as a bid giving the name of the company and the bid number and filed with the school district's business office no later than the date and time specified. The Weston Board of Education reserves the right to accept or reject any and/or all bids. The Weston Board of Education shall be under no obligation to accept the lowest financial bid if it is deemed in the best interest of the school system. The Weston Board of Education may make such investigations as it deems necessary to determine the ability of a Bidder to perform the work. The Bidder shall furnish all information and data for this purpose as the Weston Board of Education may request. The Weston Board of Education reserves the right to reject any bid if evidence submitted by the Bidder or investigation of the Bidder fails to satisfy the Board that the Bidder is properly qualified to carry out the obligations of a contract resulting from this bid. Bidder is also requested to provide an audited statement of the financial conditions of the company. No bidder may withdraw his bid for a period of forty-five days after the opening date. The bidder is to clearly state in the bid exactly what is intended to be furnished and is to furnish with the bid an illustration or other descriptive material that will clearly indicate what will be furnished. Samples are to be submitted upon request. Any alleged oral agreement or arrangement made by a bidder or contractor with any agency or any employee of the Weston Board of Education will be disregarded. RETURN ONE COPY OF BID DO NOT FAX BID Page 2 SPECIFICATIONS AND BID FORMS BID: #15-007-BOE FOR: PURCHASE OF HEAVY-DUTY SKID LOADER WITH ATTACHMENTS The Director of Finance and Operations reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bid, and to award contracts to one or more bidders submitting identical proposals as to prices; to reject any and all bids in whole or in part; to waive technical defects, irregularities, and omissions if, in his judgment, the best interest of the Board will be served. The Weston Board of Education reserves the sole and absolute right to reject any proposal offering services which, in its opinion, does not meet the standard of quality established by these specifications. The Board of Education of the Town of Weston is exempt from the payment of taxes imposed by the Federal Government and/or the State of Connecticut, including the Federal Transportation Tax. Such taxes should not be included in any bid price involving the payment of funds from the district. The contractor must protect all floors, furniture, cabinets, etc., from injury or other damage. Any damage so caused must be repaired by the contractor at its own expense. At the completion of the work, the contractor must remove from the premises all surplus materials and all debris resulting from the work. Furthermore, the premises must be left in a clean and finished condition acceptable to the owner or its agent. The quantities listed in these specifications may be increased or decreased by the Weston Board of Education, depending upon its actual requirements. Bidders shall indicate how many days after receipt of the order or contract the Board can expect delivery of merchandise. At the Board’s request, contractors are required to provide written estimated delivery times once an order has been placed with a contractor. The contractor is responsible for notifying the ordering agency at least forty-eight (48) hours in advance of shipment. Deliveries shall be made as specified by the ordering agency during normal business hours. All items shall be delivered and set-up at the location specified by the ordering agency in accordance with good commercial practice. All contractors and vendors will be required to comply with all provisions of the Civil Rights Act of 1964, Executive Order 11246 of September 24, 1965, the Connecticut Fair Employment Practices Act and all of the rules, regulations, and relevant orders of the Secretary of Labor (or other authorized agent or agency), as amended. In accordance with Public Act No. 366, the Contractor and each subcontractor shall agree and warrant that in the performance of this contract, it will not discriminate or permit discrimination against any person or group of persons on the grounds of race, sex, color, religion or national origin, in any manner prohibited by municipal, state or federal law. All equipment furnished and work performed must meet Federal OSHA (Occupational Safety and Health Act) and CSA (Construction Safety Act) standards as amended. The bidder is assumed to have made himself familiar with all Federal and State Laws and all local bylaws, ordinances, and regulations which in any manner affect those engaged or employed on the work, or the materials or equipment used in the work, or in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof. BID: #15-007-BOE Page 3 SPECIFICATIONS AND BID FORMS FOR: PURCHASE OF HEAVY DUTY SKID LOADER WITH ATTACHMENTS If bidder shall discover any provisions in the Bid Specifications which are in conflict with any such law, bylaw or ordinance or regulation, he shall forthwith report it to the Owner's Representative in writing at once. Specifications, instructions, and bid forms may be obtained at the Business Office, Weston Board of Education. Amendments to or withdrawals of bids received later than the time and date set for bid opening will not be considered. Bids must be submitted on proposal schedule forms attached hereto. Bids received later than the time and date specified will not be considered. BID: #15-007 –BOE Page 4 WESTON PUBLIC SCHOOLS PURCHASE OF HEAVY DUTY SKID-LOADER WITH ATTACHMENTS SPECIFICATIONS GENERAL DESCRIPTION: The unit must be the latest model Heavy Duty Skid Loader with a DIESEL Tier 4 final engine. The engine must be manufactured by the same company as the skid loader. Only US built products with readily available parts will be considered. The equipment will meet the following minimum specifications: 1) Engine • Diesel Tier 4 final with a gross horsepower of 74 or greater at a rated speed of 2500. Engine must be EGR with a diesel particulate filter and be turbocharged. 2) Loader • The loader must be a super boom with a vertical lift path which maximizes reach at full height. A radical lift machine is not acceptable. The loader must have the following minimum performances: - Breakout force – 8,600 lbs. minimum -Tipping load – 5,600 lbs. minimum -Safe operating load – 2,800 lbs. • The loader must be equipped with a self-leveling feature. Loader must also have two lift and two bucket cylinders. Lift cylinders must be of a bore of at least 2.5 inches and a stroke of at least 33.5 inches. Bucket cylinders must have a bore of at least 3 inches with a stroke of at least 16 inches. 3) Hydraulics • High flow hydraulic with a capacity of 37.6 gpm • Hydraulic coupler to facilitate the changing of front attachments • Hydraulic system must include a multi-function control to facilitate the use of multiple hydraulic and electrical functions from the operator’s compartment. Skid steer must be equipped with glide ride to insure smooth operation and minimize the loss of material from the bucket when travelling across site. BID: #15-007-BOE SPECIFICAITONS Page 5 4) Engine • Diesel Tier 4 final with a gross horsepower of 74 or greater at a rated speed of 2500. Engine must be EGR with a diesel particulate filter and be turbocharged. 5) Loader • The loader must be a super boom with a vertical lift path which maximizes reach at full height. A radical lift machine is not acceptable. The loader must have the following minimum performances: - Breakout force – 8,600 lbs. minimum -Tipping load – 5,600 lbs. minimum -Safe operating load – 2,800 lbs. • The loader must be equipped with a self-leveling feature. Loader must also have two lift and two bucket cylinders. Lift cylinders must be of a bore of at least 2.5 inches and a stroke of at least 33.5 inches. Bucket cylinders must have a bore of at least 3 inches with a stroke of at least 16 inches. 6) Hydraulics • High flow hydraulic with a capacity of 37.6 gpm • Hydraulic coupler to facilitate the changing of front attachments • Hydraulic system must include a multi-function control to facilitate the use of multiple hydraulic and electrical functions from the operator’s compartment. Skid steer must be equipped with glide ride to insure smooth operation and minimize the loss of material from the bucket when travelling across site. 7) Engine • Diesel Tier 4 final with a gross horsepower of 74 or greater at a rated speed of 2500. Engine must be EGR with a diesel particulate filter and be turbocharged. 8) Loader • The loader must be a super boom with a vertical lift path which maximizes reach at full height. A radical lift machine is not acceptable. The loader must have the following minimum performances: - Breakout force – 8,600 lbs. minimum -Tipping load – 5,600 lbs. minimum -Safe operating load – 2,800 lbs. • The loader must be equipped with a self-leveling feature. Loader must also have two lift and two bucket cylinders. Lift cylinders must be of a bore of at least 2.5 inches and a stroke of at least 33.5 inches. Bucket cylinders must have a bore of at least 3 inches with a stroke of at least 16 inches. Bid: #15-007-BOE SPECIFICATIONS Page 6 9) Hydraulics • High flow hydraulic with a capacity of 37.6 gpm • Hydraulic coupler to facilitate the changing of front attachments • Hydraulic system must include a multi-function control to facilitate the use of multiple hydraulic and electrical functions from the operator’s compartment. Skid steer must be equipped with glide ride to insure smooth operation and minimize the loss of material from the bucket when travelling across site. 10) Cab • Unit must have a fully pressurized cab with a heater and A/C. The door must open sideways and have a safety device to prevent the loader from raising with the door in the open position. The cab must be equipped with a full suspension seat. The cab must be capable of rolling forward in less than 5 minutes without the use of special tools in order to facilitate easier servicing of components. Cab must also be equipped with a safety control system that allows the operator to lock the loader in the “up” position from within the cab. 11) Controls • The loader controls must be electric over hydraulic which allows the operator to change from SAE to ISO controls. 12) Dimensions • The skid loader must have the following minimum characteristics: -Height to top of cab: 78 inches -Height to bucket hinge pin: 129 inches -Length with bucket: 152 inches -Dump angle: 54 deg -Dump height: 103 inches -Bucket rollback at ground level: 33 inches -Wheelbase: 52 inches -Ground clearance: 8 inches -Overall width to edge of tires: 70 inches -Operating weight: 8,245 lbs. 13) Tires • Tires are to be 12 x 16.5 heavy duty tires. 14) Bucket • Bucket must be 72” low profile bucket with a bolt on cutting edge that allows the operator to see the edge of the bucket at ground level without moving forward or upward from the normal seated position. Minimum capacity of 17 cubic feet. BID: #15-007-BOE SPECIFICATIONS Page 7 15) Electrical • Must be a 12 volt system with a maintenance free 1,000 cold cranking amp battery and a 120 amp alternator. Unit must be pre-wired for a rotating beacon and include two front, two rear halogen lights along with the taillights. Turn signals must be included. 16) Capacities -Fuel tank: 25.5 gallons -Engine oil: 9 quarts -Hydraulic oil: must be 10w30, 48 quarts -Chaintank oil: must be 10w30, 23.5 quarts -Cooling system: 20 quarts 17) Brakes • Dynamic braking with a spring released disc parking brake. 18) Horn • Unit must be equipped with a back-up alarm and horn. 19) Filters • Remote oil and fuel filter are to be included along with a remote oil drain system so all services can be performed without raising the machine off the ground or removing panels under the machine. 20) Attachment #1 • The skid steer must be equipped with a 72 inch high flow snow blower capable of throwing snow at least 45 feet. • The blower is electrically controlled and the chute and deflector are hydraulically controlled by the multifunction kit. • The unit must be equipped with adjustable skid shoes and the chute and deflector are poly-lined. • The blower must have the following minimum specifications: -Weight: 1,160 lbs. -Cutting width: 72 inches -Cutting height: 36 inches -Depth: 43 inches -Total height: 74 inches -Auger motors: two, dual-drive -Auger diameter: 18 inches -Fan diameter: 26 inches -GPM range: 30-42 gpm -Hose diameter: .75 inches BID: #15-007-BOE SPECIFICATIONS Page 8 21) Attachment #2 • The skid steer must be equipped with a high flow tiller with dual rotation bi-directional tines. • The tiller must be adjustable offset with the following minimum specifications: -Weight: 1,000 lbs. -Working width: 66 inches -Number of lines: 32 -Hydraulic range: 29-44 gpm • All bidders must accept a trade-in of one (1) New Holland LS180 skid steer with bucket SN LMU021464 and provide the price for same. 22) Bidder must submit warranty certificates. Base price of skid steer and attachments: $_____________________________________ Trade-In: $______________________________________ BID: #15-007-BOE Page 9 BID SHEET DELIVERY BEFORE: ___________________________________________________________ PRICES WILL HOLD UNTIL: ______________________________________________________ BIDDER NAME: _______________________________________________________________ BIDDER ADDRESS: _____________________________________________________________ NAME: __________________________________ SIGNATURE: __________________________ TITLE: __________________________________ DATE: ________________________________ TELEPHONE: ____________________________ FAX: _________________________________ E-MAIL: _____________________________________________________________________ RETURN ONE COPY OF BID DO NOT FAX OR E-MAIL BID BID ENVELOPE MUST BE MARKED WITH BID NUMBER.
© Copyright 2026 Paperzz