Loading...
Exh 4CAGENDA ITEM #4C FEBRUARY 12, 2001 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Four Wheel Drive Backhoe/Loader SUBMITTED BY: Robert S. Kosoy, Director of Public Works DATE: February 1, 2001 BACKGROUND: The bid opening for areplacement backhoe/loader was held on January 24, 2001 and we had seven firms submit bids. All bids met the bid specifications and, within the specifications, we requested atrade-in amount for our 1986 JCB. backhoe/loader that the City is replacing. Bidder Model Base Bid Less Total Extended Total Bid Trade- In Base Bid Warranty Briggs Equip: Case 580M 44,772. 3,500. 46,272. 4,235. 50,507. Pioneer New Holland .46,760. 0. 46,760. N/C 46;760. Machinery LB75 Ring Power Cat 416D 54,064. 3,000.. 51,064. 700. 51,764. Industrial John Deere 52,707. 2,600. 50,107. 1,542. 51,649. Tractor 310G Tresca New Holland 51,500. 7,500. 44,000. 2,678. 46,678. LB75 Trax of New Holland 54,859. 0. 54,859. 3,470. 58,329. Florida LB75 Tallahassee New Holland 57,115. 0. 57,115. 1,500. 58,615. New Holland LB75 RECOMMENDATION: ATTACHMENTS: BUDGET: Awazd bid to Tresca Industries, Inc. with extended warranty for full coverage for 5 years/7,000 hours and authorize staff to use the 1986 JCB Backhoe/Loader as a trade in. Bid Bid Specifications Tabulation Sheet FY00/Ol Budget, Account 001002-541.64-00, $50,000.00 REVIEWED BY J.Z.Y .o C.UUI fnl N•v~ nu ~., i r yr rt u. uv:r , u,..,, w.,; 4 WFIEEL DCtIVE SA~:I:IiO~: LOAllETt AGENDA ITEbI k4C FEBRUARY 12, 2001 itiSA.hy;fi:VlOllEh New Holland LB75 Backhoe Loader Base Bid Price $51 , 500.00 :',ESS Trnde Iu of 1986.ICi3 $ 7 , 500.00 Tots! B:d $44,000.00 Optional N;xtendcd Warranty Pereod r: Price ;;t iTzNt~CAI,: Tresca Industries, Inc. ;BIDDER 4827 Philips Hiahwa,y,__ P, LiSZ~'ES5 ADDRESS _.._S73cksnauil.Le_; cr ~ ~ ~ n 7 C?"CY, STA'LE & ZIP CODE - --~--- L);\Tf: See ._attached ~h__e~t _ Timoth E. Tresca. I3Y STG~T 'ruizE ~~~A _V_ice President ___ TOILE (904)_ 4488.070___.____ B;JSiNNESS 1`L-LEPHO:~'E JFrN-U8-2UU1 NON 02.11 PM CITY Uh RTL BCH PURCHRSI rAX ND. 9D424~5819 FE xunxvtziaooa CITY OF ATLANTIC BEACH, FLORIDA INVITATION TO BID BID NO. 0001-7 Notice is hereby given that the City of Atlantic Beach, Florida, will receive sealed bids, submitted in TRfPLICATE, at the Office of the Purchasing Agent, 800 Seminole Road, Atlantic Beach, Florida, 32233, until 2:30 PM, January 24,2001 for a Fou[-Wheel Drive Baekhoe(Loader. 'Thereafter, at 3:00 PM, on January 24, 2001, the bids wIIl be opened in the City hall Commission Chambers, 800 Seminole Road. Bids shall be enclosed in an envelope endorsed "BID NO.0001-7, FOUR WHEEL DRIVE BACY~11OE1LOADER 1'O BE OPL-NBD AFTER 3:00 PM, January 24, 2001. Bid specifications maybe obtained from the Office of the Purchasing Agent; 800 Seminole Road, Atlautic Beach, Florida, 32233. DOCUMENTS REOCTTRED TO BE SUt3MITT);D 1N BID PACKAC:E A'T BID OPENING• I. Three (3) References, including fax numbers, 2, Request for Taxpayer Identification Number and Certif cation Form W-9 Bid prices must remain valid for (90) days after the public opening of bids. Goods and services proposed shat! meet all requirements of the Ordinances of the City of Atlantic Beach The City of Atlantic Beach reserves the right to reject any or all bids or parts of bids, waive infotxnatities and technicalities, make award in whole or in part with or without cause, and to make the award in what is deemed to be in the best interest ofthe Cily of Atlantic Deach, A person or affiliate who has been placed on the convicted vendor list fo]lowing a conviet'son for a public entity crime tray not submit a bid on a contract to provide any. goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a cantrattor, supplier, subconuactor, or consultant under a contract witlt any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for period of 36 months from the date of being placed on the convicted vendor list. (Section287.133(2)(a), FLORIDA S1'ATUTBS). ITB-1 JAN-08-200] MON 02:11 PM CITY OF ATL BCH PURCHASI F'AX N0. 90424758T9 AcENDA1TEM #4C FEBRUARY 12, 2001 An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a pubGe entity, may not submit a bid on a contract with a public entity for the constructiou or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, of consultant under contract with any public entity, and may not traruact business with any public entity. 13dic Mickey Purchasing Agent zTS-z .lrnV-ucs-CUU I rIUfV UZ ~ 1 1 YI1 G 1 I T Uf H IL t1l:H f UKI:HH51 hAX N0. yU4~4 /btS 1 y AGENDA ITEM #4C FEBRUARY 12, 2001 BAOxIIOE LOADER "1 he City of Atlantic Beach is accepting sealed bids for a Four Wheel. Drive Backhoe Loader. The following are the minimum specifications required for the backhoe loader. Includes delivery to the Cily of Atlantic Beach, Florida. F.NCGINE: A. Uiesel engine, minimum thrcc cylinder, four cycle, liquid cooled, minimum 70 SAI; Net HP, per the latest issue of SAE J1349. B. Displacement, minimum 3.9L (239 CLD). C. Minhnum 12-voh e)ectrical system, with an electric starter and a transmission neutral safety start device. D. Permanent anti-freeae and corrosion protection !or liquid cooled engines. ):. Vertical exhaust with rain cap or curved exhaust pipe. F. Cold start aid. G. Dry type air cleaner with service (restriction) indicator. I-I. Hand and foot throttle. L Heavy Duty Battery. J. 90 AMP Allcrostor. DRIVE TRAIN: A. Power shift or power reversing transmission, with at least four forward and four reverse speeds, with or without torque converlcr. B. Differential lock or torque proportioning differential on reaz axle. C. Dour whcel drive with drive shaft sward. D. Steertng brakes. FRONT AXLE; Heavy-duty, fixed tread wid[h, industrial-type. ~~~•• ~~ ~~~• ~•~~• ~~ ••- ~ •~ ~• ~ v. iu~ uvu I unvun0l rnn nu. Ju4C41JOlO A(GN:NllA 1'1'EM#4C FEBRUARY 12, 2001 STEERING: power assist or hydrostatic power steering, factory installed. LOADER PERCORMANCE: A. Minimum lift capacity of 52501bs. to full height, B. Minimum SAB breakout force of 750016s, C. Minimum dinging depth of 4 inches. b. Minimum dump angle of 42 degrees, E. Minimum dump clcazance height of 8 feel F. Minimum reach of 22 inches al 45 degree dump angle. G. Minimum bucket width of 82 inches, $. Maxunutn raiso, dump and lower cycle time of 10.5 seconds. T.OADER FEATURES: A. Minimum 1.0 cubic yard bucket capacity (SAE heaped), with'tecth. B. Lift arm support device (refer to SAE J38). C. Single lever loader control, with either mechanical or hydraulic bucket self-leveling feature while lining. D. Tractor-loader to be integral. No add-on or anriculture type equipment. E. Automatic return-to-dig. F. C4~tting Bdne. BACICI-TOE PERH'ORMAIVCE: A. Minimum SAE digging depth for 2 foot level bottom of 14 feet. B. Minimum reacfi from swing pivot of 17 feet 5 inches. C. Minimum truck loading height of 10 feet. ..-.. .. _~ ~. ... ~. irvrr .... ... r.. ru, r ~.rr rrv Jv1LlIJV 1J AGENDA [TEN[ #4C fEI3RUARY12, ?001 BACIiTYOE PE,RFORIVIANCE: (Continued) D. Minimum operating stabilizer spread of 9 feet 5 inches with street guard pads. L'. Minimum bucket digging force of 10,0001bs. F. Minunum dipper digging force of 7,000 lbs. BACKl~OE FEATURES: A. Minimum 24 inch wide heavy-duty trenching bucket, with teeth, B. Tractor-backhoe to be integral. No 3-point hitch type equipment, C. Baclhoe to be center-mounted on rcaz of machine with a Extendahoe. U. Counterweights if needed. 12OPS: Enclosed cab with A/C, Heater, Defroster, Domc light, Wipers front & reaz, Air suspension seat, Stmvisor, Roor mats. ACCESSORIES: A. Gauges/Indicators: Engine tachometer,. engine hottrmeter, fuel,. engine coolant temperature, converter oil temperature (if so equipped),. engine oil pressure and charging system. Or, an electronic monitoring system for the same functions. B. Working light(s), headlights, taillight(s), warning (flashing) lights/turn signals (maybe provided and installed by the dealer, if not available from the manufacturer), and instrument panel light(s). C. Rear fenders. D. Tool box, lockable E. Manual master battery disconnect switch. F. Safe access to machine and servicing poitits to be in accordance with the latest issue of SAE J185. Safety signs per laces[issue of SAE JI15. G. Provisions to prevent unauthorized starting or movement of machines, per latest issue of SAE J 1083. ann ~u cuu~ uv~. uc• is ni u~ i i yr niL o~n rurt~nn~i rnn ire. ~U4L41otli~ AGENDA ITEM#4C FEBRUARY 12, 2001 ACCF,SSOI2IES: (Continued) II: Setf-adjusting volume backup alarm, per the latest issue of SAE J994. I. SMV (slow moving vehicle) emblem mounted on rear of machine (may be provided and installed by the dealer', if not available from the manufacturer) per the latest issue of SAE 7943. J. blaming hom (tnay be provided and installed by the dealer, iCnot available from the manufacturer), per the latestissue of SAE J1105, K. Deluxe suspension scat with foam padding and a backrest. 1.. Scat belt with metal-to-metal fasteners, per the latest issue of SAE 7386. TIRP;S: Front; 11L-15, F3, 8 PR minimum, or lazger for a four wheel drive. Rear: 16.9-24, R4, 8 PR minimum, or lazger for a four wheel drive. COIVDITION5: At a minimum, the manufacturer's standard warranty, and a copy of the warranty shall be provided with the bid: 'TRADE IN: The City of Atlantic Beach currently owns a 1986 7CB 1400E Model backhoe, which we m~v want to use as a trade-in. Ifyour company accepts trade-ins, the machine can be inspected at the Public Works Yard at 1200 Sandpiper Lane, Monday thru Friday, between the hours of 7:30 AM and 430 PM by appointment. Please contact Phit Nodine or Jim Deming at 247-5834 to schedule a date and time. (Front Grappling Forks not included and there is no front bucket). The City reserves the right to refuse the trade in allowance if so desired. CITY OF ATLANTIC BEACH FOUR WIIEEL DRIVE BACICHOE/LOADER BH) #0001-7 JANUARY 24; 2001 .~ 3 PM !w'K~ ties l~ t(~~ ~ ~ .~<._. CAs~ 8G 't 1~'ewfk~:~L~37~ e,=1 r vl~D D~a~~< 3!0 (_ ~G 7~" T~13 ,~1Y ~-v3 ~~ 13 Required: Briggs Equipment Pioneer Machinery Ring Power Industrial Tractor Tresca TRAX of Tallahassee Florida New Holland Riviera Beach, FL Orlando, FL lax., FL lax, FL lax, FL Jax., FL Tallahassee, FL 1. Three (3) References i ~ ~ % / / ~ ~ including FAX / numbers 2. Form W-9 . / ~ ~ / Base Bid Price I$ ~{-/~ 77~~ I$ -7 ~1 ~rcU I $CJ 7~D/v~(~I $~~r 7U7` I $Slr )CG ~ I ~y/~`~~f~l $~7i ~/5 Less Trade In of 1998 ~- ~ JAB 3, 5 ~U - 3, ~~ ~ ~ c, ~~ ` -~ ~~~ ._ ==x .. ., y~335 TOTAL BID:.. $ ~ - `~ /~ $ 4rG/7~~' $ ~'~ O(~y~ $ SG (c7~ $LF llr [;GCi $~f ~S% J $ ~~i ~/5 _ _ ~ ~ •-,.. ~ : :` •Y; OPTIONAL 2 L'Gll 2b- S a `' Ul S•>/LS ~~/6h 7 } CV l l `iOp ~~,. Zy,e< 7n ~~ lr-yh /~c'~ ~ rf ~ Ct,~~- L(ee,c; (:~-+ EXTENDED WARRANTY PERIOD $ ~ ~ 25 S~ / $ N C $ ~()~/ ~~ ~- $ ~ 5 ~ ~' f. i $ % >'~ ~ $ '3j Ci7o $ i SrUU AND PRICE c 7`~e-u < ~ U~v J Jr f '?6 ~ ~a w~ ~z a9 ~ H .+ C+1 ~N y O ~ o~