100% found this document useful (1 vote)
145 views

Loader 2010

The document outlines specifications for an articulated rubber tire wheel loader to be purchased by the Maryland State Highway Administration. Key requirements include a minimum operating weight of 27,250 pounds, a minimum 2-year standard warranty and 3-year extended warranty with on-site repairs, a 160 horsepower diesel engine, and hydraulic and electrical systems to power the loader functions. The loader must include two buckets of 2.5 and 3 cubic yards and be painted yellow.

Uploaded by

ravensfan75
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
145 views

Loader 2010

The document outlines specifications for an articulated rubber tire wheel loader to be purchased by the Maryland State Highway Administration. Key requirements include a minimum operating weight of 27,250 pounds, a minimum 2-year standard warranty and 3-year extended warranty with on-site repairs, a 160 horsepower diesel engine, and hydraulic and electrical systems to power the loader functions. The loader must include two buckets of 2.5 and 3 cubic yards and be painted yellow.

Uploaded by

ravensfan75
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 6

STATE OF MARYLAND

STATE HIGHWAY ADMINISTRATION

EQUIPMENT DIVISION

SPECIFICATION

FOR

RUBBER TIRE WHEEL LOADER

GENERAL
The purpose of this specification is to define the minimum acceptable standards for an Articulated Rubber Tire Loader to be purchased by the Maryland State Highway Administration. The units purchased under these Specifications must be of the latest current models, and the manufacturer must have been in production of these machines for a period of five years. Standard Z Bar linkage style loader no tool carrier models are acceptable. Bidders shall supply descriptive literature of the unit bid for evaluation purposes. Loaders are to be used for loading and/or moving of soil, sand, stone, salt, cinders, debris or any other materials in the maintenance of State Highways. All equipment either standard or optional and shall be explained in detail in the manufacturers literature, which shall be supplied with bid for evaluation purposes. The manufacturer of the machine shall provide ISO 9001 certification with the bid or be considered non responsive.

COUNTERWIEGHTS
Optional liquid ballast in tires is not acceptable to meet specified weights under any conditions. Operating weight including additional equipment shall be 27,250 pound minimum and must be stated in writing and accompany the bid package.

WARRANTY
Bidder shall guarantee all machinery against defects in material and workmanship and further agrees to replace free of charge at destination, any part that may break or fail in any manner, under normal operations by reason of defective material or workmanship, within a minimum period of two (2) years Standard Warranty from delivery date, or 2,500 hours actual working time, whichever comes first. A full machine Zero Deductible extended warranty shall be a minimum of thirty six (36) months of extended coverage warranty which shall be included in the bid price of these units and commence at the expiration of the Standard Manufacturer's warranty. All warranty repairs shall be at no cost to the State Of Maryland. A copy of extended warranties shall be submitted with the bid, and if warranties are not attached the bidder will be considered non-responsive. Should parts or service not be available within 96 hours on normal working days, a machine of equal capacity shall be made available to the State Highway Administration during the breakdown period covered by the Warranties until the original unit is repaired. The vendor shall supply and deliver to the State Highway Administrations location a replacement machine and pick up this unit when original unit is returned to service at no additional charge. Also it shall be the vendors responsibility to pick up at the State Highways location any unit that cannot be repaired on site and return it when repairs are completed at no additional charge. There shall be no charge for travel time or mechanics time for warranty repairs done at State Highways locations.

CHASIS
To be articulated type, four wheel drive diesel engine driven. Chassis shall be of sturdy enough nature to withstand extreme operating conditions. Tipping load not less than 22,500 pounds straight 19,725 pounds in full turn or at 40 degrees.
RTFL-28-J02-11 Page 2

ENGINE
Shall be minimum SAE Net 160 horsepower, Six (6) cylinder, turbocharged diesel equipped with lockable engine enclosure, rear grille, and fuel fill for vandal protection. Engine to have electric block heater, engine oil cooler, Oil filters, coolant filter, and cold start aid, coolant recovery tank, and antifreeze -30 degrees (minus 30 Degrees).

TRANSMISSION
Unit shall have a power shift with Torque converter drive and a minimum of four (4) forward speeds and three (3) reverse speeds. Transmission shall be equipped with a quick shift, which allows upshifting and downshifting between two gears either in manual or automatic mode for loading. Loader shall have transmission side guards, and bottom guards for front frame and transmission.

STEERING
Unit shall have hydraulic articulated steering not to exceed 45 degrees; turning circle shall not exceed 38 feet turning radius.

OPERATORS PLATFORM
Fully modular insulated enclosed OSHA approved integral ROPS/FOPS canopy with sound dampening insulation for noise/vibration reduction conforming to SAEJ1040. Cab to include heater, defroster, factory Air conditioning, front and rear windshield wipers with washer and intermittent control, Sun Visor, high back suspension seat with adjustable for height-weight, fore-aft position, backrest tilt, armrest angle, and seat belt.. Dash shall include a full complement of necessary instruments and gauges within view of operator. Note details on instrumentation to be included under electrical section of this specification. Cab shall include storage compartment, tinted glass, (2) two outside Rearview mirrors, (2) inside Rearview mirrors, handholds, and slip resistant steps, front and rear fenders, and ample space to mount G.E Ericson Model M L S Two Way Radio.

ELECTRICAL
Unit shall have a 24 Volt weather proof electrical system, Two (2) Batteries with 950 CCA, 200-minimum rated reserve, alternator with minimum 65 amps, a master electrical disconnect switch, driving lights, front and rear work lights, turn Signals and four-way flashers stop and taillights that conform to SAE99, and a horn. The unit shall be equipped with the following gauges: Engine Coolant Temperature, Engine Oil Pressure, Hourmeter, Transmission Oil Temperature, Fuel Level, Tachometer, Battery Voltage, and Transmission Gear Indicator. The unit shall be equipped with the following warning lights: Coolant level, Engine Oil pressure, Engine Air Filter, Charging System Fault, Transmission Filter Restriction, Brake Pressure, Hydraulic Oil Temperature, Fasten Seat Belt, Park Brake Actuated and Brake Pressure Warning. Indicator Lights shall include Turn Signal, Hazard Lights, Work lights, Beacon, Low Fuel. A SAE Class 1 twin rotator amber beacon light shall be mounted to the top of the canopy.
RTFL-28-J02-11 Page 3

Shall have a 24Volt to 12Volt DC converter, 30Amp Circuit, minimum with receptacle for two-way radios, energized with ignition switch in the on and accessory position. Unit shall have a built in diagnostic fault code retrieval message center for engine and transmission. All standard and optional equipment must be factory installed.

HYDRUALIC SYSTEM
The central hydraulic system shall derive its power from a variable displacement piston type pump capable of attaining 45gpm and 3600 psi at 2000 rpm. The Loader Control Valve shall be close centered pilot design with detents in Lift, Roll, Float functions and one auxiliary valve shall be included for powered implements. System shall have compensated Automatic Ride Control, Hydraulic Oil Cooler, Spin on Oil Filters and one (1) auxiliary control switch, solenoid and related hydraulic line circuitry required to control ACS quick coupler locking pins inclusive of all controls in the cab and lines and ACS Coupler including ACS female profiles welded to required loader buckets. Note: use of ACS brand coupler is considered No Exception due to the prevalence of the product within State Highway. All related auxiliary hydraulic plumbing and electrical systems must be securely mounted throughout the machine to preclude hose and/or wire chaffing, stretching, snagging, bunching, festooning, etc. all controls in the cab, lines and valves. Maximum hydraulic full-lift time at full throttle and rated full bucket capacity shall be 5.8 seconds. Bucket dump cycle time for raising, lowering, and dumping shall be no greater than 11.2 seconds for all functions combined. Automatic bucket return-to-dig functions shall be provided.

BUCKETS
Each machine shall include two buckets, One (1) 2.5 cubic- yard bucket and One (1) 3.0 cubic- yard bucket both with bolt on cutting edges. Bucket dump height at 45shall be minimum 113 inches. NO EXCEPTIONS. Minimum Bucket Breakout Force shall be 22,500 LBS. with 2.5 yd bucket. NO EXCEPTIONS.

BRAKES / AXLES
Brakes shall conform to hydraulic wet-disc design, long life oil bathed. Brakes must be sealed and fully enclosed to allow operation in water, mud, snow and other adverse conditions. Parking brake application shall be attained by electric, hydraulic, or spring actuation. All service brake mechanisms shall be adjusted automatically and self-compensating for wear. Differentials shall be planetary reduction limited slip for both front and rear.

TIRES
Tires shall be 20.5-25 Goodyear Radial 16 ply (L3type) or Equal

SAFETY EQUIPMENT
Fire Extinguisher Slow Moving Vehicle Sign Back up alarm electronically operated meeting SAEJ994, J1446 standards Cab and Canopy shall be rollover protective meeting S.A.E. J 1040
RTFL-28-J02-11 Page 4

PAINT COLOR
Machines shall be factory painted with manufacturers yellow. "LEAD FREE PAINT".

TRIANING / MANUALS
Upon delivery of the units, the vendor will arrange for a training program for the following areas. 1.) A factory representative will instruct State Highway personnel in the basic operation of these units in a designated location by the State Highway , but shall be within a reasonable distance of delivery of units 2.) A factory representative shall provide a basic 1 day training for up to twenty (20) mechanics on Engines, Diagnostics, Hydraulic Systems, Brakes and Power Trains. This should include factory recommended service intervals to all components on these units including all optional equipment stated within these specifications. This training shall be conducted at the vendors facility or factory training center. 3.) The successful bidder shall provide with each machine at the time of delivery copies of operators manuals, copies of Parts and repair manuals, which are of most current issue. If the maintenance and parts manuals requested are available on CD-ROM, this shall be supplied in lieu of paper manuals. 4.) Any specialized tools necessary for servicing shall be included with each machine. If axle disconnect is needed for road travel then it must be supplied with the units. 5.) A front-end loader operator training VCR tape or DVD is to be supplied to each location. Also a copy of the \VHS format tape or DVD shall be delivered to the equipment division with one (1) extra copy of the parts, repair, and operators manuals for training purposes.

INVOICES
All invoicing and Certificates of origin shall be hand carried to the Equipment Division Offices within two days of units deliveries. Equipment Division Building Three 7491 Connelley Drive Hanover, MD.21076

CERTIFICATE OF ORIGIN
The State Highway shall also require a certificate of origin before processing of invoices, when completing the Certificate of Origin, Distributor-Dealer Assignment section that the purchasers address be listed as follows: State of Maryland Department of Transportation State Highway Administration 7491 Connelley Drive
RTFL-28-J02-11 Page 5

Hanover, Maryland 21076 The purchasers name may be abbreviated as follows if insufficient space for the above is a problem: St. of MD Dept of Trans. SHA Contact Stacey Garber for Certificate and Title information at 410-582-5524

EXCEPTIONS
The purpose of this specification is to describe a Rubber Tire Wheel Loader of the manufactures most recent design and current production model year. The omission of specification, which may allow less than functionally complete operationally proper unit, will not excuse the bidder from providing said correct and operational unit. For purposes of comparison, any exception variations or differences from the specification must be indicated in the "exception" space. If additional space is needed all exceptions must be in writing attached at the time of the bid. If the item of detail matches the unit as bid exactly, "None" should be noted in the exception spaces. If "None" is noted the item bid must be the same as the specification described within.

ANY EXCEPTIONS TO THE SPECIFICATION AND MUST BE CLEARLY STATED IN WRITING SUBMITTED WITH THE BID PACKAGE. NOTE TO BIDDERS
Bidders not providing detailed Literature for evaluation will be considered non-responsive. Proper proof of all SAE and ISO certifications requested within these specifications shall be provided with the bid package via fax to Department of General Services. Any exceptions not clearly noted will result in bids being considered as non-responsive. The Maryland State Highway Administration may hold a pre award meeting with the potential low bidder and The Department of General Services prior to the award of any purchase order. The agency reserves the right to accept or reject any or all bids. Past vendor performance may be used as consideration in the evaluation of overall bid. Delivery of units shall be FOB destination to the State Highway Administrations Hereford and Chestertown Facilities.

RTFL-28-J02-11

Page 6

You might also like