Home

County of Somerset New Jersey - Somerset County Park Commission

image

Contents

1. OPTION 1 3 BED WELDED STEEL DIAMOND PLATE BED REMOVABLE ACCESS PANEL FOR BELT DRIVEN ATTACHMENTS 21 5 x 54 7 SECOND YEAR PRICE OPTION FULL FLATBED FOLD DOWN SIDE KIT HINGED SIDE PANELS AND TAILGATE CAN BE FOLDED DOWN INDEPENDENTLY FITS FULL BED 64 5 x 54 7 x11 OUTSIDE 62 5 x 50 7 x11 INSIDE 20 CU FT SECOND YEAR PRICE OPTION 1 3 FLATBED STAKE SIDE KIT FORMED 14 GAUGE STEEL STAKE SIDES 195 x 53 7 x15 SECOND YEAR PRICE 65 OPTION REMOTE HYDRAULICS KIT STANDARD 4 25 GPM AT 2 000 PSI UP DOWN AND FLOAT VALVE SECOND YEAR PRICE OPTION HIGH FLOW HYDRAULICS KIT 8 GPM AT 2 000 PSI 4 GALLON RESERVOIR ELECTRICALLY ACTUATED VALVE SECOND YEAR PRICE OPTION OPTION CAB STEEL FRAME CONSTRUCTED WITH HINGED FRONT PUSH OUT GLASS REAR WINDOW SAFETY GLASS SIDE SAFETY GLASS DOORS INCLUDES FRONT WINDOW WIPER SECOND YEAR PRICE CAB HEATER SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR 66 ITEM 2 TORO GROUNDMASTER MODEL 328 D 2WD WITH SIDE DISCHARGE 72 OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION TORO GROUNDMASTER MODELS 328 D 4WD WITH SIDE DISCHARGE 72 WITH ALL 4WD UP DATES OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION ELECTRONIC CRUISE CONTROL
2. SECOND YEAR PRICE OPTION HEAVY DUTY RECEIVER HITCH SECOND YEAR PRICE OPTION DELUXE CAB SECOND YEAR PRICE OPTION VINYL ENCLOSURE SECOND YEAR PRICE OPTION BRAKE AND SIGNAL LIGHT SECOND YEAR PRICE OPTION 12 VOLT ADAPTOR KIT SECOND YEAR PRICE OPTION ROPS SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS _ EXTENDED WARRANTY YEARS __ SECOND YEAR ITEM 18 JACOBSEN HR 5111 MOWER OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION EXTENDED WARRANTY YEAR EXTENDED WARRANTY YEAR SECOND YEAR 83 OPTION FENDER MOUNTED TAILLIGHT SECOND YEAR PRICE OPTION MULCHING KIT SECOND YEAR PRICE ITEM 19 SMITHCO SWEEP STAR V 62 78 200B OR EQUAL YEAR MAKE amp MODEL NO OPTION SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRENTY YEARS SECOND YEAR ITEM 20 BILLY GOAT DEBRIS LOADER OR EQUAL SECOND YEAR PRICE OPTION OPTION YEAR MAKE amp MODEL NO TRAILER SECOND YEAR PRICE EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR ITEM 21 PRO SWEEP 5200 OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION ELECTRIC OFFSET SECOND YEAR PRICE 84 OPTION BRAKE KIT SECORD YEAR PRICE OPTION WHEEL SCRAPERS SECOND YEAR PRICE OPTION JACK STA
3. 14 60 14 61 14 62 14 63 14 64 14 65 14 66 14 67 14 68 14 69 14 70 14 71 14 72 14 73 14 74 15 0 15 1 15 2 15 3 15 4 15 5 15 6 15 7 15 8 15 9 15 10 15 11 Tractor shall be provided with a 3 point hitch ballast box capable of holding a minimum of 5 4 cubic feet of ballast EXCEPTION YES NO ROTARY CUTTER The mower shall be 3 point hitch style The rotary cutter blades shall be 2 thick 3 wide heat treated steel A round stamped steel blade pan shall be provided to protect the blade holder bar and gearbox output shaft The mower chamber depth shall be no less then 71 2 Cutting height will be adjustable between 1 and 9 5 The mower deck and skirt shall be fabricated from steel no less then 0 119 thick 70207 Transport width shall not exceed 51 inches Total cutter weight shall not be less then 515pounds The gear box shall have a minimum duty rating of 45 HP to withstand shock loads The PTO drive shaft will be at least category 3 rated and include an integral self adjusting slip clutch for protection of the driveline from shock loads Shear pin protection of the drive line is not acceptable At 540 RPM rated PTO speed the blade speed shall be no less then 13 090 RPM The cutter deck shall include front and rear safety chain deflectors A puncture proof laminated trail wheel will be provided with a minimum width of 3 5 inches and a minimum diameter of 15 inches The cutter shall carry a 1 year m
4. SECOND YEAR PRICE OPTION 23 X 10 50 12 TUBELESS TIRE AND RIM SECOND YEAR PRICE OPTION HIGH BACK CUSHION SEAT SECOND YEAR PRICE OPTION 72 REAR DISCHARGE MOWER SECOND YEAR PRICE OPTION GUARDIAN 72 RECYCLING MOWER RECYCLING WITH NO DISCHARGE SECOND YEAR PRICE OPTION 70 LBS COUNTERBALANCE WEIGHT SECOND YEAR PRICE OPTION OPTION 105 LBS COUNTERBALANCE WEIGHT SECOND YEAR PRICE CANOPY KIT SECOND YEAR PRICE 67 OPTION ROAD LIGHT KIT SECOND YEAR PRICE OPTION DEBRIS BLOWER SECOND YEAR PRICE OPTION CAB TO INCLUDE DOME LIGHT ALL STEEL CAB CONSTRUCTION 2 SPEED WIPER HEATER SAFETY GLASS SLIDING REAR WINDOW FLASHER KIT PRESSURIZED VINYL PADDED INTERIOR TWO WORKLIGHTS FUSE BLOCK SWITCH PANEL LIFTING EARS SECOND YEAR PRICE OPTION 60 X 24 ROTARY BROOM SECOND YEAR PRICE OPTION 48 V PLOW SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS OPTION EXTENDED WARRANTY YEARS SECOND YEAR 68 ITEM 3 TORO GREENSMASTER 3150 WITH 8 BLADE CUTTING UNITS OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION 11 BLADE UNIT WITH ALUMINUM WIEHEL ROLLER SECOND YEAR PRICE OPTION 3 WHEEL DRIVE KIT WITH ROPS SECOND YEAR PRICE OPTION TRACTION TIRES 231 1
5. Business Address STREET ADDRESS City STATE ZIP TELEPHONE FAX EMAIL Listed below are the names and addresses of all stockholders partners or individuals who own 10 or more of its stock of any classes or who own 10 or greater interest therein NAME HOME ADDRESS NAME HOME ADDRESS CONTINUE ON ADDITIONAL SHEETS IF NECESSARY Yes No Signature Date Printed Name and Title 88 COUNTY OF SOMERSET NON COLLUSION AFFIDAVIT Stateof w Countyof SS pa ers hah AN ofthe City inthe County of and State of of full age being duly sworn according to law on my oath depose and say that lam iced et aeons ofthe firm of Title or position Name of firm the bidder making this Proposal for the above named project and that executed the said proposal with full authority so to do that said bidder has not directly or indirectly entered into any agreement participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with the above named project and that all statements contained in said proposal and in this affidavit are true and correct and made with full knowledge that the County of Somerset relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said project further warrant that no person or selling agency has been employed or retained to
6. SECOND YEAR PRICE ITEM 9 JOHN DEERE MODEL 110 TRACTOR LOADER SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION OPTION 72 HEAVY DUTY QUICK ATTACH 4 IN 1 CLAM SHELL BUCKET SECOND YEAR PRICE 24 WIDE HEAVY DUTY QUICK ATTACH BACKHOE BUCKET SECOND YEAR PRICE OPTION TRADE IN 1973 FORD 3550 LOADER SERIAL C379669 MODEL K5022K 75 OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR PRICE OPTION 12 WIDE HEAVY DUTY QUICK ATTACH BACKHOE BUCKET SECOND YEAR PRICE ITEM 10 JOHN DEERE MODEL 2320 COMPACT UTILITY TRACTOR WITH 200CX LOADER TRACTOR OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION FRONTIER RC2048 ROTARY CUTTER OR EQUAL TO SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION AERATOR SECOND YEAR PRICE OPTION BACKHOE SECOND YEAR PRICE OPTION BOX BLADES SECOND YEAR PRICE OPTION BROADCAST SPREADER SECOND YEAR PRICE OPTION OPTION LANDSCAPE RAKE SECOND YEAR PRICE POST HOLE DIGGER SECOND YEAR PRICE 76 OPTION SNOW BLOWER SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY SECOND YEAR PRICE YEARS ITEM 11 VERMEER 1800XL WOOD CHIPPER OR EQUAL SEC
7. as declared by the County of Somerset The contract awarded between the County of Somerset and the successful vendor s 1 shall establish the contractual obligation regarding the specific items specifications and quantities to be provided to the Lead Agency and 2 shall also set forth the estimated quantities together with relevant delivery information with respect to the Other Agencies as specified in these specifications All Other Agencies ordering any materials supplies or work pursuant to this master contract shall do so by issuance of the appropriate contract between the Other Agency and the vendors subject to the requirements of the master contract which may be referred to by reference No such subsidiary contract issued by another agency shall provide for any deviation from the specifications price or quality set forth in the master contract pursuant to these specifications No vendor shall be required or permitted to extend bid prices to participating contracting units unless so specified in the bids In the event that the lowest responsible bidder responding to these specifications indicates by the appropriate checkmark unwillingness to extend the bid prices to the Other Agencies category then the contract for the stated needs of the Lead Agency will be awarded to the lowest responsible bidder and new bids will be sought and a second master contract subsequently awarded with respect to the needs of the Other Agencies OR the cont
8. similar leather bands studded with metal filings or razor blades imbedded in wood and 4 stun guns and any weapon or other device which projects releases or emits tear gas or any other substance intended to produce temporary physical discomfort or permanent injury through being vaporized or otherwise dispensed in the air Smoking is prohibited in the County facilities It is also prohibited to bring any tobacco products matches lighters etc onto the Jail premises Violators of this policy will be cited for a first degree misdemeanor and be removed and barred from the premises COUNTY OF SOMERSET SPECIFICATIONS FOR PARK AND GOLF COURSE EQUIPMENT All dimensions capacities weight and ratings shall be considered minimums unless otherwise noted Vendors shall list exceptions in the exception area and none if there are no exceptions If the vendor makes no notations in the exception area the buyer shall assume that the unit offered meets all specifications In all cases where a brand name is designated the intent is brand name or equal 1 0 1 1 1 2 1 3 1 4 15 1 6 1 7 1 8 1 9 1 10 2 0 2 1 GENERAL DESCRIPTION It is the intent of this specification to establish the terms to provide Somerset County and its Co op members hereafter referred to as owners with a 2 year contract for 2008 or current model year Park and Golf Course Maintenance Equipment No guarantees are made or implied for the total value of this co
9. 21 Church St PO Bx 340 Rt 519 So 165 County Rd 199 Foul Rift Rd PO Bx 159 500 Mt Pisgah Ave PO Bx 587 46 Mountain Blvd 213 Mt Horeb Rd 46 Mountain Blvd 100 Belvidere Ave One Dr Parenty Way Rocky Hill NJ 08553 Roselle Park NJ 07204 2083 So Bound Brook NJ 08880 Somerville NJ 08876 Raritan NJ 08869 No Branch NJ 08876 Bridgewater NJ 08807 Bernardsville NJ 07924 Bridgewater NJ 08807 0400 Somerville NJ 08876 Somerville NJ 08876 1800 Monmouth Junct NJ 08852 Monmouth Junction NJ 08852 Summit NJ 07901 Teterboro NJ 07608 Califon NJ 07830 Elizabeth NJ 07207 Union NJ 07083 Vernon NJ 07462 Belvidere NJ 07823 1949 Belvidere NJ 07823 Oxford NJ 07863 0587 Warren NJ 07059 0695 Warren NJ 07059 Warren NJ 07059 Washington NJ 07882 1426 Watchung NJ 07069 609 924 7445 Fax 924 2274 908 245 0819 Fax 245 5598 732 356 0258 Fax 563 4431 203 5121 Fax 526 8096 908 526 1227 Fax 707 0871 722 1200 x 245 Fax 722 6592 908 526 8900x7285 Fax 526 9569 908 630 3012 Fax 953 0699 732 469 0593x207 Fax 469 4179 218 4127 Fax 526 9668 725 2300 Fax 725 2859 732 297 7800x5121 Fax 422 8054 732 329 4000x7304 Fax 274 8864 273 6400 Fax 273 2977 201 288 1200 Fax 288 3203 439 0022x726 Fax 439 0035 527 4134 Fax 558 2548 851 5456 Fax 851 4679 973 764 4055x2284 Fax 764 5535 908 475 6573 Fax 475 6555 475 5412 Fax 475 5873 908 453 2174 Fax 453 4241 753 8000 x 233 Fax 757 9173 647 9155 x200 Fax 647 30
10. Automobile and shall be subject to approval for adequacy of protection and certificates of such insurance shall be provided with the owner named as additional insured A Insurance Requirements Worker s Compensation and Employer s Liability Insurance This insurance shall be maintained in full force during the life of this contract by the bidder covering all employees engaged in performance of this contract pursuant to N J S A 34 15 12 a and N J A C 12 235 1 6 Minimum Employer s Liability 1 000 000 00 General Liability Insurance This insurance shall have limits of not less than 3 000 000 00 any one person and 3 000 000 00 any one accident for bodily injury and 3 000 000 00 aggregate for property damage and shall be maintained in force during the life of the contract Automobile Liability Insurance This insurance covering bidder for claims arising from owned hired and non owned vehicles with limits of not less than 3 000 000 00 any one person and 3 000 000 00 any one accident for bodily injury and 3 000 000 00 each accident for property damage shall be maintained in force during the life of this contract by the bidder B Certificates of the Required Insurance x Yes No Certificates as listed above shall be submitted along with the contract as evidence covering Comprehensive General Liability Comprehensive Automobile Liability and where applicable necessary Workers Compensation and Employer s Liability Insurance Such
11. Contractor agrees to indemnify and save harmless the County its officers agents and employees hereinafter referred to as indemnities from all suits including attorney s fees and costs of litigation actions loss damage expense cost of claims of any character or on account of any act claim or amount arising or recovered under Workers Compensation law or arising out of failure of the Contractor or those acting under Contractor to conform to any statutes ordinances regulations law or court decree It is the intent of the parties to this contract that the indemnities shall in all instances except for loss or damage resulting from the sole negligence of the indemnitee be indemnified against all liability loss or damage of any nature whatsoever ADDITIONS DELETIONS OF SERVICE The County reserves the right to add and or delete services to this contract Should a service requirement be deleted payment to the Contractor will be reduced proportionally to the amount of service deleted in accordance with the bid price Should additional services be required payment to the Contractor will be increased proportionally to the amount of service added in accordance with the bid price Vendor s literature and or pricing sheets will not be accepted in lieu of completing the proposal blank s set forth in these specifications SPECIFICATIONS Any prospective bidder who wishes to challenge a bid specification shall file such challenges in writing wit
12. Digging force crowd cylinder 3764 165 Backhoe boom shall be curved type 21 degree angle of departure minimum Backhoe control valve shall be below operator platform Backhoe shall have hydraulic dampening when it approaches either side of the swing arc 18 bucket shall be provided with quick attachment design Rubber pads for stabilizers required Backhoe must be able to detach within 10 minutes by removing two retaining and mounting pins then disconnect the quick couple hoses EXCEPTION YES NO 13 68 OPERATORS STATION 13 69 13 70 Front hood shall slope 21 degrees for better visibility with 4 post ROP with over head protection with canopy Instrument panel shall provide warning lights for major functions and hydraulic oil temperature gauge 39 13 71 13 72 13 73 13 74 13 75 13 76 13 77 13 78 13 79 13 80 13 81 13 82 13 83 13 84 13 85 13 86 13 87 13 88 14 0 14 1 14 2 14 3 14 4 14 5 14 6 14 7 Shall have creep to reposition lever that is reachable from the seat and allows the operator to move the machine along the trench without turning the seat around Shall have two front and two rear work lights appropriate blinkers and hazard lights T handle loader control shall have diverter valve control integrated into the handle This allows hydraulic functions to be shifted from the front to the rear of the machine Transport weight with loader and backhoe 7600 165
13. Height of cut 1 4 adjustable front and rear in 5 increments with spacers on the caster shafts 6 69 Construction shall be 11 gauge steel 6 deep welded construction with 3 5 x 7 gauge channel EXCEPTION YES NO 6 70 CUTTER DRIVE 6 71 Isolation mounted PTO driven gearbox with 1 26 1 spiral bevel gear 6 72 hex section belts to spindles 673 1 25 diameter spindle shafts and protected by rugged conical spindle housing 6 74 Two greaseable tapered roller bearings 6 75 Blades shall be 25 long 25 thick heat treated 6 76 Anti scalp cup located on each blade EXCEPTION YES NO 24 6 77 SUSPENSION AND CASTER WHEELS 6 78 Two front 10 00 x 3 25 and two rear 6 25 x 3 0 caster tires 6 79 Tires shall consist of hard rubber and roller bearings 6 80 Deck shall be counterbalanced by two torsion springs 6 81 One front and two rear center anti scalp rollers 6 82 Adjustable side skids EXCEPTION YES NO 683 CERTIFICATION 6 84 Prime mover and cutting unit certified to meet ANSI B71 4 1990 and applicable Federal and State regulations based thereon The manufacturer of the equipment in this bid specification shall be ISC 9000 certified at the original point of production EXCEPTION YES NO 6 85 TRAINING 6 86 Operators shall be trained in the operation of the equipment 6 87 Mechanics shall be trained in the maintenance of the equipment 6 88 One parts manual and service manual shall be sup
14. Machine shall have a drawbar hitch for pulling attachments EXCEPTION YES NO TIRES Front tires 10 x 16 5 SPR RE TURF Rear tires 17 5L x 24 8PR R3 TURF EXCEPTION YES NO WARRANTY One year on entire machine Unlimited hours parts labor and transportation MANUALS All machines shall come with operator manual and provide a place to store the manual on the machine Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and one service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish MISCELLANEOUS Shall be equipped with polymer canopy recessed lighting and ROPS FOPS ITEM 10 JOHN DEERE MODEL 2320 COMPACT UTILITY TRACTOR WITH 200CX LOADER OR EQUAL ENGINE Engine shall be 3 cylinder liquid cooled and diesel engine with indirect fuel injection Minimum of 24 gross HP and a minimum of 18 PTO HP at rated engine speed of 3 000 RPM Engine displacement 68 cubic inches Two stage dry type air cleaner and air restriction indicator Glow plugs 6 gallon fuel capacity EXCEPTION YES NO 40 14 12 14 8 14 9 14 10 14 11 14 13 14 14 14 15 14 16 14 17 14 18 14 19 14 16 14 17 14 18 14 19 14 20 14 21 14 22 14 23 14 24 TRA
15. a diameter of 3 a stroke of 5 7 8 and a rod diameter of 1 4 The blade shall have a cutting cycle of up to 60 times per minute EXCEPTION YES NO 51 17 58 17 59 17 60 17 61 17 62 17 63 17 64 17 65 17 66 17 67 17 68 17 69 17 70 17 71 17 72 17 73 17 74 17 75 17 76 17 77 17 78 17 79 17 80 17 81 ALAMO 60 GRASS FLAIL HEAD Minimum cutting width of 59 Adjustable cutting height from 4 to maximum of 4 Maximum overall width is 67 3 2 Cutter shaft OD is 5 2 with 3 8 wall thickness supported on spherical roller bearings I in diameter Cutter shaft is driven by three quad power drive type with XPA belts Cutter shaft speed is 2 250 RPM blade tip speed is 10 808 FPM There will be a minimum of 40 blades blade pin diameter 1s 5 8 Cutter housing is 5 32 thick inside and outside end plate thickness is 5 16 Rear roller is 6 OD wall thickness is 3 16 and rear roller bearings are 1 3 16 roller type Power is by a piston type hydraulic motor 3 600 RPM 5 000 PSI 118 HP motor shaft is 1 keyed motor CID is 2 48 Front cutter housing shall have a 4 position foot guard with front nose 2 77 square tubing with clamp bracket shall mount head to arm EXCEPTION YES NO ALAMO BUZZBAR TREE LIMB CUTTER 48 width of cut head features two 26 rotary saw blades 3 16 thick capable of cutting up to 6 material each blade has 60 teeth that are set and filed Extra set
16. hardness 7 57 Reel weldment shaft is a 1 375 diameter tube with drive inserts permanently pressed in both ends 7 58 Reel position maintained by a wave washer with no adjusting nut 7 59 Replaceable single edge high carbon steel bed knife austempered to RC48 55 7 60 Front roller 15 2 5 diameter with sealed bearings and through shaft 7 61 Full rear steel 2 diameter with sealed bearings and through shaft EXCEPTION YES NO 7 62 WARRANTY 7 63 Two years unlimited hours parts labor and transportation EXCEPTION YES NO 7 64 TRAINING 7 65 Operators shall be trained in the operation of the equipment 7 66 Mechanics shall be trained in the maintenance of the equipment 7 67 parts manual and one service manual shall be supplied with each piece of equipment EXCEPTION YES NO 7 68 CERTIFICATION The manufacturer of this equipment in this bid must be ISO 9000 certified at the original point of production EXCEPTION YES NO 27 80 4 BUFFALO TURBINE DEBRIS BLOWER EQUAL 81 GENERAL DESCRIPTION 8 2 Self contained PTO 3 point hitch Belt driven 8 3 Trailer mounted 8 4 Engine powered axial fan debris blower EXCEPTION YES NO 85 ENGINE 8 6 Kohler twin cylinder 8 7 23 HP air cooled gas engine 8 8 12 Volt electric start 8 9 5 gallon fuel tank 8 10 Up to 3 800 RPM operating speed EXCEPTION YES NO 8 11 BLOWER 8 12 The blower shall be an axial fl
17. law a contractor is a person partnership association joint stock company trust corporation or other legal business entity or successor thereof who enters into a contract which is subject to the provisions of the New Jersey Prevailing Wage Act N J S A 34 11 56 25 et seq It applies to contractors based in New Jersey or in another state The law defines public works projects as contracts for public work as defined in the Prevailing Wage statute N J S A 34 11 56 25 5 The term means e Construction reconstruction demolition alteration or repair work or maintenance work including painting and decorating done under contract and paid for in whole or in part out of the funds of a public body except work performed under a rehabilitation program e Public work shall also mean construction reconstruction demolition alteration or repair work done on any property or premises whether or not the work is paid for from public funds e Maintenance work means the repair of existing facilities when the size type or extent of such facilities is not thereby changed or increased White maintenance includes painting and decorating and is covered under the law it does not include work such as routine landscape maintenance or janitorial services To register a contractor must provide the State Department of Labor with a full and accurately completed application form The form is available online at www st
18. mechanical centrifugal governor 58 cu In displacement Rear location direct coupled to a transaxle 12 volt electric starter and fuel pump Full pressure lubrication with spin on oil filter Exhaust emissions to meet C A R B for specialty vehicle engines and EPA regulations Mid mounted with removable screen lower clean out access Remount mounted heavy duty 2 stage air cleaner with evacuator valve 12 volt 690 cold cranking amps at 0 F EXCEPTION YES NO INSTRUMEMT PANEL Fuel gauge temperature gauge and hour meter Engine low oil pressure warning light EXCEPTION YES NO WHEELS AND TIRES Front 20x10 10 4 ply rating turf treads Rear 24x12 12 6 ply rating turf tread EXCEPTION YES NO BED CARGO AREA Vehicle will offer flexibility of interchangeable bed configurations Twin cylinder hydraulic lift EXCEPTION YES NO TRANSMISSION DRIVE TRAIN Rear transaxle configuration Twin axle drive 3 speed synchromesh forward speed only H shift pattern with high low range providing 6 forward speeds and two reverse Manual engage rear differential lock 4 Wheel drive Automatic on demand Standard 3 high gear lock out EXCEPTION YES NO 5 28 5 29 5 30 5 31 5 32 5 33 5 34 5 35 5 36 5 37 5 38 5 39 5 40 5 41 5 42 5 43 5 44 5 45 5 46 5 47 5 48 5 49 5 50 5 51 5 52 5 53 5 54 5 55 5 56 5 57 SUSPENSION Front Independent A frame control ar
19. pressured w 16 1 410 mm fan Air Filter Donaldson Cyclopac w service indicator warning light Alternator 45 amp Max Rated HP 49 5 HP 36 5kW 2800 rpm Governed Rated HP Torque 109 ft Ibs 1200 rpm Low Idle Speed 900 rpm High Idle Speed HR 2800 rpm Fuel Capacity 20 U S gallon 75 71 EXCEPTION YES NO HYDRAULIC SYSTEM Capacity 17 U S gallon Hydraulic oil cooler Rating 10 micron return filter EXCEPTION YES NO 59 22 17 22 18 22 19 22 20 22 21 22 22 22 23 22 24 22 25 22 26 22 27 22 28 22 29 22 30 22 31 22 32 22 33 22 34 22 35 22 36 22 37 22 38 22 39 22 40 22 41 22 42 22 43 22 44 22 45 22 46 TRACTION SYSTEM Variable displacement hydrostatic drive to front differential w differential lock amp 2 high torque rear wheel motors Electro hydraulic 4WD control valve w auto shift to 2WD downhill Mow Speed 0 7 5 mph 12k h Transport Speed 2WD 0 15 mph 25 k h Reverse Speed 0 6 mph 9 7 k h Traction Pump Max Flow HR 30 gpm 113 5 l m System Relief Setting 3500 psi 241 bars Charge Relief Setting 250 psi 17 2 bars EXCEPTION YES NO DECK SYSTEM Drive 3 Section gear pump with 3 electro hydraulic controlvalves allowing 1 2 or 3 deck operation Hydraulic drive motors direct coupled to each blade Deck amp Size 3 1 front 64 1625 mm 2 wings 42 1066 mm Blades amp Size per deck Front 3 wings 2 25 x 23 6 3 mm x 584 mm
20. side mounted fold down hydraulically powered flail mower and three point hitch PTO powered flail mower The two flail mowers may be operated either individually or together for a greater cutting swath Vendor shall be responsible for pick up delivery and proper installation with OEM components EXCEPTION YES NO WING UNIT Full length frame with mounting at front of tractor and pads at rear of tractor to specifically exclude mounting to the bell housing of the tractor Frame to include a positive transport lock up position EXCEPTION YES NO MOWERS Unitized cutter housing with 10 gauge top and 4 inboard and 5 16 outboard end plates with bearing guards Full length replaceable skid shoes Cutter shaft is balanced 4 5 diameter 3 8 wall with 4 rows of knives Knife tip speed is 8 900 FPM Mounting provides anti jamming seal rubber shock mount is not acceptable Cutter shaft bearings are greaseable sealed self aligning 1 15 16 rated at 3 300 165 Attached to housing with 6 grade 5 3 8 bolts Bearing flange may be used as bearing puller Pillow block bearings not acceptable Rear rollers are 6 diameter 14 wall full length tube rated at 6 000 lbs Cutting height adjustable from 0 to 6 in increments with hex shaped shaft ends Roller bearings are hex shaped 1 1 3 across corners self aligning with cast steel cap outboard and neoprene seal inboard External bearings are not acceptable Rolle
21. with 8 gpm 2000 psi or tractor with a minimum of 25 hp Dual quick coupler with 2 hose connection dash mounted on off switch Hydraulic power lift cylinder High lift SWEEPING WIDTH HOPPER CAPACITY 25 Cubic feet COLLECTION SYSTEM Hydraulic power rotary brush Floating brush housing BRUSH SPEED Forward sweeping speed 0 4 mph infinitely variable Forward transport speed with hopper in transport down position 0 15 mph ROLLER 6 Diameter full width roller directly behind rotary brush Adjustable height TIRES 26 5 X 14 12 DIMENSIONS Height 68 Length 145 Width 87 Dump height clearance 68 Weight empty 1 512 Ibs WARRANTY Two years unlimited hours Parts Labor and Transportation 63 EXCEPTION ITEM EXCEPTION 64 PRICE LIST OF BID ITEMS AND OPTIONS ITEM 1 TORO WORKMAN 4200 FOURWHEEL DRIVE UTILITY VEHICLE OR EQUAL WITH STANDARD BODY SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION TORO WORKMAN 4200 FOUR WHEEL DRIVE UTILITY VEHICLE OR EQUAL WITH 3 CYLINDER DIESEL ENGINE BIO DIESEL READY B20 SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION TORO WORKMAN 4200 FOUR WHEEL DRIVE UTILITY VEHICLE OR EQUAL WITH NO REAR BODY SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION 2 3 BED WELDED STEEL DIAMOND PLATE BED 48 1 x 54 7 SECOND YEAR PRICE
22. with universals transfers power to front mounted attachments EXCEPTION YES NO BRAKING Dynamic braking through hydrostatic transmission Parking brake operates by hand actuated brake lever with two 10 25 diameter disc brakes mounted on the rear wheel motors EXCEPTION YES NO INSTRUMENTATION Hour meter Glow plug indicator High temperature indicator Oil pressure indicator Alternator indicator EXCEPTION YES NO 46 16 25 16 26 16 27 16 28 16 29 16 30 16 31 16 32 16 33 16 34 16 35 16 36 16 37 16 38 16 39 16 40 16 41 16 42 16 43 16 44 16 45 16 46 16 47 16 48 16 49 16 50 16 51 16 52 16 53 16 54 16 55 16 56 INTERLOCKS Traction neutral operator presence parking brake PTO on auxiliary hydraulics on high temperature shuts down PTO and over temperature shuts down engine EXCEPTION YES NO TIRES Drive two 24x12 12 6 ply pneumatic Tuff Trac Tread Front caster two 15x 6 6 4 ply pneumatic ribbed tread on greasable bearings EXCEPTION YES NO SEAT Two piece seat with high back cushion drain hole deluxe low profile suspension 4 fore aft travel Adjustable armrests and retractable seat belt EXCEPTION YES NO DIMENSIONS Length 95 Width 77 with 72 deck Height 72 with ROPS in up position Wheelbase 57 Weight 1 900 Ibs EXCEPTION YES NO TRANSPORT SPEED Forward 0 12 mph infinitely variable Reverse 0 8 5 mph infin
23. 1 67 11 68 11 69 11 70 11 71 11 72 11 73 11 74 11 75 11 76 11 77 12 0 12 1 12 2 12 3 12 4 12 5 12 6 12 7 12 8 12 9 12 10 BACKLAPPING On unit electrically switch able variable speed backlapping Front three units at once rear two units together EXCEPTION YES NO CERTIFICATION Certified to meet ANSI spec B71 4 2004 and European Community specifications CE certified The manufacturer of the equipment in the bid must be ISO 9000 certified at the original point of production EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment supplied Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO WARRANTY Two year unlimited hours Parts labor and transportation All attachments shall have a two year warranty EXCEPTION YES NO ITEM 8 TORO SAND PRO INFIELD PRO 5040 OR EQUAL GENERAL Main frame shall be tricycle type vehicle with heavy duty welded rectangular steel frame Three wheel drive Front wheel steering with adjustable tilt steering wheel Heavy duty front fork All steel shrouding and fenders Ease unit to have capability of front and rear quick attachme
24. 15 84 15 85 CUTTING SYSTEM 36 Drum diameter 26 5 Drum width 4 cutting knives Knife size 5 5 x10 x 625 5 bolts per knife 25 5 x 3 0 bed knife Bed knife thickness 1 25 4 bed knife edges Drive belt SV Length 140 poly Engine sheave pulley diameter 9 25 Cutter drum sheave pulley diameter 21 2 2 cutter drum bearings 2 4375 bore Cutter drum shaft diameter 4 Spring loaded belt idled tensioner Lower feed stop bar activated without an intentional action by the operator The bar is located at the end of the feed table and when the bar is depressed the feed rollers stop only when a reset button is pushed or the feed control bar is reset do the rollers start back up EXCEPTION YES NO HYDRAULIC SYSTEM Open center live hydraulics gear driven pump off of the engine Pump Displacement 66 GPM Flow at maximum RPM 7 8 GPM Relief pressure 2500 PSI 12 gallon hydraulic tank Directional control valve Filtration 3 micron return 100 micron suction EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO WARRANTY T
25. 27 PRICE PER TIRE SECOND YEAR PRICE OPTION TOURAMENT BEDKNIFE 125 375 94 4263 SECOND YEAR PRICE OPTION OPTION OPTION OPTION LO CUT BEDKNIFE 1 8 188 1 00 93 4264 SECOND YEAR PRICE NARROW SPACED WIEHLE SET OF THREE 2 5 DIAMETER WITH SEALED BEARING AND THROUGH SHAFT STEEL TUBE SECOND YEAR PRICE HIGH HEIGHT OF CUT KIT 106 4699 SECOND YEAR PRICE 8 BLADE HEAVY DUTY REEL SECOND YEAR PRICE OPTION FRONT LIGHT KIT SECOND YEAR PRICE 69 OPTION HYDRAULIC LEAK DETECTION SYSTEM SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDER WARRANTY YEARS SECOND YEAR ITEM 4 BUFFALO TURBINE KB DEBRIS BLOWER OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION RECTANGULAR NOZZLE 10 LONG SECOND YEAR PRICE OPTION RECTANGULAR NOZZLE 19 LONG SECOND YEAR PRICE OPTION MAINTENANCE METER SECOND YEAR PRICE OPTION WATER PROOF PROTECTIVE COVER SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS __ EXTENDED WARRANTY YEARS SECOND YEAR 70 ITEM 5 TORO GROUNDMASTER 3500 SIDEWINDER ROTARY MOWER OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION WORK LIGHT KIT SECOND YEAR PRICE OPTION LEAF MULCHING KIT SECOND YEAR PRICE OPTION BIMINI S
26. 35 908 753 8000 x 258 Fax 753 6893 689 3600 Fax 689 9485 755 8536 Fax 755 6946 Tim Stys SBA Bd Sec Victoria Rousseau PW Assist Lora Olsen Twp Clerk Mary Lucia Secretary to BA BS Kevin Galland Admin Clerk Watchung Hills Reg High Sch Watchung Boro of West Amwell Twp West Morris Reg High Sch Dist West Paterson Boro of 108 Stirling Rd Municipal Bldg 15 Mountain Blvd 150 Rocktown Lambertville Rd 10 South Four Bridges Rd 5 Brophy La Warren NJ 07059 Watchung NJ 07069 Lambertville NJ 08530 Chester NJ 077930 West Paterson NJ 07424 647 4800 x4850 Fax 647 4852 756 0080 Fax 757 7027 609 397 2054 Fax 397 8634 908 879 6404 Fax 908 879 8861 973 345 8100x100 Fax 345 8194 COUNTY OF SOMERSET GENERAL INSTRUCTIONS SUBMISSION OF BIDS A Sealed bids shall be received in accordance with public advertisement as required by law a copy of said notice being attached hereto and made a part of these specifications B Each bid shall be submitted on the proposal form attached in a sealed envelope 1 addressed to the Purchasing Agent 2 bearing the name and address of the bidder on the outside 3 clearly marked BID with the name of the item s being bid Provide One 1 Original amp One 1 copy of the bid C It is the bidder s responsibility to see that bids are presented to the Purchasing Agent on the hour and at the place designated Bids may be hand delivered or mailed however the County disclaims any r
27. 6 21 17 21 18 21 19 21 20 21 21 21 22 21 23 21 34 21 35 21 36 21 37 21 38 ITEM 17 TORO WORKMAN MDE MID DUTY ELECTRIC UTILITY VEHICLE OR EQUAL DRIVE SYSTEM 48 volt separately excited DC motor with external fan Motor brush life 1 500 hours Coupled to transaxle direct drive double reduction with differential 16 99 to 1 ratio with helical gears Regenerative braking Eight 6V T145 batteries Controller is 48 volt separately excited with regenerative braking 500 amps maximum includes roll off indicator thermal cutback fully sealed potted status indicator light Infinitely variable speed to 16 MPH with supervisor economy mode to limit speed to 12 MPH EXCEPTION YES NO CHARGER Supplied with vehicle and designed to fit in storage compartment beneath passenger seat Remote charger with drive inhibit on AC connect 115V AC input 48V DC output Quick connect fitting to vehicle SUSPENSION Active in frame suspension allows vehicle bed and rear axle to pivot independent of the front section and operator compartment Front suspension is single A arm design with coil over shock absorbers Rear suspension is swing arm design with coil over shock absorbers The combination of both suspensions will allow a greater degree of stability traction and ride over undulating terrain Manual pinion and sector gear system with 67 steering and ergonomically positioned column Steering wheel has 3 turns lock to l
28. 6 45 Two front traction drive tires 23x 8 50 12 tubeless 4 ply on demountable drop center rims 6 46 Two rear steering tires 16x 6 50 8 tubeless rib tread 4 ply 6 47 Individual 7 x 1 75 drum type wheel brakes and parking brakes on front traction wheels used together or individually for steering control or slope mowing 6 48 Dynamic braking through traction drive EXCEPTION YES NO 23 6 49 ATTACHMENT COMPATIBILITY 6 50 Must be able to accept without modification approved attachments leaf blower snow blower cab and snowplow EXCEPTION YES NO 6 51 STORAGE 6 52 Toolbox with latch down cover located in fender 6 53 Operator manual storage tube shall be furnished for attachment to seat frame EXCEPTION YES NO 6 54 ROPS 6 55 OSHA certified 2 post ROPS with retractable seat belt 6 56 Two 35 counterbalance weights 6 57 Units bid shall be certified to meet American National Standards Institute s ANSI specifications B71 4 2004 and applicable Federal and State regulations based thereon EXCEPTION YES NO 6 58 72 SIDE DISCHARGE MOWER DECK 6 59 72 width of cut 6 60 Three blades 6 61 Front mounted rotary 6 62 Side discharge 6 63 Shall mow up to 3 8 acres per hour at 5 5 mph 6 64 Deck offset 18 to the right from centerline 6 65 Deck trim width from outside of traction tire to trim side right 23 6 66 Uncut circle right 15 6 67 Uncut circle with use of wheel brakes 0 6 68
29. 61 12 62 12 63 12 64 12 65 12 66 QUICK ATTACH DRAG MAT CARRIER SYSTEM Rear mount 72 width 2 working surface with steel drag mat Two complete systems with both steel and coco drag mats QUICK ATTACH TOOTH RAKE ASSEMBLY Rear mount tooth rake has 72 working width Five rake section with 27 prongs adjustable for depth and wear QUICK ATTACH SPIKER UNITS Rear mount two independent floating spiker units 57 6 width 1 25 maximum working depth 12 spiker blades 11 hold down fingers per unit QUICK ATTACH RAHN INFIELD GROOMER Rear mount multiple purpose athletic field grooming tool includes scarifier bar spring tine bar broom bar leveling bars Interchangeable settings to adapt to field grooming purpose QUICK ATTACH GROOMING BROOM Rear mount three section broom 72 6 working width QUICK ATTACH HITCH KIT Rear mount drawbar attachment allows use of trailers QUICK ATTACH HYDRAULIC FLEX BLADE Front mount 36 width steel blade 4 position settings raise hold lower and float Rasie to transport height Blade is linked to front steering systems and will pivot with steering input QUICK ATTACH LIP BROOM Front mounted hydraulically powered and controlled rotary broom allows clay to be brushed from fence lines and from outfield grass areas QUICK ATTACH DEBRIS BLOWER Rear mount hydraulic drive with 2000 rpm fan to produce 2 700 cfm QUICK ATTACH SCARIFIER LEVELNG BLADE SYSTEM Mid mount selectable de
30. 7041 Millstone NJ 08844 Monroe Twp NJ 08832 Skillman NJ 08558 Belle Mead NJ 08502 Morristown NJ 07963 0900 Randolph NJ 07869 2086 Convent Sta NJ 07961 7603 Warren NJ 07059 Newton NJ 07860 No Plainfield NJ 07060 5315 No Plainfield NJ 07060 No Brunswick NJ 08902 Oakhurst NJ 07755 Paterson NJ 07524 Peapack NJ 07977 0218 Piscataway NJ 08854 Randolph NJ 07869 Somerville NJ 08876 Raritan NJ 08869 Flemington NJ 08822 3446 Whitehouse Sta NJ 08889 908 859 3355 Fax 213 1037 725 9478 Fax 231 8620 973 543 4555 Fax 973 543 6630 609 989 6710 Fax 609 989 6733 732 356 7400 x236 Fax 356 7954 973 564 7073 Fax 564 7468 359 5783 Fax 359 7300 732 656 4573 Fax 521 3190 609 466 7601 Fax 466 0944 359 8211 Fax 359 0970 973 285 6333 Fax 829 0304 973 328 5044 Fax 973 328 5047 973 326 7215 Fax 973 605 8363 762 5600x5013 Fax 542 1075 973 383 3521x226 Fax 383 8961 769 6050x6105 Fax 755 5490 769 2900 Fax 769 6499 732 247 0922 x268 732 531 5000x310 Fax 531 5286 973 247 3301 Fax 973 279 6234 234 2250 Fax 781 5687 732 562 2395 Fax 743 2501 973 989 7057 Fax 989 7076 218 8866 Fax 526 5235 231 1300 Fax 231 0810 806 6101 Fax 806 7061 908 534 4051 Fax 908 534 5909 Raymond Whitlock Clerk Kenneth Blum Acting CFO Donald Kazar Clerk Bob Panfili Chief Admin Srvs Jeff Siipola Business Admin Purchasing Agent Diane Strober Nancy Hunter SBA Bd Secretary Glen Petrauski Exec Dir Vincent Aufiero Dir P
31. Admin Justine Progebin Assist Bus Admin Andrew Brannen Twp Manager Jerry Volpe Dir Purchasing Margaret Gould Guy Gaspari Asst Dir of PW Gail Catania Purchasing Coord Lester Miller Dir Purchasing Daniel Jaxel Admin Mr Struening Dir PW Vita Mekovetz RMC MMC RPPO Lopatcong Twp Manville Boro of Mendham Twp of Mercer County Middlesex Boro of Millburn Twp of Millstone Boro of Monroe Twp of Montgomery Twp Bd of Ed Montgomery Twp of Morris County Morris County College of Morris Twp of Morris Union Jointure Comm Newton Town of No Plainfield Bd of Ed No Plainfield Boro of North Brunswick Twp of Ocean Twp of Passaic County of Peapack Gladstone Boro of Piscataway Twp of Randolph Twp of Raritan Vall Comm College Raritan Boro of Raritan Twp of Readinton Twp 232 S Third St 325 No Main St PO Box 520 640 So Broad St PO Bx 8068 1200 Mountain Ave 375 Millburn Ave 23 Amwell Rd 1 Municipal Plaza 1014 Rt 601 Municipal Bldg 2261 Rt 206 PO Bx 900 10 Court St 214 Center Grove Rd 50 Woodland Ave PO Bx 7603 217 Mountain View Rd 39 Trinity St 33 Mountain Ave 263 Somerset St 710 Hermann Rd 399 Monmouth Rd 495 River St Mun Bldg School St PO Box 218 505 Sidney Rd 502 Millbrook Ave PO Bx 3300 22 First St One Municipal Dr 509 Route 523 Phillipsburg NJ 08865 Manville NJ 08835 Brookside NJ 07926 Trenton NJ 08650 0068 Middlesex NJ 08846 Millburn NJ 0
32. Blade Tip Speed 18200 ft min 5547m m Deck Material Thickness 10 Gauge 135 6 4 mm Deck Section 1 pump flow 13 gpm 491 m Deck Section 1 relief setting 3000 psi 206 9 bars Deck Section 2 pump flow 13 gpm 491 m Deck Section 2 relief setting 3000 psi 206 9 bars Deck Section 3 pump flow 13 gpm 491 m Deck Section 3 relief setting 3000 psi 206 9 bars EXCEPTION YES NO LIFT SYSTEM Hydraulic gear pump to 3 spool lift valve which allows 1 2 or 3 deck operation Lift System Pump Flow 3 3 gpm 12 51 Lift System Relief Setting 1500 psi 103 4 bars EXCEPTION YES NO STEERING SYSTEM Hydrostatic steering to rear wheels Steering System Pump Flow 4 5 gpm 171 m Steering System Relief Setting 1500 psi 103 4 bars EXCEPTION YES NO 60 22 47 22 48 22 49 22 50 22 51 22 52 22 53 22 54 22 55 22 56 22 57 22 58 22 59 22 60 TIRE BRAKES Front Tire 26 x 12 12 6 ply rating Rear Tire 23 x 10 5 12 4 ply rating Service brake dynamic through traction circuit 8 8 hydraulic disc on front wheels Parking brake 8 mechanical disc EXCEPTION YES NO PRODUCTION 6 4 acres hour 6 mph 80 of full capacity EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator traini
33. CE OPTION 62 REAR DISCHARGE SECOND YEAR PRICE OPTION 72 GUARDIAN RECYCLER SECOND YEAR PRICE OPTION 72 SIDE DISCHARGE SECOND YEAR PRICE OPTION 72 REAR DISCHARGE SECOND YEAR PRICE ITEM 13 ALAMO MACHETE 17 FLAIL MOWER OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION TIMBER CAT HEAD SECOND YEAR PRICE OPTION ALAMO 60 GRASS FLAIL HEAD SECOND YEAR PRICE 79 OPTION ALAMO BUZZBAR TREE LIMB CUTTER SECOND YEAR PRICE OPTION CUTTING UNIT QUICK HITCH SYSTEM SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR ITEM 14 ALAMO INTERSTATER MOWING SYSTEM OR EQUAL YEAR MAKE amp MODEL NO OPTION REAR MOWER UNIT 88 SECOND YEAR PRICE OPTION WING MOWER 20 9 INTERSTATER 88 REAR FLAIL 88 LEFT amp RIGHT WINGS SECOND YEAR PRICE OPTION WING MOWER 18 5 INTERSTATER 88 REAR FLAIL 74 LEFT amp RIGHT WINGS SECOND YEAR PRICE OPTION WING MOWER 16 5 INTERSTATER 88 REAR FLAIL 60 LEFT amp RIGHT WINGS SECOND YEAR PRICE OPTION 13 2 SINGLE SIDE INTERSTATER 88 REAR FLAIL amp 88 RIGHT WING SECOND YEAR PRICE 80 OPTION 12 2 SINGLE SIDE INTERSTATER 88 REAR FLAIL amp 74 RIGHT WING SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WA
34. County of Somerset New Jersey PO Box 3000 20 Grove Street COUNTY ADMINISTRATION BUILDING SOMERVILLE NJ 08876 1262 PURCHASING DIVISION MARY LOUISE STANTON Purchasing Agent QPA PHONE 908 231 7045 Fax 908 575 3917 NOTICE TO BIDDERS 2 SOCCP The County of Somerset is conducting a voluntary Co operative Pricing System 2 SOCCP Sealed bids which will be received by the Purchasing Agent acting as Lead Agent on behalf of each participating contracting unit on January 6 2009 at 2 30 P M prevailing time in the Purchasing Division County Administration Building 20 Grove St Somerville NJ 08876 at which time and place bids will be opened and read in public for Parks amp Golf Course Equipment Contract CC 94 08 Specifications and instruction to bidders may be obtained at the Purchasing Office or the County website at WWW CO Somerset nj us All Bid Addenda will be issued on the website Therefore all interested respondents should check the website from now through bid opening It is the sole responsibility of the respondent to be knowledgeable of all addenda related to this procurement Bidders shall comply with the requirements of N J S A 10 5 31 and A C 17 27 et seq Mary Louise Stanton Purchasing Agent NOTICE RESULTS OF ALL BIDS ARE POSTED ON THE COUNTY WEB SITE CO OPERATIVE PRICING CONDITIONS METHOD OF AWARDING CONTRACTS Contract s of purchase shall be awarded to the lowest responsible bidder s
35. DC 52 amp hour heavy duty battery 40 amp heavy duty alternator Two 35 watt sealed beam headlights two 5 21 watt tail stoplights EXCEPTION YES NO DRIVE TRAIN CVT transmission is enclosed and forced air cooled with independent air filter Automatic torque converter high low range forward neutral reverse shifter four wheel drive with engage disengage Dual mode differential provides locked mode for maximum traction and unlocked for minimal ground disturbance Limited slip front differential EXCEPTION YES NO SUSPENSION Rack and pinion steering Front suspension is independent Mac Pherson strut type Rear is semi independent DeDion axle with leaf springs hydraulic shocks Wheel travel is 3 9 front 2 8 rear EXCEPTION YES NO STEERING Automatically variable electric power steering system reduces steering effort by monitoring vehicle speed steering torque required and applying the correct amount of steering assistance required EXCEPTION YES NO 55 19 23 19 24 19 25 19 26 19 27 19 28 19 29 19 30 19 31 19 32 19 33 19 34 19 35 19 36 19 37 19 38 19 39 19 40 19 41 19 42 19 43 19 44 19 45 19 46 19 47 19 48 19 49 19 50 BRAKES Four wheel hydraulic drum self adjusting EXCEPTION YES NO CAB FRAME STRUCTURE Four post cab frame structure meets ROPS requirements for wheel tractors under SAE J1194 7 1 1 7 1 2 7 4 and 7 5 Vehicle is to have full st
36. EAR MOWER UNIT 88 center three point hitch mount Rear and side unit to be built by same manufacturer Center orientation will cover tractor wheel tracks EXCEPTION YES NO 18 32 18 33 18 34 18 35 18 36 18 37 18 38 18 39 18 40 18 41 18 42 18 43 18 45 18 46 18 47 18 48 18 49 18 50 18 51 MOWER CONSTRUCTION Unitized cutter housing is 10 gauge with bearing guards and full length replaceable skid shoes Cutter shaft is balanced 4 diameter 3 8 wall with 4 rows of knives Knife tip speed is 8 900 FPM Mounting provides anti jamming seal rubber shock mount is not acceptable Rear roller is 6 diameter 4 wall full length tube rated at 6 000 labs Cutting height is adjustable from 0 to 6 in 2 increments with hex shaped shaft ends Roller bearings are hex shaped 1 3 across corners self aligning with cast steel cap out board and neoprene seal inboard external bearings are not acceptable Roller adjustment bracket provides labyrinth seal formed by recessed tubing to protect learning from foreign material 2 x 6 formed roller brackets attached by 4 2 grade 5 carrier bolts Lift chains allow flexibility to the tractor hitch provides a greater vertical angular range which the mower can freely move through EXCEPTION YES NO DRIVE TRAIN 540 RPM PTO Category 4 with spring loaded slip clutch Gearbox is 60 HP continuous rated 90 HP intermittent Drive shaft t
37. GPM for a minimum total flow of 5 6 GPM Operating pressure will be a minimum of 2 420 PSI The tractor will have joystick style mid selective control valves with a pair of hydraulic quick couplers located under the right foot rest In addition the tractor must be capable of adding a set of constant flow power beyond ports to the tractor rear EXCEPTION YES NO INSTURUMENTATION Electric fuel gauge Tachometer Hour meter Parking brake light on Warning flasher light on Low oil pressure light High coolant temperature light Alternator discharge light 41 14 25 14 26 14 27 14 28 14 29 PTO engaged light Air pre heater light 12 volt electrical system 12 volt 20 amp alternator 500 amp CCA battery EXCEPTION YES NO 14 30 14 31 14 32 14 33 14 34 14 35 14 36 14 37 14 38 14 39 14 40 14 41 14 42 14 43 14 44 14 45 14 46 14 47 14 48 14 49 14 50 14 51 14 52 14 53 14 54 HITCH 3 POINT The three point hitch will include quick attach assembly for easy implement hook up The three point hitch must have a minimum lifting capacity of 1 150 lbs measured 24 behind link arms and 1 433 lbs measured at the draft link ends The three point hitch shall include adjustable position control and rate of drop control EXCEPTION YES NO OPERATOR STATION The tractor shall be equipped with a 2 post foldable roll over protective structure ROPS that meets SAE J2194 and OSHA 1928 ROPS r
38. N REGULATIONS OF P L 1975 c 127 The following questions must be answered by all bidders 1 Do you have a federally approved or sanctioned Affirmative Action Program YES NO If yes please submit a photostatic copy of such approval 2 Do you have a State Certificate of Employee Information Report Approval YES NO If yes please submit a photostatic copy of such certificate THE UNDERSIGNED CONTRACTOR CERTIFIES THAT HE IS AWARE OF THE COMMITMENT TO COMPLY WITH THE REQUIREMENTS OF P L 1975 c 127 AND AGREES TO FURNISH THE REQUIRED DOCUMENTATION PURSUANT TO THE LAW Company Signature Print Name Title Date NOTE A CONTRACTOR 5 BID MUST REJECTED AS NON RESPONSIVE IF A CONTRACTOR FAILS TO COMPLY WITH REQUIREMENTS OF P L 1975 c 127 WITHIN THE TIME FRAME 90 REVISED 10 08 EXHIBIT A MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N J S A 10 5 31 et seq P L 1975 C 127 17 27 GOODS PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract the contractor agrees as follows The contractor or subcontractor where applicable will not discriminate against any employee or applicant for employment because of age race creed color national origin ancestry marital status affectional or sexual orientation gender identity or expression disability nationality or sex Except with respectto affectional or sexual orientation and gender identity or expression the
39. ND SECOND YEAR PRICE OPTION EXTENDED WARRANTY EXTENDED WARRANTY SECOND YEAR 85 COUNTY OF SOMERSET BID DOCUMENT CHECKLIST REQUIRED Read Signed BY OWNER amp Submitted px Bid Proposal Form Statement of Ownership Non Collusion Affidavit Consent of Surety Surety Disclosure Statement and Certification Acknowledgement of Receipt of Addenda To be Completed if Addenda are Issued Bid Guarantee with Power of Attorney for full amount of Bid Bond Performance Bond Maintenance Bond Required Evidence Affirmative Action Regulations Three 3 references for similar projects N J Business Registration Certificate Authorization for Background Check 1 pp Co operative Pricing Conditions Other Agency Requirements Reviewed Mandatory Affirmative Action Language Americans With Disability Act of 1990 Language Prevailing Wage Rates The Public Works Contractor Registration Act D Pd Pd ML P3 DC P2 L1 L1 ll P3 L1 L1 P3 X EJ Tp do Ti E Exceptions Sheet This form is provided for bidder s use in assuring compliance with all required documentation Name of Bidder 1 1 LLL By Authorized Representative Signature 86 BID PROPOSAL FORM SIGNATURE PAGE TO THE COUNTY OF SOMERSET BOARD OF CHOSEN FREEHOLDERS The undersigned declares that he she has read the Notice Instructions Affidavits and Scope of Services att
40. NJ 07102 Marlton NJ 08053 Fanwood NJ 07023 908 234 1487 x206 Fax 234 2318 234 0333 Fax 234 9732 234 0333 Fax 234 1640 204 2600 x106 Fax 766 7641 204 3065 Fax 766 5762 766 1941 Fax 766 1941 766 3000 x118 Fax 766 2401 362 6663x227 Fax 362 9635 732 356 0833 Fax 356 8990 526 1300 x171 Fax 927 0707 725 6300 x 272 Fax 725 3365 856 225 5439 Fax 856 225 5444 973 377 5114 Fax 973 377 5082 973 635 0674 x105 Fax 635 2417 973 635 9390 Fax 973 635 4413 879 5361x3009 Fax 879 5812 879 5100 x812 Fax 879 8281 709 7200 Fax 276 7664 856 453 2132 Fax 856 451 0967 732 968 3033 Fax 732 968 8605 782 8536 x19 Fax 782 1967 558 2496 Fax 353 5262 908 820 4276 Fax 820 0112 973 621 5103 Fax 621 5109 856 797 6840 Fax 797 6844 322 8236 Fax 322 7178 Ann Henning Purchasing Agent Stephanie Hope BA BS Carl Ganger Jr Purch Agent Rita Vadimski Admin Manager Joyce Miller Purchasing Agent January Adams Dir John Calavano Bd Sec Peter Mercante PA Joyce Picariello Bus Admin Kathryn Kitchener Admin Tracy Toribio DPW Superintendent Thomas Campbell CPWM Bonnie Dakis Bonnie Fleming Tax Collector CFO Susan Chrebet Purchasing Gary Nucera Exec Dir Buck Sixt Dir PW Dan Wills Nancy Canto Purchasing Agent Michele Hovan Admin Clerk Ray Krov SBA BS John Davenport III QPA PA Ramon Cowell DPW Supervisor Steve Romanowitch PW Anne Marie Whelan Purchasing Karen Sullivan Purchasing Manager Tom S
41. NSMISSION Transmission shall be hydrostatic type with independent forward and reverse pedals Transmission will feature two operating speed ranges A foot activated rear differential lock is required Final drive gears shall be spur type EXCEPTION YES NO DRIVETRAIN The front axle shall be mechanical front wheel drive 4Wheel Drive shall be selectable by the operator to either full time on or off EXCEPTION YES NO PTO Tractor shall be equipped with a rear 540 rpm PTO and mid 2 100 RPM PTO PTO engagement shall be done electro hydraulically through a wet disc clutch Both PTO clutches shall be independent of transmission engagement allowing implement use while the tractor is not moving PTO engagement shall be selectable by the operator such that only the rear PTO operates only the mid PTO operates or both rear and mid PTOs operate simultaneously EXCEPTION YES NO STEERING AND BRAKES Steering shall be hydrostatic power steering with tie rod ends and steering cylinder located behind the front axle The brake system will incorporate individual internal wet disc rear wheel brakes which may be controlled together or independently for tighter turning The tractor will have an independent hand operated parking brake EXCEPTION YES NO HYDRAULIC SYSTEM The system will be an open center type with dual gear pumps The steering pump will provide a minimum of 2 2 GPM and the implement pump will provide a minimum of 3 4
42. Net Engine HP 41 0 HP Hydraulic HP 30 92 HP Total displacement not less than 121 7 cu Inches 12 Volt 40 amp alternator 55 amp output Air heater cold starting aid and block heater EXCEPTION YES NO TRANSMISSION Hydrostatic type transmission with load sensing system Separate foot pedals for forward and reverse Three range speeds Maximum traveling speed not less than 16 mph Transmission shall automatically adjust to engine output EXCEPTION YES NO POWER TRAIN Front axle shall be four wheel drive type Front axle shall be mechanical bevel gear Front differential shall be cast for added strength power shall be delivered through a heavy four pinion differential Steering hydrostatic power with 58 degree turn Final drives planetary inboard Brakes wet disc mechanical Rear power takeoff 540 fully independent with 3 point hitch category 1 capability EXCEPTION YES NO HYDRAULIC SYSTEM Pumps 3 open center systems Total flow 23 6 gpm Operating pressure 3000 psi Oil Cooler steel thick core 190 sq inches Unit shall come with three 3 function loader hydraulics EXCEPTION YES NO CAPACITIES Fuel tank 15 3 US gallons Cooling System 2 4 US gallons Hydraulic transmission fluids 15 gallons EXCEPTION YES NO 38 13 35 13 36 13 36 LOADER Loader shall mount directly to webbed ductile cast iron masts that absorb extreme shock loads Top and sides
43. O REEL SPEED CONTROL Reel drive circuit is split independently for front and rear cutting units Hydraulic functions controlled by an integrated hydraulic control block Reel speed is manually adjustable in incremental settings Frequency of chip variable by manual adjustment of reel speed from 200 1 975 rpm EXCEPTION YES NO CUTTING UNITS Five 22 8 reels Precision manufactured cutting units include cast rear frame Dual precision adjust bedknife to reel Hydraulically driven balanced cutting units with adjustable rear weight transfer spring Cutting units shall feature quick disconnect for removal installation 100 total width of cut Trailing design for free flotation in all directions All cutting units are interchangeable no lefts rights Height of cut range 25 to 1 0 standard high height of cut to 1 5 available EXCEPTION YES NO ROLLERS Front cutting unit rollers are 3 diameter deep groove Wiehle rollers Rear rollers are 2 5 diameter shortened solid rollers Power rear roller brushes helically woven stiff bristled brush with 11 point contact 2 000 rpm spin rate EXCEPTION YES NO FAIRWAY GROOMERS Each cutting unit shall have a grooming reel installed between front roller and reel Each unit has a grooming width of 20 5 above height of cut when disengaged Each blade is 2 5 diameter 042 thick heat treated spring steel with 5 spacing EXCEPTION YES NO 34 11 66 1
44. ON AUTOMATIC CONTROL ELECTRONIC HAND HELD DIAGNOSTIC TOOL SECOND YEAR PRICE LIGHT KIT SECOND YEAR PRICE OPTION 2 WHEEL DRIVE SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR PRICE ITEM 8 TORO INFIELD 5040 OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO FINISH GRADER SECOND YEAR PRICE OPTION SPRING RAKE SECOND YEAR PRICE OPTION DRAG MAT CARRIER SYSTEM SECOND YEAR PRICE 73 OPTION TOOTH RAKE SYSTEM SECOND YEAR PRICE OPTION SPIKER UNITS SECOND YEAR PRICE OPTION RAHN INFEILD GROOMER SECOND YEAR PRICE OPTION GROOMING BROOM SECOND YEAR PRICE OPTION HITCH KIT SECOND YEAR PRICE OPTION HYDRAULIC FLEX BLADE SECOND YEAR PRICE OPTION LIP BROOM SECOND YEAR PRICE OPTION DEBRIS BLOWER SECOND YEAR PRICE OPTION SCARIFIER LEVELING SYSTEM SECOND YEAR PRICE OPTION REMOTE HITCH SECOND YEAR PRICE OPTION HYDRAULICS UPGRADE SECOND YEAR PRICE 74 OPTION LIGHT KIT SECOND YEAR PRICE OPTION SPEED LIMITER SECOND YEAR PRICE OPTION MANUAL BLADE SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR PRICE OPTION TOOL BOX
45. ON YES NO HYDRAULIC FILTER Shall have a maximum of 16 micron filter with an ISO cleanliness code of 18 13 and full flow of 35 GPM The unit shall have a pre valve inline pressure filter with a maximum 12 micron filter filter condition gauge and a minimum of 30 GPM rating EXCEPTION YES NO KING POST Shall have two 2 2 ID Teflon impregnated bearings with a 2 diameter chrome plated pin Shall have a 5 diameter x 4 thick UHMW polyethylene thrust washer Shall have a minimum total bearing area of 46 square inches King post shall be mounted a minimum of 40 above ground to maximize reach if mowing over guard rails EXCEPTION YES NO 49 17 15 17 16 17 17 17 18 17 19 17 20 17 21 17 22 17 23 17 24 17 25 17 26 17 27 BOOM ARM Shall be of a two piece design with all pivot points having replaceable Teflon bearings All pivot pins shall be a minimum of 1 5 in diameter The inner boom shall be made of a minimum of 6 x 6 x 4 wall steel tubing 50 000 Ib sq in yield strength The dipper shall be made of a minimum of 5 x 5 x 4 wall steel tubing 50 000 Ib sq in yield strength All hinge points shall use T 1 steel for reinforcement Horizontal boom swing shall be a minimum of 125 degree swing hydraulically operated The swing cylinder shall be mounted in such a way that the breakaway forces are transmitted to the barrel side of the cylinder and not the rod side EXCEPTION
46. OND YEAR PRICE YEAR MAKE amp MODEL NO OPTION HYDRAULIC WINCH 7 16 DIAMETER LINE SIZE SPECTRA CORE WITH POLYESTER JACKET 10 200 LINE BREAKING STRENGHT 1 4 CHAIN SIZE DRUM CAPACITY 150 FT MAXIMUM LOAD CAPACITY 2 000 LBS SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY SECOND YEAR PRICE YEARS ITEM 12 TORO GROUNDSMASTER 7210 WITH POLAR TRAC AND ACCESSORIES OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY SECOND YEAR PRICE YEARS 77 OPTION ROAD LIGHT KIT SECOND YEAR PRICE OPTION ROPS MOUNTED SUNSHADE SECOND YEAR PRICE OPTION REAR MOUNT DEBRIS BLOWER SECOND YEAR PRICE OPTION REAR MOUNT BROADCAST SPREADER SECOND YEAR PRICE OPTION REAR MOUNT FINISH MOWER SECOND YEAR PRICE OPTION REAR MOUNT RAHN INFIELD GROOMER SECOND YEAR PRICE OPTION REAR MOUNT DRAG MAT CARRIER SYSTEM SECOND YEAR PRICE OPTION POLAR TRAC SYSTEM SECOND YEAR PRICE OPTION 60 STRAIGHT PLOW WITH HYDRAULIC ANGLE SECOND YEAR PRICE OPTION 53 TWO STAGE PTOIVE SNOWBLOWER WITH HYDRAULIC CHUTE ROTATION SECOND YEAR PRICE 78 OPTION 60 ROTARY BROOM WITH HYDRAULIC ANGLE SECOND YEAR PRICE OPTION 48 V PLOW SECOND YEAR PRICE OPTION 62 GUARDIAN RECYCLER SECOND YEAR PRI
47. RIES Road light kit for mower configuration ROPS mounted sunshade for mower configuration Rear mount tool system Traction unit includes quick attach system comprised of a frame for rapidly attaching and removing accessories Rear mount quick attach hydraulic system for power accessories Rear mount quick attach system debris blower hydraulic powered Rear mount broadcast spreader for sand and salt hydraulic powered Finish Grader rear mount finish grader attachment is an all welded steel 10 x 66 box plow with closed ends spring loaded and self relieving equipped with 30 tooth scarifier bar Rahn infield groomer rear mounted multiple purpose athletic field grooming tool includes scarifier bar spring tine bar broom bar leveling bars Interchangeable settings to adapt to field grooming purpose Drag Mat Carrier System ear mount 72 width steel or coco drag mats 2 working surface Polar Track System front mount converts the GM7210 traction unit into a snow removal machine with two rubber tracks and a climate control cab Track system interchanges with standard drive tires and provides one drive wheel per side and two bogey wheels mounted to a walking axle that permits motion without losing traction tension Track shall be a rubber compound designed to maintain traction on slick ice covered ground Ground speed is approximately 8 mph Front quick attachment system consists of a quick attach A frame on a hydraulically powered lift ar
48. RRANTY YEARS SECOND YEAR 15 KAWASAKI MULE 4010 OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION FRONT MOUNT SNOWPLOW POWER LIFT SECOND YEAR PRICE OPTION ELECTRIC OVER HYDRAULIC BED DUMP SECOND YEAR PRICE OPTION OPTION ITEM 16 DEDUCT FOR GASOLINE ENGINE POWER UNIT SECOND YEAR PRICE EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR DAKOTA TURF 410 OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION BLACK SPINNER FERTILIZER SECOND YEAR PRICE 81 OPTION GREEN SPINNER GRASS SEED SECOND YEAR PRICE OPTION PARKING STAND SECOND YEAR PRICE OPTION REAR CONVEYOR SECOND YEAR PRICE OPTION ELECTRIC OVER HYDRAULIC CONTROL SECOND YEAR PRICE OPTION MANUAL HYDRAULIC CONTROL SECOND YEAR PRICE OPTION ITEM 17 EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR TORO WORKMAN MDE MID DUTY ELECTRIC UTITILY VEHICLE OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION BED LIFT SECOND YEAR PRICE OPTION REAR LIFT SECOND YEAR PRICE OPTION CANOPY SECOND YEAR PRICE 82 OPTION FOLDING OR SOLID WINDSHIELD
49. UNSHADE SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR ITEM 6 OPTION TORO PC 1298 AERATOR OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO MINI TINE HEAD 1 ROW OF 6 SECOND YEAR PRICE OPTION MINI TINE HEAD 2 ROW OF 5 SECOND YEAR PRICE OPTION NEEDLE TINE HEAD SECOND YEAR PRICE 71 OPTION 3 TINE HEAD SECOND YEAR PRICE OPTION 3 TINE HEAD HEAVY DUTY SECOND YEAR PRICE OPTION EXTENDED WARRANTY YEARS EXTENDED WARRANTY YEARS SECOND YEAR OPTION TRADE IN TORO GREENS AERATOR MODEL 09110 SERIAL 80777 YEAR 1988 MODEL 09110 SERIAL 00321 YEAR 1990 MODEL 09110 SERIAL 00313 YEAR 1990 MODEL 09110 SERIAL 20390 YEAR 1992 ITEM 7 TORO REELMASTER 5410 D FIVEPLEX FAIRWAY MOWER OR EQUAL SECOND YEAR PRICE YEAR MAKE amp MODEL NO OPTION CROSS TRAX ALL WHEEL DRIVE SECOND YEAR PRICE OPTION TURF DEFENDER LEAK DETECTOR SECOND YEAR PRICE OPTION AIR RIDE SEAT SUSPENSION SECOND YEAR PRICE OPTION GRASS BASKET KIT SECOND YEAR PRICE OPTION REAR ROLLER SCRAPER SECOND YEAR PRICE 72 OPTION WIEHLE ROLLER SCRAPER SECOND YEAR PRICE OPTION HEAVY DUTY BEDKNIFE SECOND YEAR PRICE OPTION OPTI
50. Y MAY ALREADY BE ON FILE WITH THE COUNTY OF SOMERSET STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE FOR STATE AGENCY AND CASINO SERVICE CONTRACTOR TAXPAYER NAME TRADE NAME TAX REGISTRATION TEST ACCOUNT CLIENT REGISTRATION TAXPAYER IDENTIFICATION SEQUENCE NUMBER 970 097 382 500 0107 5 ADDRESS ISSUANCE DATE 7 ROEBLING AVE 07 14 04 847 R TRE ON NJ 066 EFFECTIVE DATE owu FORM BAC O 0 is Conti 4 NOT ae grat e vase nut RR sh displayed at above address MER VIS ANE IRR STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Taxpayer Name TAX REG TEST ACCOUNT Trade Name Address 47 ROEBLING AVE TRENTON NJ 08611 Certificate Number 1095907 Date of Issuance October 14 2004 For Office Use Only 20041014112823533 95 COUNTY OF SOMERSET ACKNOWLEDGMENT OF RECEIPT OF ADDENDA The undersigned Bidder hereby acknowledges receipt of the following Addenda ADDENDUM ACKNOWLEDGE RECEIPT NUMBER DATE Initial Acknowledged for Name of Bidder By Signature of Authorized Representative Name Print or Type Title Date FORM NOT REQUIRED IF NO ADDENDA ISSUED 96
51. YES NO BOOM REACH With 60 head Minimum reach up will be 18 The minimum reach out shall be 17 8 The minimum reach down shall be 9 3 below tractor ground level Boom mower head shall be able to mow within 6 of rear tractor tire with 18 4 x 30 tires Shall use four bar linkage to allow 205 degree head rotation EXCEPTION YES NO HYDRAULICS Shall have a closed loop hydrostatic piston pump rated at 46 GPM at 3600 RPM and 5000 PSI Highly efficient piston pump 17 28 The front pump shall be idle during transport Drive shaft assembly to the pump shall be 17 29 17 30 17 31 17 32 17 33 17 34 17 35 17 36 rated at a minimum of 371 ft Ib of torque All motor circuit hoses shall be a minimum of 1 four wire braid with an SAE rating of 100R12 The dipper boom hoses shall be of metal tubing and fasten to the inside of the boom The inner boom hoses shall be metal tubing and fasten to outside and back of the boom The mower deck hoses shall be a four wire braid SAE 100R 12 fitted with Cordura sleeving for protection against the brush Valve stack shall allow secondary manual bypass of joystick control Hydraulics shall include an accumulator to allow arm float EXCEPTION YES NO CYLINDER VALVE The cylinder valve shall be a five spool electronic proportional pressure compensating type with a main relief The valve shall allow a minimum of four functions simultaneously The swing lift and dipp
52. ached that he she has determined the conditions affecting the bid and agrees if this bid is accepted to furnish and deliver services per the following See pricing pages 65 85 Contract Length 24 months from date of award Co operative Pricing Bid 2 SOCCP Corporation The undersigned is a Partnership under the laws oftheStateof having its Individual Principal office at Company Federal I D for Social Security Address Signature of Authorized Agent Type or Print Name Title of Authorized Agent Date Telephone Number Email Address Fax Number 87 COUNTY OF SOMERSET STOCKHOLDER DISCLOSURE CERTIFICATION N J S A 52 25 24 2 P L 1977 c 33 FAILURE OF THE BIDDER TO SUBMIT THE REQUIRED INFORMATION IS CAUSE FOR AUTOMATIC REJ ECTION CHECK ONE I certify that the list below contains the names and home addresses of all stockholders holding 10 or more of the issued and outstanding stock of the undersigned I certify that no one stockholder owns 10 or more of the issued and outstanding stock of the undersigned Legal Name of Bidder Business Check which business entity applies Partnership Corporation L Sole Proprietorship Limited Partnership Limited Liability Partnership C Limited Liability Corporation C Subchapter S Corporation Other Complete if the bidder respondent is one of the 3 types of Corporations Date Incorporated Where Incorporated
53. actor agrees to revise any of its testing procedures if necessary to assure that all personnel testing conforms with the principles of job related testing as established by the statutes and court decisions of the State of New J ersey and as established by applicable Federal law and applicable Federal court decisions In conforming with the targeted employment goals the contractor or subcontractor agrees to review all procedures relating to transfer upgrading downgrading and layoff to ensure that all such actions are taken without regard to age creed color national origin ancestry marital status affectional or sexual orientation gender identity or expression disability nationality or sex consistent with the statutes and court decisions of the State of New J ersey and applicable Federal law and applicable Federal court decisions The contractor shall submit to the public agency after notification of award but prior to execution of a goods and services contract one of the following three documents Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the office from time to time in order to carry out the purposes of these 91 regulations and public agencies shall furnish suc
54. all be raised hydraulically and shut off automatically when raised 9 62 Single lever controls lift lower and shut off functions EXCEPTION YES NO 30 9 63 CERTIFICATION 9 64 Unit specified must comply with ANSI B71 4 1999 The manufacturer of the equipment bid must also be ISO 9000 certified at the original point of production EXCEPTION YES NO 9 65 TRAINING 9 66 Operators shall be trained in the operation of the equipment 9 67 Mechanics shall be trained in the maintenance of the equipment 9 68 One parts and service manual shall be supplied with each piece of equipment supplied 9 69 Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO 9 70 WARRANTY 9 71 Two years parts labor and transportation 9 72 Allattachments shall have a two year warranty EXCEPTION YES NO 10 0 ITEM 6 TORO PC1298 AERATOR OR EQUAL TO 10 1 GENERAL DESCRIPTION This specification describes a tractor drawn PTO driven cam type aerator capable of aerating up to 99 225 square feet per hour It shall consist of two independent coring heads to follow ground contours and 98 wide coring swath EXCEPTION YES NO 102 DRIVE SYSTEM 10 3 Tractor powered 540 RPM PTO with 40 minimum horsepower at the PTO 10 4 Splined slip yoke drive shaft transfers power from the tractor to aerator gear case input
55. and subcontractors shall collect such proofs of business registration and maintain them on file 3 prior to receipt of final payment from a contracting agency a contractor must submit to the contacting agency an accurate list of all subcontractors and suppliers or attest that none was used and 4 during the term of this contract the contractor and its affiliates shall collect and remit and shall notify all subcontractors and their affiliates that they must collect and remit to the Director New J ersey Division of Taxation the use tax due pursuant to the Sales and Use Tax Act N J S A 54 32B 1 et seq on all sales of tangible personal property delivered into this State A contractor subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of 25 for each day of violation not to exceed 50 000 for each business registration not properly provided or maintained under a contract with a contracting agency Information on the law and its requirements is available by calling 609 292 9292 ALERT FAILURE TO INCLUDE A COPY OF YOUR NEW J ERSEY BUSINESS REGISTRATION CERTIFICATE IS CAUSE FOR REJ ECTION OF YOUR PROPOSAL 94 COUNTY OF SOMERSET THESE ARE SAMPLES OF THE ONLY ACCEPTABLE BUSINESS REGISTRATION CERTIFICATES FAILURE TO SUBMIT ONE OF THESE DOCUMENTS WITH THE BID WILL CAUSE YOUR BID TO BE REJECTED REGARDLESS OF THE FACT THAT A COP
56. anufacturer s warranty and the cutter gear box shall carry a 2 year manufacturer s warranty Warranty to cover material labor and transportation EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions ITEM 11 VERMEER 1800XL WOOD CHIPPER OR EQUAL 177 inch Transport length 79 inch Transport width 110 Inch height Weight 9 360 Ibs 850 Ibs Tongue weight 12 500 Ibs Jack Capacity Extendable tongue 24 inch on 12 inch increments 3 8 inch Safety chains Lockable tool battery box 2 3 8 inch pintle hitch 19 inch chipping capacity EXCEPTION YES NO 43 15 12 15 13 15 14 15 15 15 16 15 17 15 18 15 19 15 20 15 21 15 22 15 23 15 24 15 25 15 26 15 27 15 28 15 29 15 30 15 31 15 32 15 33 15 34 15 35 15 36 15 37 15 38 15 39 15 40 15 41 15 42 15 43 15 44 15 45 15 46 15 47 15 48 15 49 15 50 15 51 15 52 ENGINE John Deere PH4045THF285 Tier 3 compliant Four Cylinder Maximum gross hp 115 2400 RPM Maximum Torque 317 ft lbs 1500 RPM Liquid cooled 2 stage dry air cleaner Spin on oil filter 12 volt electrical system 65 a
57. ate nj us labor Isse Ispubcon html N J S A 34 11 56 55 specifically prohibits accepting applications for registration as a substitute for a certificate or registration NON COLLUSION AFFIDAVIT The Non Collusion Affidavit which is part of these specifications shall be properly executed and submitted intact with the proposal NON DISCRIMINATION There shall be no discrimination against any employee engaged in the work required to produce the commodities covered by any contract resulting from this bid or against any applicant to such employment because of race religion sex national origin creed color ancestry age marital status affectional or sexual orientation familial status liability for service in the Armed Forces of the United States or nationality This provision shall include but not be limited to the following employment upgrading demotion transfer recruitment or recruitment advertising layoff or termination rates of pay or other forms of compensation and selection for training including apprenticeship The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this bid 11 11 12 13 14 15 REQUIRED AFFIRMATIVE ACTION EVIDENCE NO FIRM MAY BE ISSUED A CONTRACT UNLESS THEY COMPLY WITH THE AFFIRMATIVE ACTION REGULATIONS OF P L 1975 c 127 AS AMENDED FROM TIME TO TIME AND THE AMERICANS WITH DISABILITIES ACT A Procurement Profess
58. ation supplied to the owner may be required to be supplied on CD ROM media compatible with the owner s computer operating system windows based Microsoft Office Suite 2000 23 24 25 27 AMENDMENTS TO N J S A 2C 21 33 et seq TRUTH IN CONTRACTING New provisions of law govern false claims and representation It is a serious crime for the vendor to knowingly submit a false claim and or knowingly make material misrepresentation There are enhanced penalties for areas of false claims bid rigging and bribery gratuities and gifts and conflict of interest Please consult the statute for further information N J BUSINESS REGISTRATION PROGRAM Certificate required pursuant to C57 PL2004 The law provides that a copy of the Business Registration Certificate issued by the NJ Dept of Treasury shall be provided at the time any bid or RFP is submitted failure to do so is a fatal defect that cannot be cured PAY TO PLAY NOTICE OF DISCLOSURE REQUIREMENT P L 2005 Chapter 271 Section 3 Reporting N J S A 19 44A 20 27 Any business entity that has received 50 000 or more in contracts from government entities in a calendar year is required to file an annual disclosure report with ELEC The instructions and form are available on the ELEC website Annual Disclosures require submission by March 30 of each year covering contracts and contributions for the prior calendar year At a minimum a list of all business entit
59. aw his bid at any time before the time set for receipt of bids No bid may be withdrawn in the 60 day period after the bids are received G All forms shall be completed and attached to the bid proposal BIDDER IS ALERTED TO THE BID DOCUMENT CHECK LIST PAGE INTERPRETATIONS AND ADDENDA A The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the County The bidder accepts the obligation to become familiar with these specifications B Bidders are expected to examine the specifications and related documents with care and observe all their requirements Ambiguities errors or omissions noted by bidders should be promptly reported in writing to the Purchasing Agent In the event the bidder fails to notify the County of such ambiguities errors or omissions the bidder shall be bound by the bid C No oral interpretation of the meaning of the specifications will be made to any bidder Every request for an interpretation shall be in writing addressed to the Purchasing Agent In order to be given consideration written requests for interpretation must be received as least ten 10 days prior to the date fixed for the opening of the bids Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications and will be distributed to all prospective bidders in accordance with Statute All addenda so issued shall become part of the contract docu
60. be experienced and qualified in the installation of the particular brands and types of systems included in this contract and shall be equipped with the necessary installation unit No one except authorized employees of the Contractor who have been pre approved by the County s Sheriff shall be admitted to any Owner s facilities to work under this contract Each and every employee of the Contractor shall wear an identification badge with photograph Inasmuch as work under this contract requires access to the Jail holding areas and related secure facilities each and every employee of the Contractor and Subcontractor will sign an Authorization for Background Check form and Bureau of Criminal Identification form and submit to fingerprinting and a background check by the Somerset County s Sheriff s Office prior to being assigned under this contract The Contractor Subcontractor shall not assign any employee who is not approved in advance The Contractor s employees may be subject to search when entering or while working in the Jail Inasmuch as work under this contract is performed in the Jail the Contractor is responsible for informing the Contractor s employees of the special restrictions on personal behavior and procedures and the potential penalties for violations as follows Contractor vehicles shall be parked in an area designated by the Owner s and shall be locked at all times 15 Tools shall be inventoried upon entry and kept in a secu
61. borough NJ 08844 Hopatcong NJ 07843 Titusville NJ 08560 1410 Hopewell NJ 08525 Flemington NJ 08822 Flemington NJ 08822 2900 Columbia NJ 07832 Great Meadows NJ 07838 Linden NJ 07036 Livingston NJ 07039 Gillette NJ 07933 782 8840 Fax 782 0142 908 284 7570 Fax 284 7514 973 410 5311 Fax 973 377 5749 732 873 2121 Fax 873 2038 732 873 2500 Fax 873 1059 732 873 8700 Fax 873 8700 732 873 2400 Fax 873 8416 856 853 3415 Fax 856 853 8504 732 968 1171 Fax 732 968 7582 732 968 1023 x6601 Fax 968 4088 973 267 8000 x18 Fax 973 267 6221 362 8471 Fax 362 8840 908 213 1600x11 Fax 638 6455 x23 Fax 638 4703 369 0030x5054 Fax 369 8286 371 9660 Fax 371 9670 369 3950 Fax 369 5756 973 398 3611 Fax 973 770 7173 609 537 0244 Fax 609 737 2770 609 466 2636 Fax 466 851 1 908 284 7110 Fax 908 284 7242 788 1162 Fax 782 1679 496 4816x11 Fax 496 8144 637 4579x10 Fax 637 6916 908 474 5208 973 992 5000x610 Fax 992 7531 647 8000 x24 Fax 647 4150 Margaret Dilts Municipal Clerk Gary Garwacke PW Dir Admin Dave Read Sr Supt of PW Marcella Longo Purchasing Agent Tonya Hubosky Admin Joanne Monarque Twp Clerk Mary Patrick Mayor Abby Goldman Ann Marie Campbell Purch Assist Ron Prykanowski Purchasing Agent James Abline QPA Purchasing Joane Kearns Purchasing Manager Karen Carman Purchasing Agent Erik Hammerdahl Dir Property Srv Debi Lockwood Comm Devel Dir Edward Ostroff Sec Bus Admin David Holland
62. cessful bidder shall be forfeited if the bidder fails to enter into a contract pursuant to statute Failure to submit required guarantee shall be cause for rejection of the bid L CONSENT OF SURETY Bidder shall submit with the bid a Certificate Consent of Surety with Power of Attorney for full amount of bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the County stating that it will provide said bidder with a Performance Bond in the full amount of the bid This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will furnish Performance and Payment bonds from an acceptable surety company on behalf of said bidder any or all subcontractors or by each respective subcontractor or by any combination thereof which results in performance security equal to the total amount of the contract pursuant to statute Failure to submit this shall be cause for rejection of the bid C PERFORMANCE BOND Successful bidder shall simultaneously with the delivery of the executed contract submit an executed bond in the amount of one hundred percent 10096 of the acceptable bid as security for the faithful performance of this contract QUOTATIONS BIDS AND FORMS A 1 The County of Somerset is exempt from any local state or federal sales use or excise tax Somerset County will not pay service charges such as interest and late fees 2 The County of Somer
63. contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment and that employees are treated during employment without regard to their age race creed color national origin ancestry marital status affectional or sexual orientation gender identity or expression disability nationality or sex Such equal employment opportunity shall include but not be limited to the following employment upgrading demotion or transfer recruitment or recruitment advertising layoff or termination rates of pay or other forms of compensation and selection for training including apprenticeship The contractor agrees to post in conspicuous places available to employees and applicants for employment notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause The contractor or subcontractor where applicable will in all solicitations or advertisements for employees placed by or on behalf of the contractor state that all qualified applicants will receive consideration for employment without regard to age race creed color national origin ancestry marital status affectional or sexual orientation gender identity or expression disability nationality or sex The contractor or subcontractor where applicable will send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or unde
64. coverage shall be with acceptable insurance companies operating on an admitted basis in the State of New Jersey and shall name the OWNER as an additional insured Self insured contractors shall submit an affidavit attesting to their self insured coverage and shall name the OWNER as an additional insured C Indemnification Successful respondent shall indemnify and hold harmless the OWNER from all claims suits or actions and damages or costs of every name and description to which the OWNER may be subjected or put by reason of injury to the person or property of another or the property of the OWNER resulting from negligent acts or omissions on the part of the bidder the bidder s agents servants or subcontractors in the delivery of goods and services or in the performance of the work under the contract PAYMENT Payment will be made after a properly executed County voucher has been received and formally approved on the voucher list by the Board of Chosen Freeholders at its subsequent regular meeting The voucher will be certified correct by the department division head who received the goods or services TERMINATION A DEFAULT Non performance of the Contractor in terms of specifications shall be a basis for termination of the contract by the County The County may terminate the contract upon 30 days written notice to the Contractor The County shall not pay for any services and or materials which are unsatisfactory The contractor may be g
65. e Engine water temperature gauge Battery voltage gauge Glow plug gauge Diagnostic indicator EXCEPTION YES NO TRACTION DRIVE Front drive wheels powered by a hydrostatic pump with individual wheel motors Foot pedal control of forward reverse ground speed with mechanical foot actuated mow speed limiter 10 micron filter mounted directly on transmission housing Ground speed 0 10 mph forward transport 0 8 mph mowing 0 4 mph reverse EXCEPTION YES NO TIRES WHEELS Two rear steering tires 20 x 12 10 Two front traction tires 26 5 x 14 00 12 Individual drum type wheel brakes and parking brakes on front traction wheels Brakes actuated for service braking via left foot pedal Integrated foot pedal lock provides parking brake Dynamic braking through hydrostatic traction drive system EXCEPTION YES NO 33 11 36 11 37 11 38 11 39 11 40 11 41 11 42 11 43 11 44 11 45 11 46 11 47 11 48 11 49 11 50 11 51 11 52 11 53 11 54 11 55 11 56 11 57 11 58 11 59 11 60 11 61 11 62 11 63 11 64 11 65 CONTROLS Foot operated traction and brake pedals Hand operated throttle speed control lever parking brake lock Ignition switch with automatic preheat cycle Single joystick control for cutting unit on off and lift lower located in right hand pivoting control console Weight adjustable suspension seat with arm rests Power steering with dedicated power source EXCEPTION YES N
66. e Boro of Blairstown Twp of Bound Brook Borough of Branchburg Twp of Bridgewater Twp of Camden County Chatham Twp Chatham Boro of Chathams School District of Chester Boro of Chester Twp of Cranford Twp of Cumberland County Dunellen Boro of East Amwell Twp Elizabeth Parking Authority Elizabeth City of Essex County of Evesham Twp Bd of Ed Fanwood Boro of 234 Somerville Rd 130 Hillside Ave Municipal Bldg 130 Hillside Ave Municipal Bldg 101 Peachtreet Rd 1 Collyer La 1 Collyer La PO Box 158 Municipal Bldg PO Box 370 230 Hamilton St Mun Bldg 1077 Hwy 202 N PO Box 6300 700 Garretson Rd 520 Market St 17th Fl Cthouse 405 Southern Blvd 54 Fairmont Ave 54 Fairmount Ave 300 Main St 1 Parker Rd 8 Springfield Ave 790 E Commerce St Rm 111 355 North Ave 1070 Rt 202 31 233 Commerce PI 50 Winfield Scott Plaza 465 Dr Martin Luther King Jr Blvd 129 E Main St 75 Martine Ave No Bedminster NJ 07921 Bedminster NJ 07921 Bedminster NJ 07921 Basking Ridge NJ 07920 Basking Ridge NJ 07920 Basking Ridge NJ 07920 Bernardsville NJ 07924 0158 Blairstown NJ 07825 Bound Brook NJ 08805 2017 Branchburg NJ 08876 Bridgewater NJ 08807 0300 Camden NJ 08102 1375 Chatham NJ 07928 Chatham NJ 07928 Chatham NJ 07928 Chester NJ 07930 Chester NJ 07930 Cranford NJ 07016 Bridgeton NJ 08302 Dunellen NJ 08812 Ringoes NJ 08551 1051 Elizabeth NJ 07201 Elizabeth NJ 07201 Newark
67. eel and glass cab installed Cab will be supplied by vehicle manufacturer and include steel and glass doors windshield wiper hot water heater additional adjustable defroster fan two outside mirrors anti draft panel roof mounted Whelen strobe light Meets FMVSS 216 Roof Crush resistance requirement EXCEPTION YES NO DIMENSIONS Fuel capacity 6 4 gallons Overall dimensions 118 3 L x 62 W x 75 8 H Wheelbase 73 6 Ground clearance 6 9 Vehicle load capacity 1 632 pounds Towing capacity 1 200 pounds Turning radius 11 2 feet Top governed speed 25 MPH EXCEPTION YES NO TIRES Tubeless 23 x 11 10 EXCEPTION YES NO CARGO BED Dimensions 46 3 x 51 6 x 11 3 Cargo bed load capacity 1 100 pounds Lift dump manual EXCEPTION YES NO MISCELLANEOUS Hour meter Fuel gauge Parking brake with warning light Coolant temperature warning light Tilting front hood with storage compartment Back up alarm horn 12V DC outlet with 10 amp capacity EXCEPTION YES NO 56 19 51 19 52 19 53 20 00 20 01 20 02 20 03 20 04 20 05 20 06 20 07 20 08 20 08 20 09 20 10 20 11 20 12 20 13 20 14 20 15 20 16 20 17 20 18 20 19 20 20 20 21 20 21 20 22 WARRANTY Twelve month standard manufacturer s warranty Vendor to supply parts labor and all transportation during warranty period EXCEPTION YES NO ITEM 16 DAKOTA TURF TENDER 410 OR EQUAL GENERAL Specificat
68. emises Non compliance with this policy may result in criminal charges 2C 39 1 Firearms Other Dangerous Weapons and Instruments of Crime f Firearm means any handgun rifle shotgun machine gun automatic or semi automatic rifle or any gun device or instrument in the nature of a weapon from which may be fired or ejected any solid projectile ball slug pellet missile or bullet or any gas vapor or other noxious thing by means of a cartridge or shell or by the action of an explosive or the igniting of flammable or explosive substances It shall also include without limitation any firearm which is in the nature of an air gun spring gun or pistol or other weapon of a similar nature in which the propelling force is a spring elastic band carbon dioxide compressed or other gas or vapor air or compressed air or is ignited by compressed air and ejecting a bullet or missile smaller than three eighths of an inch in diameter with sufficient force to injure a person r Weapon means anything readily capable of lethal use or of inflicting serious bodily injury The term includes but is not limited to all 1 firearms even though not loaded or lacking a clip or other component to render them immediately operable 2 components which can be readily assembled into a weapon 3 gravity knives switchblade knives daggers dirks stilettos or other dangerous knives billies blackjacks bludgeons metal knuckles sandclubs slingshots cesti or
69. equirements The tractor shall be equipped with an operator presence switch to shut off the tractor if operator leaves the seat with POT engaged The tractor shall be capable of adding an OEM quick attach detach backhoe EXCEPTION YES NO TIRES Tractor shall be equipped R4 bar tires Front tires 23x 8 5 12 6PR Rear tires 12x16 5 6PR Rear rims shall be capable of adding rear cast iron wheel weights EXCEPTION YES NO LOADER Tractor to be provided with a loader frame designed for quick tool less removal and attachment to the tractor The loader shall include an integrated automatic parking stand Loader joystick and hydraulic couplers shall remain with the tractor when loader is removed At maximum lift height lift capacity measured at the bucket pivot pin must be a minimum of 899lbs measured at the pivot pin Loader cycle times must be a minimum of 4 73 seconds from ground to maximum height and 2 88 seconds from maximum height to ground Loader break out force must be a minimum of 2 262 165 ft at the pivot pin Digging depth shall be a minimum of 3 7 The loader bucket will be a 53 wide standard duty The loader to bucket interface will be quick attach style requiring no tools for removal and attachment All loader pivot pins shall have grease fittings located on the pin ends for accessibility when greasing A hood guard shall protect the front of the tractor 42 14 55 14 56 14 57 14 58 14 59
70. er sections have individual work port relief valves to give individual breakaway protection The valve shall be covered to protect from falling debris EXCEPTION YES NO BOOM CONTROLS All five functions of the valve shall be controlled through a single electronic joystick EXCEPTION YES NO 50 17 37 17 38 SAFETY The mower shall have a 6 second shutdown as a normal function of the hydraulic system Additional hydraulic bypass or braking systems are not acceptable The mower head motor shall take 6 seconds to wind up to full RPM for a no load no shock start up EXCEPTION YES NO 17 39 A safety screen shall be installed on the right side of the operator s position The cage shall 17 40 17 41 17 42 17 43 17 44 17 45 17 46 17 47 17 48 17 49 17 50 17 51 17 52 17 53 17 54 17 55 17 56 17 57 be constructed of expanded metal and attached to the tractor so as not to interfere with door or window operation Screen shall be removable for window and door cleaning EXCEPTION YES NO BOOM REST A boom rest shall be mounted to the rear axle or to the mower frame to cradle the boom when it is in transport position The rest shall take pressure off the lift dipper and swing cylinders when it is in transport EXCEPTION YES NO FLAIL HEAD Flail Axe with 44 minimum width of cut Cutter shaft is 4 2 diameter steel tube with 3 8 wall greasable bearings Cutter shaft to be f
71. es of whatever kind or nature arising out of or claimed to arise out of the alleged violation The contractor shall at its own expense appear defend and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith In any and all complaints brought pursuant to the owner s grievance procedure the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure If any action or administrative proceeding results in an award of damages against the owner or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure the contractor shall satisfy and discharge the same at its own expense The owner shall as soon as practicable after a claim has been made against it give written notice thereof to the contractor along with full and complete particulars of the claim If any action or administrative proceeding is brought against the owner or any of its agents servants and employees the owner shall expeditiously forward or have forwarded to the contractor every demand complaint notice summons pleading or other process received by the owner or its representatives It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of
72. esponsibility for bids forwarded by regular or express mail If the bid is sent by express mail the designation in B above must also appear on the outside of the express company envelope Bids received after the designated time and date will be returned unopened D The County reserves the right to postpone the date for presentation and opening of bids and will give written notice of any such postponement to each prospective bidder as required by law E The Somerset County Park Commission is to be considered an agency of the County entitled to participate in the contract s resulting from this bid BID SECURITY The following provisions if indicated by an x shall be applicable to this bid and be made a part of the bidding documents A L BID GUARANTEE Bidder shall submit with the bid a certified check cashier s check or bid bond in the amount of ten percent 10 of the total price bid but not in excess of 20 000 payable unconditionally to the County When submitting a Bid Bond it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the County The check or bond of the unsuccessful bidder s shall be returned as prescribed by law The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond or other security is submitted The check or bond of the suc
73. et adjustment to change tine depth settings from 0 to 5 EXCEPTION YES NO TINE SPACING The turf aerator shall offer four tine spacing giving the operator the choice of 1 3 to 2 6 lateral hole patterns Four tine heads shall provide 2 lateral spacing A four tine heavy duty head to be supplied as standard 12 individual tine heads shall aerate a path of 98 in one pass Tine safety side guards shall be installed on each side of the aerator in order to discourage the entry of a body part under the tine head mechanism with an additional full length guard Sectional turf holders with adjustable deflection shall be installed on the machine in order to hold the turf and keep it from lifting during operation The frame shall be constructed of welded formed steel The aerator shall be supplied with an independent parking stands to support the machine at the desired height for simple re hitching to the tractor unit EXCEPTION YES NO TIMING The aerator shall be self timing and not require any adjustment for creating various forward hole spacing s Traction speed shall dictate forward spacing of up to 5 without modifying the aerator EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator training video to be supplied tha
74. h information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N J 17 27 ADVISORY PENDING PUBLICATION FROM THE DIVISION OF CONTRACT COMPLIANCE AND EQUAL EMPLOYMENT OPPORTUNITY IN PUBLIC CONTRACTING FORMERLY REFERRED TO AS AFFIRMATIVE ACTION AMENDMENTS REPEALS NEW RULES N J S A 10 5 31 et seq amp N J A C 17 27 et seq Name Change to Division of Contract Compliance and Equal Employment Opportunity in Public Contracting Further clarify and define standards necessary to implement the law Changes that strengthen Department s enforcement powers Shift in focus from Affirmative Action to EEO in public contracting requires insertion of EEO whenever AA appears in mandated language advertisements specifications and contracts Defines affirmative action good faith steps to ensure EEO not quotas A plan that complies with N J A C 17 27 affirmative action plan Program Monitoring Unit means Construction Procurement or Public Agency units demolition included in construction contract and construction project Both goods amp services and public works contract language amended to include gender identity or expression disability and nationality to protected classes goods amp services contractor deleted G amp S used in LPC vendor clarified t
75. h the contracting agent no less than three business days prior to the opening of the bids Challenges filed after that time shall be considered void and having no impact on the contracting unit or the award of contract OWNERSHIP OF MATERIAL The owner shall retain all of its rights and interest in any and all documents and property both hard copy and digital furnished by the owner to the contractor for the purpose of assisting the contractor in the performance of this contract All such items shall be returned immediately to the owner at the expiration or termination of the contract or completion of any related services pursuant thereto whichever comes first None of the documents and or property shall without the written consent of the owner be disclosed to others or used by the contractor or permitted by the contractor to be used by their parties at any time except in the performance of the resulting contract Ownership of all data materials and documentation originated and prepared for the owner pursuant to this contract shall belong exclusively to the owner All data reports computerized information programs and materials related to this project shall be delivered to and become the property of the owner upon completion of the project The contractor shall not have the right to use sell or disclose the total of the interim or final work products or make available to third parties without the prior written consent of the owner All inform
76. he responsibility of the bidder to demonstrate the equivalency of item s offered The County reserves the right to evaluate the equivalency of a product which in its deliberations meets its requirements D The contractor shall hold and save harmless the County its officers agents servants and employees from any liability of any nature and kind for or on account of the use of any copyrighted or uncopyrighted composition secret process patented or unpatented invention or article furnished or used in the performance of this contract E Wherever practical and economical to the County it is desired that recycled or recyclable products be provided Please indicate when recycled products are being offered AWARD OF BID A The County reserves the right to accept or reject any or all bids to waive identified irregularities and technicalities and to award in whole or in part to the lowest responsible bidder if it is in the best interest of the County to do so Without limiting the generality of the foregoing any bid which is incomplete obscure or irregular may be rejected any bid having erasures or corrections in the price sheet may be rejected any bid in which unit prices are omitted or in which unit total prices are unbalanced may be rejected any bid accompanied by any insufficient or irregular certified check cashier s check or bid bond may be rejected B The County further reserves the right to award each item separately to the lo
77. id or accompanying the bid of the corporation partnership limited partnership limited liability corporation limited liability partnership subchapter S corporation or sole proprietorship there is submitted to the County a statement setting forth the names and addresses of all stockholders who own 1096 or more of the stock of any class or of all individual partners who own a 1096 or greater interest in the corporation partnership limited partnership limited liability corporation limited liability partnership Subchapter S corporation or sole proprietorship If one or more such stockholder or partner is itself a corporation or partnership the stockholders holding 10 or more of that corporation s stock or the individual partners owning 10 or greater interest in that partnership as the case may be shall also be listed The disclosure shall be continued until names and addresses of every noncorporate stockholder and individual partner exceeding the 1096 ownership criteria established in this act has been listed This form shall be signed and submitted with the bid proposal whether or not a stockholder or partner owns less than 1096 of the business submitting the bid Failure to comply requires mandatory rejection of the bid proposal ACQUISITION MERGE SALE AND OR TRANSFER OF BUSINESS ETC It is understood by all parties that if during the life of the contract the contractor disposes of his her business concern by acquisition merger sale a
78. ies that file an annual disclosure report will be listed on ELEC s website at www elec state nj us If you have any questions please contact ELEC at 1 888 313 ELEC 3532 toll free in NJ or 609 292 8700 W 9 Successful bidder respondent shall complete W 9 Form and submit to Purchasing prior to contract award The form is available at the following link http www irs gov pub irs pdf fw9 pdf EMPLOYEES OF CONTRACTOR TO BE SATISFACTORY WHERE APPLICABLE The Contractor agrees that all work shall be performed by and under the supervision of skilled experienced certified service technicians directly employed and supervised by the Contractor As proof the Contractor shall submit with this bid a brief resume of similar contracts that the Contractor has successfully serviced in the past together with references In addition the Contractor shall submit with this bid a brief resume of each and every technician who may be assigned to work under this contract along with certificates and other supporting documentation demonstrating completion of appropriate training as well as specific training by the manufacturers of each of the systems and major components included in this contract Subsequently the Contractor shall submit similar resumes for any additional employees prior to their assignment to this contract Any and all employees performing work under this contract shall be satisfactory to the Owner s The Contractor and its employees shall
79. ine or penalty Use of the term targeted in conjunction with employment goals All Engineering personnel and related professionals dealing with construction contracts are advised to read the entire rule changes for Contractor and Subcontractor Compliance Obligations beginning at 17 27 7 3 92 COUNTY OF SOMERSET AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability The Contractor and the Owner do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 the Act 42 U S C 5121 OL et seq which prohibits discrimination on the basis of disability by public entities in all services programs and activities provided or made available by public entities and the rules and regulations promulgated pursuant there unto are made a part of this contract In providing any aid benefit or service on behalf of the owner pursuant to this contract the contractor agrees that the performance shall be in strict compliance with the Act In the event that the contractor its agents servants employees or subcontractors violate or are alleged to have violated the Act during the performance of this contract the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act The contractor shall indemnify protect and save harmless the owner its agents servants and employees from and against any and all suits claims losses demands or damag
80. ional and Service Contracts All successful vendors must submit within seven days of the notice of intent to award or the signing of the contract one of the following 1 A photocopy of their Federal Letter of Affirmative Action Plan Approval or 2 A photocopy of their Certificate of Employee Information Report or 3 A completed Affirmative Action Employee Information Report AA302 Available upon request B Construction Contracts All successful contractors must submit within three days of the signing of the contracts an Initial Project Manning Report AA201 available upon request for any contract award that meets or exceeds the bidding threshold WORKER AND COMMUNITY RIGHT TO KNOW ACT The manufacturer or supplier of chemical substances or mixtures shall label them in accordance with the N J Worker and Community Right to Know Law N J S A 34 51 et seq and N J A C 5 89 5 eq seq Containers that the law and rules require to be labeled shall show the Chemical Abstracts Service number of all the components and the chemical name Further all applicable Material Safety Data Sheets MSDS aka hazardous substance fact Sheet must be furnished STATEMENT OF CORPORATE OWNERSHIP In accordance with N J S A 52 25 24 2 no corporation partnership limited partnership limited liability corporation limited liability partnership Subchapter S corporation or sole proprietorship shall be awarded a contract unless prior to the receipt of the b
81. ions describe a chassis mount spinner broadcast topdressing unit to fit the Toro Workman 3000 4000 or John Deere pro gator heavy duty utility vehicle EXCEPTION YES NO HOPPER V shaped spreader box design with 23 cubic foot struck capacity Polyurethane painted Manually adjusted sliding rear door for 0 to 7 adjustment Hopper utilizes hydraulic tilt for engine access Hopper sized to accept 6 loader bucket 18 discharge PVC belt bucket top belt with trackless guide system Crescent style EXCEPTION YES NO HYDRAULIC SYSTEM Unit shall be powered from auxiliary hydraulic system Functions will be remote controlled at operator station by a 12 volt electric over hydraulic valve system Remote control will allow independent adjustment of both belt and spinner speeds EXCEPTION YES NO SPINNER SYSTEM Twin quick change throw discs are 24 diameter with 6 paddles per disc Spinner control is variable from operator station One hydraulic motor per disc Spreading width is variable to 6 to 40 with capabilities of very fine to heavy applications EXCEPTION YES NO VERALL DIMENSIONS Height 54 mounted Overall width 54 Hopper Length 76 Hopper Width 36 EXCEPTION YES NO WARRANTY Two years unlimited hours parts labor and transportation 57 21 00 21 01 21 02 21 03 21 04 21 05 21 06 21 07 21 08 21 09 21 10 21 11 21 12 21 13 21 14 21 15 21 1
82. irements of the New Jersey Prevailing Wage Act The contractor shall be required to submit a certified payroll record to the owner within ten 10 days of the payment of the wages The contractor is also responsible for obtaining and submitting all subcontractors certified payroll records within the aforementioned time period The contractor shall submit said certified payrolls in the form set forth in N J A C 12 60 6 1 c It is the contractor s responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the New Jersey Department of Labor and Workforce Development Division of Workplace Standards Additional information is available at www state nj us labor Isse Ispubcon html LC THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT N J S A 34 11 56 48 et seq requires that a general or prime contractor and any listed subcontractors named in the contractor s bid proposal shall possess a certificate at the time the bid proposal is submitted After bid proposals are received and prior to award of contract the successful contractor shall submit a copy of the contractors certification along with those of all listed subcontractors All non listed subcontractors and lower tier sub subcontractors shall be registered prior to starting work on the project It is the general contractor s responsibility that all non listed sub contractors at any tier have their certificate prior to starting work on the job Under the
83. itely variable EXCEPTION YES NO CUTTING SYSTEM Traction unit shall interchangeably accept 62 Guardian Recycling Cutting Unit 72 Guardian Recycling Cutting Unit or 72 Side Discharge Cutting Unit 72 Side Discharge Cutting Unit to be supplied as standard deck Height of cut 1 6 adjustable in 1 4 increments can cut at transport height of 6 5 7 gauge steel construction 5 5 deep welded construction Replaceable bolts on polymeric skid 5 16 thick flexible rubber discharge chute Drive Splinted PTO drives gearbox transferring power to three separate spindles via two separate belts Spring loaded torsion idler All spindles have 1 25 diameter shafts mounted in 9 conical housing with two greasable tapered roller bearings 18 000 fpm blade tip speed Three blades 25 18 long 1 4 thick 2 5 wide Heat treated steel Anti scalp cup on each blade spindle Deck suspension rigid front frame which supports deck via 4 vertically suspended chains Front drag links provide for aft and left right stability Hydraulic lift 47 16 57 16 58 16 59 16 60 16 61 16 62 16 63 16 64 16 65 16 66 16 67 16 68 16 69 16 70 16 71 16 72 16 73 16 74 16 75 16 76 Capable of climbing 8 curbs EXCEPTION YES NO CERTIFICATION Cutting unit meets specification of European standard prEN 836 CE approved Two post foldable ROPS certified per OSHA 1928 52 specification EXCEPTION YES NO ACCESSO
84. itted with 16 2 pound heavy duty knives with 360 degree swing reversible mount Hydraulic motor to be gear type 76 horsepower rated at 3000 PSI 2400 RPM Deck thickness is 10 gauge with 3 8 end plates and 4 square cross tube deck frame Full length replaceable skid shoes 5 1 2 diameter rear roller is adjustable 3 2 to 6 Debris deflectors include full width rubber covered fabric on rear and hydraulically opened full width front steel deflector Slide mount on cutter head allows side adjustment for greater head angle variations A spare Flail Axe head as described above shall also be supplied with bid EXCEPTION YES NO ADDITIONAL HEADS TO BE BID AS OPTIONS TIMBER CAT Sickle Bar Limb Cutter Head shall attach to the Alamo Machete mower in place of standard head without modification The head shall be of sickle bar design and capable of cutting heavy limbs and brush up to 4 in diameter The design shall allow clean precise cuts without throwing the cut debris 5 Width of cut Weight 440 pounds Cutting blade shall be one piece continuously milled T 1 steel Base blade shall be one piece continuously milled T 1 steel The cutting bar shall have a pitmanless drive direct coupled with a high speed double acting cylinder There shall be a mechanical over hydraulic actuating valve with automatic reverse and overload protection Hydraulic operating pressure is 1 500 PSI The hydraulic cylinder shall have
85. ive tires are turf traction tread 7 34 Demountable and interchangeable with smooth tread EXCEPTION YES NO 7 30 CONTROLS 7 34 Raise lower mow lever joystick 7 32 Functional control lever neutral mow transport 7 33 Foot operated traction drive and brakes 7 34 Hour meter 7 35 Hand operated throttle and choke 7 36 Mechanical engine control EXCEPTION YES NO 26 7 37 DIMENSIONS 7 38 Wheel tread 49 5 7 39 Wheel base 47 7 40 Length 90 7 44 Width 69 75 with reels 7 42 Height 48 5 7 43 Width of cut 59 7 44 Reel speed approximately 1975 RPM at 2850 engine RPM 7 45 Backlapping standard equipment EXCEPTION YES NO 7 46 CUTTING UNIT SUSPENSION 7 47 Cutting unit shall be completely free floating each attaching to the tractor by direct pull links and lifted by a centered lift arm 7 48 Baskets shall be supported by carrier frames that are ground following 7 49 Cutting unit floatation shall be unaffected by basket content 7 50 Grass baskets shall all be interchangeable and accessible from the front of the machine 7 51 8 blade DPA cutting units with aluminum wiehle rollers 7 52 Hi cut bed knife 312 1 00 94 6392 7 53 Bedknife is adjusted by duel screw indexed click adjustment to the reel 7 54 Cutting unit adjusted on front rollers 7 55 Reels are 5 in diameter 21 in length 7 56 Eight high carbon steel blades welded to five stamped steel spiders and heat treated to RC 48 54
86. iven a reasonable opportunity before termination to correct the deficiencies This however shall in no way be construed as negating the basis for termination for non performance B UNCONDITIONAL TERMINATION FOR CONVENIENCE The County may terminate the resultant contact for convenience by providing sixty 60 calendar days advance notice to the contractor 13 18 19 20 21 22 C TERMINATION FOR DEFAULT If the Contractor fails to meet deadlines or fails to provide the agreed upon services and or material altogether a termination for default will be issued but only after the County has determined the Contractor has failed to remedy the problem after being forewarned D TERMINATION BY THE COUNTY If the Contractor should be adjudged bankrupt or should make a general assignment for the benefit of its creditors or if a receiver should be appointed on account of its insolvency the County may terminate this contract If the Contractor should persistently or repeatedly refuse or should fail except in cases for which extension of time is provided to provide enough properly skilled workers or proper materials or persistently disregard laws and ordinances or not proceed with work of this contract the County shall give the Contractor fifteen 15 calendar days written notice Upon receipt of such termination notice the Contractor shall be allowed seven 7 calendar days to cure such deficiencies INDEMNIFICATION The
87. l attachments shall have a two year warranty ITEM 413 ALAMO MACHETE 17 FLAIL MOWER OR EQUAL GENERAL It is the purpose of this specification to describe a mid mounted hydraulically powered flail mower for cutting grass and brush along roadsides that is not normally accessible to conventional mowing equipment Unit shall be manufacturers standard production The successful vendor shall be responsible for complete ready to work mower installation upon currently owned New Holland 6640 tractor Vendor will include transportation removal and disposal of currently mounted mid mount mower proper installation with OEM mower components any necessary safety accessories and instruction in use of complete unit EXCEPTION YES NO FRAME Mounting rail framework shall be full length 4 x 4 x 1 2 square tubing steel mounted to front bolster housing and rear axle tractor bell housing shall not be used for mounting Main frame shall be no less than 4 x 4 x 4 steel tubing bracing frame with 4 x 6 x 3 16 steel tubing main structure mounted over the hood of the tractor to the 4 x 4 mounting rails Minimum counterweight of 1300 165 EXCEPTION YES NO HYDRAULIC RESERVOIR Shall have a front mounted reservoir side mounted reservoirs are not acceptable for improved operator visibility safety and operator access Shall have a maximum 17 gallon reservoir with a built in oil level sight glass and thermometer EXCEPTI
88. lant Facilities Pete Hendershot PW Mgr Joan Bonk Assist Bus Admin Robert Mitchell Purchasing Agent Ron Angelo Treas Paul Busch Municipal Manager Judith Parillo RPPS Maryann Saunders Purchasing Eileen Birch Twp Clerk Dave Pullis Dir PW Chris Pessolano Dir Purchasing Christopher Guida Exec Dir Jeff Long CFO Lois Harold Asst Purch Tyler Tribelhorn Super Bldgs Debbie Catapano Auth Secretary Richard Sheola Dianne Faucher SBA BS Rocky Hill Boro of Roselle Park Boro of So Bound Brook Boro of Social Services Board of Somerset Cty Ed Srv Commiss Somerset Cty Park Commission Somerset Cty Voca Bd of Ed Somerset Hills Bd of Ed Somerset Raritan Valley Sewer Somerville Bd of Ed Somerville Boro of South Brunswick Bd of Ed South Brunswick Twp of Summit City of Teterboro Boro of Tewksbury Twp of Union County of Union Twp of Vernon Twp Warren County Warren County MUA Warren County Pollution Contr Warren Twp of Warren Twp Schools Warren Twp Sewerage Author Washington Boro of Watchung Bd of Ed PO Box 188 110 E Westfield Ave 12 Main St Municipal Bldg PO Bx 936 73 E High St PO Bx 68 12 E Somerset St PO Box 5327 Voca Sch N Bridge amp Vogt Dr 25 Olcott Ave Polhemus La PO Bx 6400 51 W Cliff St 25 West End Ave PO Bx 399 PO Box 181 540 Ridge Rd City Hall 512 Springfield Ave 510 Rt 46 West 169 Old Turnpike Rd Admin Bldg Elizabethtown Plaza 1976 Morris Ave
89. m PTO coupler to attachment is a quick connect as are the connection for the hydraulic connectors Attachments controls consist of two foot pedals in cab floor pan One pedal controls the lift and lower of the attachment The other pedal controls either the rotation of the snow blower chute or the angular position of both the rotary broom and straight blade Cab is air pressurized and includes the following features hot water heated with fan defroster heavy duty pantograph front windshield wiper molded front fenders tinted glass right side window opens and may act as an emergency exit full glass rear window rubber isolation cab mounts upholstered interior panels and headliner textured neoprene floor mat Cab is OHSA 1928 52 certified ROPS Tubular steel frame Strobe light front and rear work lights EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO 48 16 77 16 78 16 79 17 00 17 01 17 02 17 03 17 04 17 05 17 06 17 07 17 08 17 09 17 10 17 11 17 12 17 13 17 14 WARRANTY Two years unlimited hours labor and transportation Al
90. m dual progressive coil springs and dual shock absorbers with anti sway bar Rear Low suspended mass DeDion axle weight carrying axle is Independent of transaxle Leaf springs and dual shock absorbers Frame welded high strenght steel channels and tubes Hydraulic power steering 3 position tilt steering wheel 4 turns lock to lock 17 5 to 1 ratio 50 4WD EXCEPTION YES NO ROPS 2 Post roll over protective structure EXCEPTION YES NO BRAKES 4 Wheel hydraulic Dual safety circuit Self adjusting drum 8 diameter front 8 diameter rear Hand actuated parking brake actuates rear brake shoes EXCEPTION YES NO FUEL 7 gallon EXCEPTION YES NO LIGHTS Twin halogen headlights Single tail light with switch Rear stop lamp Standard horn button on dash EXCEPTION YES NO SEATS Adjustable seats with hip and shoulder restraints Standard seat belts EXCEPTION YES NO CONTROLS Throttle Brake and Clutch pedals Gear shifter Differential lock Parking brake High low range shifter Hydraulic lift lever Ignition switch light switch and horn button 20 5 58 5 59 5 60 5 61 5 62 5 63 5 64 5 65 5 66 5 67 5 68 5 69 5 70 5 71 5 72 5 73 5 74 5 75 5 76 5 77 5 78 5 79 Interlock switch engine won t run in third gear high range 3 rd High lockout Supervisor s speed lockout provides interlock switch so engine will not run in thi
91. made on equipment bid no combination of equipment and options The second year price shall be a percentage increase or decrease from the first year price The vendor may bid on one or all line items A demonstration may be required on equipment before an award is made EXCEPTION TRAINING The vendor shall provide training for Somerset County and the owner s operators and service technicians at no cost The following training for each equipment purchase will include Vehicle Equipment operators will be trained in the operation of all machines functions including preventive maintenance Technicians will be trained in all operator functions and in depth preventive maintenance troubleshooting and repair for all machine systems and components The trainer shall be factory trained and thoroughly knowledgeable in subjects to be taught EXCEPTION YES NO 3 0 4 0 5 0 5 1 5 2 5 3 5 4 5 5 5 6 5 7 5 8 5 9 5 10 5 11 5 12 5 13 5 14 5 15 5 16 5 17 5 18 5 19 5 20 5 21 5 22 5 23 5 24 5 25 5 26 5 27 WARRANTY All equipment bid will carry a manufactures warranty DELIVERY FOB Somerset County 120 days after receipt of purchase order EXCEPTION YES NO ITEM 1 TORO WORKMAN 4200 FOUR WHEEL DRIVE UTILITY OR EQUAL ENGINE Daihatsu 950G 3 Cylinder 4 Cycle Liquid cooled overhear camshaft counterbalanced gasoline engine 31 hp governed to a maximum speed of 3600 rpm by an internal
92. ments and shall be acknowledged by the bidder in the bid The County s interpretations or corrections thereof shall be final D 1 If the amount shown in words and its equivalent figures do not agree the written words shall be binding Ditto marks are not considered writing or printing and shall not be used 2 In the event that there is a discrepancy between the unit prices and the extended totals the unit prices shall prevail In the event there is an error of the summation of the extended totals the computation by the County of the extended totals shall govern BRAND NAMES STANDARDS OF QUALITY PATENTS A Only manufactured and farm products of the United States wherever available shall be used on this contract in accordance with prevailing statutes B Brand names and or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged Competitive items must be equal to the standard described and be of the same quality of work Variations between materials described and the materials offered are to be fully explained by the bidder on a separate sheet and submitted with the proposal form Vendor s literature will not suffice in explaining exceptions to these specifications In the absence of any changes by the bidder it will be presumed and required that materials as described in the proposal be delivered C It is t
93. mp alternator 950 c c a battery 13 inch spring loaded auto clutch 26 inch suction fan High coolant temperature low oil pressure warning and automatic engine shutdown Hour meter with trip meter Engine temperature gauge Oil pressure gauge Volt meter EXCEPTION YES NO CHASSIS Frame C channel inch x 8 2 Ibs ft Suspension rubber torsion 10 000 Ib capacity Fenders weld on 14 gauge Lights stop tail width turn with brush guards Brakes electric with break a way switch Wheels 17 5 x 6 75 bolt circle 8 on 6 5 Tires 235 75r17 5 load range J EXCEPTION YES NO FEED SYSTEM In feed opening maximum 62 w x 41 h In feed opening minimum 20 w x 24 h 2 feed rollers 18 diameter feed rollers Orientation Vertical with helical cleats Clamping force 380lbs Feed roller height 23 5 Feed roller distance from drum 5 at the closet point 2 hydraulic motors Displacement 32 7 CID 1 25 shaft size Feed rate 0 118 FPM infinitely variable and hydraulically reversible by means of a control bar Discharge chute rotatable 270 degrees by worm gear with rotational lock Distance from center of feed rollers to end of feed table 62 5 EXCEPTION YES NO 44 15 53 15 54 15 55 15 56 15 57 15 58 15 59 15 60 15 61 15 62 15 63 15 64 15 65 15 66 15 67 15 68 15 69 15 70 15 71 15 72 15 73 15 74 15 75 15 76 15 77 15 78 15 79 15 80 15 81 15 82 15 83
94. mperature adjusts seasonally 6 17 630 CCA maintenance free battery 6 18 40 amp alternator 6 19 40 amp manual reset circuit breaker EXCEPTION YES NO 22 6 20 CONTROLS 621 Hand operated throttle PTO hydraulic implements lift 6 22 Single foot controlled traction pedal for forward and reverse 6 23 Ammeter 6 24 Hourmeter 6 25 Fuel Gauge 6 26 Coolant temperature switch gauge shuts down engine in case of overheating 6 27 Oil pressure warning light and buzzer 6 28 Glow plug switch indicator 6 29 Seat PTO and traction interlock safety switches EXCEPTION YES NO 6 30 TRACTION 6 31 Variable speed two wheel drive axial piston hydrostatic in line transmission mating to drive axle 632 Change circuit hydraulics with 25 micron filter 6 33 Single foot pedal control of forward reverse ground speed EXCEPTION YES NO IMPLEMENT DRIVE 6 34 11 8 splined PTO shaft driven by a tight slack double A section torque belt 6 325 Hydraulic implement lift 6 36 Two torsion springs to counterbalance implement EXCEPTION YES NO 6 37 STEERING 6 38 Hydraulic power steering 6 39 Tilt steering wheel with 15 degree range of movement releases and locks by a single lever control EXCEPTION YES NO 6 40 GROUND SPEED CLEARANCE 6 41 0 9 5 MPH infinitely variable 6 42 Front ground clearance of 7 5 6 43 Rear ground clearance of 4 5 EXCEPTION YES NO 6 44 TIRES WHEELS
95. n and daily maintenance English and Spanish EXCEPTION YES NO 90 ITEM 5 TORO GROUNDSMASTER 3500 SIDEWINDER ROTARY OR EQUAL TO 91 ENGINE 9 2 Rear mounted Kubota 35 HP 9 3 Three cylinder liquid cooled diesel engine 9 4 Fuel water separator 9 5 Electric start 9 6 Heavy duty remote mounted air cleaner with radial seal 9 Spin on oil filter 9 8 11 gallon fuel capacity 9 9 Rear mounted radiator 9 10 Tilt hood for engine access 9 11 4 quart oil capacity 9 12 Bio Diesel ready B 20 9 13 40 amp alternator 9 14 12 volt 585 CCA battery EXCEPTION YES NO 9 15 CONTROLS 9 16 Forward and Reverse traction control pedals 9 17 Mow transport foot lever 9 18 Hand activated parking break 9 19 Ignition switch 9 20 Tilt steering wheel 9 21 PTO switch 9 22 Throttle 9 23 Joystick control for deck raise and lower 9 24 Joystick control for moving decks side to side 9 25 Cutting deck transport lock 9 26 Sidewinder shift of cutting units cutting unit transport lock 9 27 Deluxe high back cushioned seat with fold up armrests EXCEPTION YES NO 29 928 TRACTION 9 29 Continuous 3 Wheel drive in mow and transport 9 30 Series Parallel hydraulic traction circuit 9 31 Hydrostatic traction drive shall provide infinitely variable speed in forward or reverse 932 0to 6 MPH in mow range 9 33 0 to 9 MPH in transport 9 34 004 MPH in reverse 9 35 6 Gallon hydraulic system ca
96. nd glass hard cab refuse container 1 3 2 3 bed configuration EXCEPTION YES NO 5 82 TRAINING 5 83 Operators shall be trained in the operation of the equipment 5 84 Mechanics shall be trained in the maintenance of the equipment 5 85 One parts manual and one service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO 5 86 WARRANTY Two year unlimited hours Parts labor and transportation EXCEPTION YES NO 62 2 TORO GROUNDSMASTER MODEL 328 2WD WITH SIDE DISCHARGE 72INCH DECK OR EQUAL TO 6 1 ENGINE Kubota 3 cylinder liquid cooled diesel engine 6 2 28 gross engine horsepower 6 3 Three start assist glow plugs 6 4 Centrifugal water pump 6 5 Electric water pump 6 6 Fuel injection pump 6 7 Electric fuel pump 6 8 Replaceable fuel filter water separator 6 9 Heavy duty remote mounted air cleaner 6 10 Spark arrestor muffler 6 11 6 5 gallon fuel tank mid mounted within the tractor unit frame 6 12 Engine and fuel system to be biodiesel ready for B 20 6 13 Radiator mid mount industrial radiator tube and fin construction 7 fins per inch 6 14 Positioned so to draw cool air around the operator 6 15 Hydraulic oil cooler in the lower tank 6 16 Thermally stable water cooled hydrostatic system regulates operating te
97. nd or transfer or by any means convey his her interest s to another party all obligations are transferred to that new party In this event the new owner s will be required to submit when required a performance bond in the amount of the open balance of the contract INSURANCE AND INDEMNIFICATION If it becomes necessary for the contractor either as principal or by agent or employee to enter upon the premises or property of the owner in order to construct erect inspect make delivery or remove property hereunder the contractor hereby covenants and agrees to take use provide and make all proper necessary and sufficient precautions safeguards and protection against the occurrence of happenings of any accident injuries damages or hurt to person or property during the course of the work herein covered and be his her sole responsibility The contractor further covenants and agrees to indemnify and save harmless the owner from the payment of all sums of money or any other consideration s by reason of any or all such accidents injuries damages or hurt that may happen or occur upon or about such work and all 12 16 17 fines penalties and loss incurred for or by reason of the violation of any owner regulation ordinance or the laws of the State or the United States while said work is in progress The contractor shall maintain sufficient insurance to protect against all claims under Workers Compensation General Liability and
98. ng video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO WARRANTY Two year unlimited hours parts labor and transportation ITEM 19 SMITHCO SWEEP STAR V 62 78 200B 22 00 22 01 22 02 22 03 22 04 22 05 22 06 22 07 22 08 22 09 22 10 22 11 22 12 22 13 22 14 22 15 POWER TRAIN 31 HP Vanguard Diahatsu liquid cooled engine with full pressure lubrication 20 amp alternator Fuel 5 Gallons 19 liters Multiple V belt drive with electric clutch to vacuum fan Multi V belt drive to hydraulic pump Hydraulic Fluid 3 Gallon HOPPER 4 Cu Yd Steel framework sides and tailgate Tapered top to bottom Hydraulic dump from main hydraulic system VACUUM 18 47 cm diameter 8 blade vacuum fan High strength steel vacuum fan housing with replaceable high wear liner Clean out hatch on fan housing 61 22 16 22 17 22 18 22 19 22 20 22 21 22 23 22 24 22 25 22 26 22 27 22 28 22 29 22 30 22 31 22 32 22 33 22 34 22 35 23 00 23 01 23 02 23 03 23 04 23 05 23 06 23 07 23 08 23 09 23 10 23 11 23 12 23 13 23 14 23 15 23 16 23 17 23 18 HYDRAULIC SYSTEM Parker hydraulic pump multiple V belt drive to electric clutch Parker hydraulic motor on debris head fitted with quick couplers for head removal service 3 Gallon 11 liters hyd
99. nt system mid mount tool bar system front and rear remote hydraulic systems EXCEPTION YES NO ENGINE Vanguard 4 cycle air cooled V twin cylinder overhead valve with cast iron cylinder sleeves Electronic ignition Full pressure lubrication spin on oil filter High flow blower cooling fan Remote mounted Donaldson air cleaner and secondary air filter 5 gallon fuel capacity Engine located amidships for optimal balance and weight distribution Hour meter EXCEPTION YES NO 35 12 11 12 12 12 13 12 14 12 15 12 16 12 17 12 18 12 19 12 20 12 21 12 22 12 23 12 24 12 25 12 26 12 27 12 28 12 29 12 30 12 31 12 32 12 33 12 34 12 35 12 36 DRIVE TRAIN Direct drive hydrostatic variable displacement piston pump to each of three identical wheel motors for three wheel drive Single foot pedal for variable forward reverse speed control Large front mounted hydraulic cooler and fan Series Parallel hydraulic traction system links three wheels together to prevent spinouts and loss of traction Parking brake is hand activated drum brakes on each rear wheel Interlocks for neutral traction operator presence EXCEPTION YES NO HYDRAULIC SYSTEM 5 gallon capacity with 25 micron spin on filter Isolated fan cooled hydraulic oil cooler which does not exhaust hot air directly to engine Separate hand controls for raising and lowering attachments permitting infinite control o
100. ntract All equipment shall be brand new All products offered must be new unused of the latest design and technology and from the most current product lines The vendor must be an authorized distributor or manufacturer of the equipment being offered All riding equipment must comply with appropriate ASAE American Society of Agricultural Engineers SAE Society of Automotive Engineers and OSHA Occupational Safety and Health Administration standards for roll over protection All vehicles must comply with appropriate ANSI American National Standards Institute standards as related to operation on slopes Also 29CFR 1926 1002 roll over protection structures ROPS for wheel type tractors agricultural and industrial tractors used in construction Also 29CFR 1926 1003 Overhead protection for operators of agricultural and industrial tractors used in construction The vendor must have an existing maintenance facility with sufficient parts inventory and trained technicians experienced in providing service on equipment specified Maintenance facilities are subject to inspection by Somerset County or the owners The vendor will maintain a factory authorized parts and service facility for normal and warranty service The vendor shall be capable of providing parts within 24 hours and shall be capable of being on site to respond to service requests within 24 hours The vendor must be factory authorized for warranty repairs and service The award shall be
101. o include goods amp services contractor amp professional services New 17 27 3 2 sets forth requirements for public agencies to comply cooperate with Division mandatory language provide vendors and construction contractors with copies of law and rules as requested etc etc etc etc etc Contractors and sub contractors must provide the Division with evidence of good faith efforts on request 150 fee for vendors for initial issuance amp renewal of Certificate of Employee Information Report to offset Divisions operating Costs 50 workers every three years less than 50 every seven years 17 27 5 5 Additional criteria for determining good faith efforts 7 2 currently reserved being amended to provide that the Division will discuss the construction contractor s responsibilities the targeted employment goals and good faith criteria at either 8 A preconstruction meeting b Initial job meeting c During the first site monitoring visit 7 3 new construction contractor amp sub contractors compliance obligation 7 4 financing of minority amp women worker outreach amp training has been repealed Public Agency has 30 days from receipt of a letter advisement to correct the violation Construction contractor vendor or public agency fines amp penalties up to 1 000 per day 17 250 2 500 and 3 1 000 according to size of vendor s contractor s business or population of the public agency Factors in assessing a f
102. o outboard drive is totally enclosed Drive belt is modified C section V belt reverse bend 16 wrap per pulley Belt adjustment by automatic spring tension Knives are 4 ounce coarse cut reversible and self cleaning mounted to cutter shaft on heat treated clevis rings 44 pairs of knives EXCEPTION YES NO WARRANTY One year parts labor and transportation 54 18 52 18 53 18 54 18 55 18 56 19 00 19 01 19 02 19 03 19 04 19 05 19 06 19 07 19 08 19 09 19 10 19 11 19 12 19 13 19 14 19 15 19 16 19 17 19 18 19 19 19 20 19 21 19 22 TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions EXCEPTION YES NO ITEM 15 KAWASAKI MULE 4010 D DIESEL POWERED OR EQUAL TO ENGINE Four stroke 3 cylinder liquid cooled OHV diesel 953 cc displacement 24 8 1 compression ratio 38 3 lb ft of torque 2 800 rpm Two stage Donaldson cyclone type dry replaceable element air cleaner with remote air intake located at top of cab frame Automotive type spin on oil filter Glow plugs USFS approved spark arrestor muffler EXCEPTION YES NO ELECTRICAL 12 volt
103. ock and 17 2 to 1 ratio EXCEPTION YES NO BED Formed polyethylene with stake pockets and recesses to accept load dividers Inside dimensions 46 length 49 width 10 height EXCEPTION YES NO TIRES 22 5 x 9 5 10 4 ply turf type high floatation EXCEPTION YES NO BRAKES Four wheel hydraulic complimented with regenerative braking EXCEPTION YES NO MISCELLANEOUS Walk through operator s area large twin independent seats under seat storage beverage and radio holder 12 volt power outlet 58 21 39 21 40 21 41 21 42 21 43 21 44 21 45 21 46 21 47 21 48 21 49 21 50 21 51 22 00 22 01 22 02 22 03 22 04 22 05 22 06 22 07 22 08 22 09 22 10 22 11 22 12 22 13 22 14 22 15 22 16 Battery discharge indicator hour meter headlight switch on off ignition key switch supervisor speed selector switch EXCEPTION YES NO VEHICLE DIMENSIONS Length 119 75 Width 59 Wheelbase 83 Ground Clearance 6 rear 7 57 front Payload Capacity 1 200 165 Towing Capacity 400 lbs with standard hitch 1 200 Ibs with optional HD hitch Weight 1 600lbs Turning clearance circle 150 inside front tire 227 outside front tire 39 inside rear tire 158 outside rear tire Steering angle 67 degrees EXCEPTION YES NO ITEM 18 JACOBSEN HR 5111 MOWER OR EQUAL ENGINE Kubota V2203B diesel Cylinders 4 Size 134 Cu in 2197cc Cooling Liquid sealed
104. of blades to be supplied with unit Head is hydraulically powered through a 38 hp motor with high performance Micro V belt drive to the blade spindles adjustable belt tensioner Blade spindles are 1 3 8 4130 allow steel mounted in tapered roller bearings anti wrap guards Main frame of head is one piece formed 3 16 thick steel with 3 8 end plates rear shield is formed 10 gauge steel Belt enclosure is accessed by quick release fasteners grease fittings located on front of cutter for easy maintenance EXCEPTION YES NO CUTTING UNIT QUICK HITCH SYSTEM Quick hitch system will facilitate both the mechanical and hydraulic connections for head interchange EXCEPTION YES NO MOWER WARRANTY One year parts labor and transportation TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be equipped supplied with each piece of equipment Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operation and daily maintenance English and Spanish versions 52 18 00 18 01 18 02 18 03 18 04 18 05 18 06 18 07 18 08 18 09 18 10 18 11 18 12 18 13 18 14 18 15 18 16 18 17 18 18 18 19 18 20 18 21 18 22 18 23 ITEM 14 ALAMO INTERATATER MOWING SYSTEM OR EQUAL GENERAL Specifications describe a combination right
105. of the loader boom shall be continuous so the entire structure bears stress not an individual pan 13 37 Welded knees are unacceptable 13 38 13 39 13 40 13 41 13 42 13 43 13 44 13 45 13 46 13 46 13 47 13 48 13 49 13 50 13 51 13 52 13 53 13 54 13 55 13 56 13 57 13 58 13 59 13 60 13 61 13 62 13 63 13 64 13 65 13 66 13 67 Loader arms shall be made of high strength low alloy steel Loader shall come equipped with anti spill mechanism to prevent bucket spillage Loader and bucket attachments shall be of the manual quick disconnect type and interchangeable with skid steer attachments from other manufacturers Lift height to pivot pin 9 6 ft Reach at maximum lift height 2 1 ft Maximum dump and rollback angle 45 degrees Lift capacity to maximum height pivot pin 2727 lbs Lift capacity maximum height 2042 Ibs Breakout force 3965 Ibs Lower raise time 3 44 seconds Loader lowering time 2 31 seconds Bucket 72 quick attach heavy duty front loader bucket with replaceable bolt on cutting edge EXCEPTION YES NO BACKHOE Backhoe shall be the 7 X function standard dipper stick with Auxiliary hydraulic lines Maximum dig depth 10 1 ft Dig depth 2 ft flat bottom Truck loading height 8 4 ft Reach from swing pivot 13 2 inches Stabilizer spread operating 8 2 ft Boom swing arc 180 degrees Bucket rotation 190 degrees Digging force bucket cylinder 5723 lbs
106. ow design turbine 8 13 The turbine shall be a stand alone unit 8 14 The fan shall be supported through the housing with two bearings 8 15 The 90 degree round discharge chute shall be mounted on a 360 degree swivel 8 16 discharge chute shall be electrically powered by remote control 8 17 The blower shall produce 10 000 CFM and 175 MPH velocity with a 12 round nozzle EXCEPTION YES NO 8 18 CONTROL 8 19 Electric remote control of engine RPM and chute rotation 8 20 Remote control unit to reach operators station of utility vehicle 8 21 Magnetic base for temporary mounting EXCEPTION YES NO 822 TRAILER 823 Single axle with pin type hitch 8 24 18x 8 50 8 turf tires 8 25 Fenders EXCEPTION YES NO 8 26 DIMENSIONS 8 27 Length 102 with nozzle 82 without nozzle 8 28 Width 48 with axle and tires 8 29 Height 38 5 with axle and tires 8 30 Weight 520 lbs EXCEPTION YES NO 28 8 31 WARRANTY 832 Two year unlimited hours Parts labor and transportation 8 33 attachments shall have a two year warranty EXCEPTION YES NO 834 TRAINING 8 35 Operators shall be trained in the operation of the equipment 8 36 Mechanics shall be trained in the maintenance of the equipment 8 37 One parts manual and one service manual shall be supplied with each piece of equipment 8 38 Standard operator training video to be supplied upon delivery Video to demonstrate procedures for safe operatio
107. pacity 9 36 Hydrostatic braking EXCEPTION YES NO 9 37 TIRES 9 38 20 X 10 10 4 PLY Turf Trac EXCEPTION YES NO 9 39 GAUGES 9 40 Hour meter 9 41 Fuel gauge 9 42 Cluster gauge with glow plug and charge indicator light 9 43 Low engine oil pressure 9 44 High coolant temperature warning light 9 45 High temperature safety shut off 9 46 Safety interlocks on traction pedal operator presence in seat PTO engage or disengage and cutting unit mow or transport EXCEPTION YES NO 9 47 CUTTING UNIT CONFIGURATION 9 48 Three cutting units are infinitely hydraulically controlled by the operator to move laterally up to 12 left or right 9 49 Adjustable 68 to 72 width of cut 9 50 68 width of cut an overlap of 12 is provided 9 5 72 width of cut a maximum of 14 offset will be provided EXCEPTION YES NO 9 52 CUTTING UNITS 9 53 3 full floating 27 cutting units supported by equal length independent lift arms 9 54 Cutting unit suspension shall provide fore and aft oscillation 9 55 Main center unit pivot to provide side to side oscillation 9 56 Left and right cutting units are front mounted for maximum trimming visibility 9 57 Center cutting unit mounted under the operator 9 58 Each cutting unit shall have two independent rollers and full width rear roller 9 59 Deck shall be constructed of 10 gauge steel chamber with 12 gauge reinforcements 9 60 75 to 4 height of cut in 25 increments 9 61 Cutting sh
108. plied with each piece of equipment supplied EXCEPTION YES NO 6 89 WARRANTY 6 90 Two year unlimited hours Parts labor and transportation EXCEPTION YES NO 7 0 ITEM 3 TORO GREENSMASTER 3150 WITH 8 BLADE CUTTING UNITS OR EQUAL 7 1 ENGINE 7 2 18 HP Briggs amp Stratton gasoline engine governed to 2850 rpm high idle 7 3 Aircooled 7 4 7 Gallon fuel tank 7 5 12 volt lead acid battery 300 minimum cold cranking amps 7 6 16 amp alternator 7 7 Ignition key switch 7 8 Harness terminals and fuse slot available for light installation EXCEPTION YES NO 79 TRACTION 7 10 2WD 7 11 Hydrostatic piston pump closed loop system 7 12 Foot pedal forward and reverse 7 13 Infinitely variable EXCEPTION YES NO 25 7 14 GROUND SPEED 7 15 Forward 1st mow 3 8 MPH 7 16 2nd transport 8 1 MPH 7 17 Reverse 1 9 MPH EXCEPTION YES NO 7 18 TURF COMPACTION 7 19 8 10 psi with operator and cutting units down EXCEPTION YES NO 720 IMPLEMENT DRIVE 7 21 Single gear pump 7 22 Mono valve block 7 23 Series reel drive to 3 reel motors 7 24 7 5 gallon tank with internal baffle 0 gallon auxiliary tank 7 25 Equipped with turf guardian leak detection system EXCEPTION YES NO 7 26 STEERING 7 27 Power steering 7 28 Adjustable steering wheel tilt 7 29 5 position steering arm tilt 7 30 Three tires 18 x 9 50 2 ply pneumatic tubeless Steering tire is smooth tread front dr
109. pths from 0 to 1 5 52 width transport height 6 75 Scarifier blade spring tine bar and leveling blade EXCEPTION YES NO CERTIFICATION The manufacturer of the equipment in this bid must be ISO 9000 certified at the original point of production Certified to ANSI B71 4 2004 CE and EU machinery directives EXCEPTION YES NO WARRANTY Two year unlimited hours Parts labor and transportation All attachments shall have a two year warranty EXCEPTION YES NO TRAINING Operators shall be trained in the operation of the equipment Mechanics shall be trained in the maintenance of the equipment One parts manual and service manual shall be supplied with each piece of equipment supplied Standard operator training video to be supplied upon delivery Video to demonstrate procedures for sake operation and daily maintenance English and Spanish versions EXCEPTION YES NO 37 13 0 13 1 13 2 13 3 13 4 13 5 13 6 13 7 13 8 13 9 13 10 13 11 13 12 13 13 13 14 13 15 13 16 13 17 13 18 13 19 13 20 13 21 13 22 13 23 13 24 13 25 13 26 13 27 13 28 13 29 13 30 13 31 13 32 13 33 13 34 ITEM 9 JOHN DEERE MODEL 110 TRACTOR LOADER BACKHOE OR EQUAL The following specifications are for a Tractor Loader Backhoe The machine shall be a 2009 or current model year and manufactured in the United States ENGINE Type diesel direct injection Four cylinders Gross Engine HP 43 0 HP
110. r adjustment bracket provides labyrinth seal formed by recessed tubing protecting bearing from foreign material x 6 formed roller brackets attached by 4 grade 5 carrier bolts Trash deflectors are rubber full length on rear metal shields on front Width of cut is 74 single side 12 7 single side and rear mount mower Knives are coarse cut 4 ounce reversible and self cleaning mounted to cutter shaft on heat treated clevis rings 36 pairs of knives per mower EXCEPTION YES NO HYDRAULICS Powered from front crankshaft of tractor Piston pump and motor rated at 24 GPM at 3 800 PSI 53 HP Hydraulic reservoir has total capacity of 22 gallons Full filtered with 10 micron and 75 GPM capacity In frame cooling with pressure relief valve 2 spool open center system with float detent position Lift cylinders are 3 bore and 8 stroke capable of 14 horizontal lift Tilt cylinders are 3 1 2 bore and 9 stroke capable of cutting 40 degrees downward and 57 degree upward without having a strip of grass between side and rear mower EXCEPTION YES NO 53 18 24 18 25 18 26 18 27 18 28 18 29 18 29 18 30 18 31 SAFETY ITEMS Wing tilt switch allows mowers to shut off automatically when raised into transport position Tractor cannot be started with wing mowers engaged because of electric lockout EXCEPTION YES NO WARRANTY One year parts labor and transportation EXCEPTION YES NO R
111. ract for the stated needs of the Lead Agency will be awarded to the lowest responsible bidder and a second Master contract for the Other Agencies will be awarded to the next lowest bidder whose bid agrees to so extend his prices OR only the contract for the Lead Agency s needs will be awarded and all other bids shall be rejected and no further bids will be sought by the Lead Agency on behalf of the Other Agencies The purpose of the master contract with respect to the Lead Agency shall be to establish the specifications and price The subsidiary contracts placing the orders with the vendor shall establish the quantities required by each Other Agency within the limits set forth in the master contract The successful vendor shall invoice each of the Other Agencies and Other Agencies shall pay the vendor directly No additional contract will be required with respect to the needs of the Lead Agency as specified in the awarded master contract OTHER AGENCY REQUIREMENTS The undersigned is further CHECK ONLY ONE BOX WILLING to provide the item s herein bid upon to Other Agencies in System 2 SOCCP Somerset County Cooperative Pricing System without substitution or deviation from specifications size features quality price or availability as herein set forth It is understood that orders will be placed directly by the other participating agencies by separate contract subject to the overall terms of the master Contract to be awarded by
112. raulic reservoir TIRES AND WHEELS 2 24 x 13 00 x 12 NHS Caster 9 x 3 5 x 4 BATTERY Automotive type 45 12 volt BCI Group Size 45 SWEEPER HEAD Rubber Finger Sweeper Reel Length 64 162 cm Width 14 Hydraulic driven from main pump to drive motor 4 rows of 6 long fingers 20 fingers per row Adjustable height using caster adjustments 4 Adjustable caster wheels 9 3 50 x 4 pneumatic WARRANTY Two year unlimited hours Parts labor and transportation ITEM 420 BILLY GOAT DEBRIS LOADER OR EQUAL ENGINE 25 HP Subaru V twin with electric start To include battery 4400 CFM HOUSING Vertical volute 10 gauge steel with replaceable housing liners Impeller 18 diameter 6 blades with 18 cutting points for up to a 12 1 reduction ratio The frame shall be 10 gauge steel with mounting holes The debris exhaust shall be 8 diameter 14 gauge steel with 360 hand crank swivel Hose 12 x 10 clear urethane TRAILER 3 Tubular steel tongue 2 x 12 gauge square frame 2 ball coupler Double leaf spring Light kit and wiring harness 26 tires WARRANTY Two year unlimited hours Parts labor and transportation 62 24 00 ITEM 21 PRO SWEEP 5200 OR EQUAL 24 01 24 02 24 03 24 04 24 05 24 06 24 07 24 08 24 09 24 10 24 11 24 12 24 13 24 14 24 15 24 16 24 17 24 18 24 19 24 20 24 21 24 22 24 23 24 24 24 25 24 26 24 27 POWER Utility vehicle
113. rd gear high range without supervisor s key to be installed as manufacturer s standard feature EXCEPTION YES NO INTERLOCK Clutch pedal must be depressed to start PTO electric clutch high flow hydraulics and generator must be disengaged if installed to start EXCEPTION YES NO SAFETY SUPPORT 7 gauge steel channel stores behind seat and fits over extended lift cylinder to prevent accidental lowering of the bed EXCEPTION YES NO GROUND CLEARANCE 7 inches EXCEPTION YES NO REAR TOW HITCH Bolt on formed steel hitch Fastens to DeDion axle Accommodates trailers up to 1 500lbs gross vehicle weight Maximum tongue weight of 200 165 EXCEPTION YES NO CERTIFICATIONS Certified to meet the SAE J2258 Engine meets all applicable emissions standards per the manufacturer Certified to meet the CE Machinery Directive EXCEPTION YES NO HYDRAULICS 4 24 gpm gear pump to provide hydraulic flow for power steering and lift Transaxle used as reservoir for hydraulic system 8 quart capacity Spin on hydraulic oil filter with 100 mesh strainer in the transaxle Power assists steering EXCEPTION YES NO 21 5 80 RATED CAPACITY 5 81 2600 LBS total including 20016 operator 200Ib passenger and loaded attachment Maximum gross vehicle weight 4000165 Equipment capability of installing at a future date Rear PTO rear three point hitch frame mounted platform lift steel a
114. re locked area when not in use to ensure complete accountability While tools are in use they shall be kept in view or on the person Broken or non usable tools shall be disposed of right away from the owner s property Any missing tools shall be reported promptly to the Owner s Particular attention should be paid to tools that may be used as weapons or instruments of escape Fraternizing or developing personal relationships with inmates is not permitted This includes but is not limited to trading bartering or receiving gifts money favors from inmates or inmates friends relatives or representatives Alcoholic beverages and controlled substances shall not be possessed carried stored or consumed on the Owner s s premises Gambling or wagering of any type is not permitted on the Owner s s premises Weapons or implements of escape other than those referenced above are not permitted on the Owner s premises Non compliance with this policy may result in criminal charges 2C 29 6 Implements for escape other contraband a Escape implements 1 A person commits an offense if he knowingly and unlawfully introduces within an institution for commitment of persons under N J S A 2C 4 8 or a detention facility or knowingly and unlawfully provides an inmate with any weapon tool instrument document or other thing which may be useful for escape The offense is a crime of the second degree and shall be punished by a minimum te
115. rm of imprisonment which shall be fixed at no less than three years if the item is a weapon as defined by N J S 2C 39 1 r Otherwise it is a crime of the third degree 2 An inmate of an institution or facility defined by paragraph 1 of subsection a of this section commits an offense if he knowingly and unlawfully procures makes or otherwise provides himself with or has in his possession any such implement of escape The offense is a crime of the second degree and shall be punished by a minimum term of imprisonment which shall be fixed at no less than three years if the item is a weapon as defined by N J S 2C 39 1 r Otherwise it is a crime of the third degree Unlawfully means surreptitiously or contrary to law regulation or order of the detaining authority b Other contraband person commits a petty disorderly persons offense if he provides an inmate with any other thing which the actor knows or should know it is unlawful for the inmate to possess As used here the word weapon means any implement readily capable of lethal use and shall include any firearm knife dagger razor other cutting or stabbing implement or club including any item that has been modified or adapted so that it can be used as a firearm knife dagger razor other cutting or stabbing implement or club The word firearm includes any unloaded firearm and the unassembled components of a firearm Contraband shall not be permitted on the Owner s s pr
116. rstanding a notice to be provided by the agency contracting officer advising the labor union or workers representative of the contractor s commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment The contractor or subcontractor where applicable agrees to comply with any regulations promulgated by the Treasurer pursuant to N J S A 10 5 31 et seq as amended and supplemented from time to time and the Americans with Disabilities Act The contractor or subcontractor agrees to make good faith efforts to afford equal employment opportunities to minority and women workers consistent with Good faith efforts to meet targeted county employment goals established in accordance with N J 17 27 5 2 or Good faith efforts to meet targeted county employment goals determined by the Division pursuant to N J A C 17 27 5 2 The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including but not limited to employment agencies placement bureaus colleges universities labor unions that it does not discriminate on the basis of age creed color national origin ancestry marital status affectional or sexual orientation gender identity or expression disability nationality or sex and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices The contractor or subcontr
117. set or any of its offices and divisions will not complete credit applications as a result of contract s resulting from award based on these specifications The County is rated by Standard amp Poor s Ratings Group AAA Moody s Investors Services Aaa Dun and Bradstreet B Bids must be signed in ink by the bidder all quotations shall be made with a typewriter or pen and ink Any quotation showing any erasure alteration must be initialed by the bidder in ink Unit prices and totals are to be inserted in spaces provided C Failure to sign and give all information in the bid may result in the bid being rejected D Estimated Quantities Open Ended Contracts Purchase as Needed The County has attempted to identify the item s and the estimated amounts of each item bid to cover its requirements however past experience shows that the amount ordered may be different than that submitted for bidding The right is reserved to decrease or increase the quantities specified in the specifications pursuant to Statute NO MINIMUM PURCHASE IS IMPLIED OR GUARANTEED E Insert prices for furnishing all of the material described Prices shall be met including all transportation charges fully prepaid by the contract F O B destination and placement as designed by the County No additional charges will be allowed for any transportation costs resulting from partial shipments made at vendors convenience when a single shipment is ordered F Any bidder may withdr
118. shaft The aerator gear case output shaft shall drive poly 3VX belts that transfer power to the balanced coring heads drive mechanism 10 5 The coring head drive mechanism shall include dual row bearings at each crank assembly and stomper arm 10 6 The drive shaft shall be a design that does not have a spinning outer surface to entangle the clothing of an operator 10 7 The gear case shall be precision machined gear case rated to 87 HP Straight beveled gears with dual output shafts EXCEPTION YES NO 10 8 IMPACT RESISTANCE SYSTEM 10 9 independent aerator frame and coring head frame are isolated by a spring loaded impact system This impact resistance system may be designed to buffer the load from the coring heads to aerator frame when immovable objects below the turf surface are impacted EXCEPTION YES NO 31 10 10 10 11 10 12 10 13 10 14 10 15 10 16 10 17 10 18 10 19 10 20 10 21 10 22 10 23 10 24 10 25 10 26 10 27 10 28 10 29 11 0 11 1 11 2 11 3 11 4 TINE INDEXING MECHANISM This system shall be an elastomer Rota link geometry that ensures tines remain perpendicular as they enter and exit the ground producing a consistently circular hole as the tractor moves forward The mechanism shall have no moving parts to become worn or need service The mechanism shall not incorporate bearings or bushings or need grease The tine depth adjustment shall be a single lever depth control ratch
119. solicit or secure such contract upon an agreement or understanding for a commission percentage brokerage or contingent fee except bona fide employees or bona fide employees or bona fide established commercial or selling agencies name of contractor N J S A 52 34 25 Subscribed and sworn to before me this day Signature Type or print name of affiant under signature Notary public of My Commission expires 89 REQUIRED EVIDENCE EEO AFFIRMATIVE ACTION REGULATIONS P L 1975 c 127 N J 17 27 If awarded a contract all procurement and service contractors will be required to comply with the requirements of P L 1975 c 127 N J A C 17 27 Within seven 7 days after receipt of the notification of intent to award the contract or receipt of the contract whichever is sooner the contractor should present one of the following the Purchasing Agent 1 A letter from the U S Department of Labor that the contractor has an existing federally approved or sanctioned Affirmative Action Program OR 2 A Certificate of Employee Information Report Approval OR 3 An Affirmative Action Employee Information Report Form AA 302 OR 4 Allsuccessful contractors must submit at signing of the contract an Initial Project Manning Report AA201 for any contract award that meets or exceeds the Public Agency bidding threshold available upon request NO FIRM MAY BE ISSUED A CONTRACT UNLESS THEY COMPLY WITH THE AFFIRMATIVE ACTIO
120. t demonstrates procedures for safe operation and daily maintenance English and Spanish versions to be included WARRANTY Two years unlimited hours Parts labor and transportation All attachments shall have a two year warranty EXCEPTION YES NO ITEM 7 TORO REELMASTER 5410 D FIVEPLEX FAIRWAY MOWER OR EQUAL ENGINE Kubota liquid cooled diesel engine 35 5 horsepower 3000RPM Pressurized lubrication system with 5 quart capacity 12 volt electric fuel pump with replaceable fuel filter and water separator with visible bowl 32 11 4 11 5 11 6 11 7 11 8 11 9 11 10 11 11 11 12 11 13 11 14 11 15 11 16 11 17 11 18 11 19 11 20 11 21 11 22 11 23 11 24 11 25 11 26 11 27 11 28 11 29 11 30 11 31 11 32 11 33 11 34 11 35 High coolant temperature shutdown switch Heavy duty three stage radial seal air cleaner with restriction indicator 13 5 gallon fuel capacity Bio diesel ready for up to B20 Rear mounted radiator with tilt out hydraulic oil cooler EXCEPTION YES NO ELECTRICAL 12 volt heavy duty electrical system 585 CCA maintenance free battery 40 Amp Alternator Electronic control solid state control unit with diagnostic capabilities Safety interlocks include traction pedal parking brake operator presence in seat and cutting unit engage disengage safety interlock switches Hour meter Fuel Gauge Engine temperature gauge Warning lamp cluster Engine oil pressure gaug
121. the County of Somerset that no additional service or delivery charges will be levied except as permitted by these specifications LL NOT WILLING to extend prices to Other Agencies as described It is understood that this will not adversely effect consideration of this bid with respect to the needs of the County Lead Agency In keeping with Somerset County s commitment to providing cooperative pricing contracts for its membership refusal to extend pricing to the co op may result in a dual award to include an alternate vendor willing to extend pricing for the duration of the contract Twp Boro Street Address City State Zip Phone Fax No Karen Bishop Bd Clerk John Manz PW Supervisor Susan Stanbury Administrator Ron Smith SBA Francis Decibus Purchasing Agent Francis Decibus Bernards Twp PA Jenny Lin Purchasing Barbara Emery CFO John Kennedy Admin Rick Thomas Bill Conniff QPA Purchasing Anna Marie Wright QPA Joe Barilla Asst Dir P W Ann Mandel Purchasing Agent Rocco Passomatio Supv Bldgs amp Gr Vidya Nayak CFO Carol Isemann Deputy Clerk M Schmid David Mulford QPA Scott Olsen Teresa Stahl Municipal Clerk Carlos Alma Oper Mgr Christine Veneruso Purchasing Leonard Sorge Purchasing Joseph Tobens CEFM Eleanor McGovern Admin Clerk Bedminster Bd of Ed Bedminster Twp of Bedminster Twp of Bernards Twp Public Sch Bernards Twp of Bernards Twp Sewer Authority Bernardsvill
122. the obligation to comply with the Act and to defend indemnify protect and save harmless the owner pursuant to this paragraph It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor its agents servants employees and subcontractors for any claim which may arise out of their performance of this Agreement Furthermore the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor s obligations assumed in this Agreement nor shall they be construed to relieve the contractor from any liability nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law 93 COUNTY OF SOMERSET October 20 2004 Revised Contract Language for BRC Compliance Goods and Services Contracts including purchase orders Construction Contracts including public works related purchase orders N J S A 52 32 44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract 1 the contractor shall provide written notice to its subcontractors and suppliers to submit proof of business registration to the contractor 2 subcontractors through all tiers of a project must provide written notice to their subcontractors and Suppliers to submit proof of business registration
123. ver depth and down pressure via double acting hydraulic cylinders Hydraulic power steering EXCEPTION YES NO TIRES WHEELS Three 22x11 00 8 XLP compress tread pneumatic tires on demountable and interchangeable wheels Dynamic braking through the hydrostatic transmission and hand actuated brake lever EXCEPTION YES NO QUICK ATTACH SYSTEM Rear mechanical quick attach system to allow attachment change by movement of a locking lever and hydraulically engaging or disengaging an attachment A frame mount will allow accessory alignment and attachment from operator s seat Front mount Quick Attach System and quick connect live hydraulics front and rear to be available EXCEPTION YES NO ELECTRICAL 12 volt battery 12 volt electric starter Dash mounted ignition switch with key Neutral interlock switch seat switch Provisions for a light kit EXCEPTION YES NO QUICK ATTACH FINISH GRADER Rear mount finish grader attachment is all welded steel 10 x 66 box plow with closed ends spring loaded and self relieving equipment with 22 and 43 tooth scarifier bars QUICK ATTACH SPRING RAKE Grader box mount five section spring rake kit 76 working width designed to operate for high floatation and minimal surface disruption 36 12 37 12 38 12 39 12 40 12 41 12 42 12 43 12 44 12 45 12 46 12 47 12 48 12 49 12 50 12 51 12 52 12 53 12 54 12 55 12 56 12 57 12 58 12 59 12 60 12
124. weeney Super of Roads Flemington Boro of Flemington Raritan Reg Sch Dist Florham Park Boro of Franklin Twp Sewer Authority Franklin Twp of Franklin Twp Public Library Franklin Twp Public Sch Gloucester County of Green Brook Twp Bd of Ed Green Brook Twp of Harding Twp Hardwick Twp Harmony Twp High Bridge Boro of Hillsborough Twp Bd of Ed Hillsborough Twp MUA Hillsborough Twp of Hopatcong Boro of Hopewell Twp of Mercer County Hopewell Boro of Hunterdon Central Reg High Sch Hunterdon County of Knowlton Twp of Liberty Twp of Linden City of Livingston Twp of Long Hill Twp 38 Park Ave 50 Court St 111 Ridgedale Ave 70 Commerce Dr 475 DeMott La 485 Demott La 1755 Amwell Rd PO Box 337 132 Jefferson Ave 111 Greenbrook Rd PO Box 666 40 SpringValley Rd 3003 Belvidere Rd 71 Main St 379 So Branch Rd PO Box 5909 379 So Branch Rd 111 River Styx Rd 201 Washington Crossing 4 Columbia Ave 84 Route 31 71 Main St Bldg 1 PO Box 2900 628 Rt 94 349 Mountain Lake Rd 301 N Wood Ave 357 So Livingston Ave 915 Valley Rd Flemington NJ 08822 Flemington NJ 08822 Florham Park NJ 07932 Somerset NJ 08873 3470 Somerset NJ 08873 2737 Somerset NJ 08873 Somerset NJ 08873 Woodbury NJ 08096 Green Brook NJ 08812 Green Brook NJ 08812 New Vernon NJ 07976 Hardwick NJ 07825 Phillipsburg NJ 08865 High Bridge NJ 08829 Hillsborough NJ 08844 Hillsborough NJ 08844 Hills
125. west responsible bidder meeting specifications or to make an award based on the total bid to the bidder whose total sum is the low bid meeting the specifications whichever in the awarding authorities opinion is in the best interest of the County Without limiting the generality of the foregoing the County reserves the right to award a contract based on either option that may be described in the bid proposal or based on any combination thereof C The County reserves the right to award equal or tie bids at their discretion to any one of the tie bidders D Should the bidder to whom the contract is awarded fail to enter into a contract the County may then at its option accept the bid of the next lowest responsible bidder E The effective period of this contract will be two years unless otherwise noted in the specifications Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year s budget In the event of unavailability of such funds the County reserves the right to cancel this contract F Government entities are not private business consumer clients therefore separate company agreements are not honored Terms of the specifications bid package prevail unless otherwise noted by the vendor as exceptions 10 1 NEW JERSEY PREVAILING WAGE ACT When Applicable Pursuant to N J S A 34 11 56 25 et seq contractors on projects for public work shall adhere to all requ
126. wo years parts labor and transportation All attachments shall have a two year warranty 45 16 0 16 1 16 2 16 3 16 4 16 5 16 6 16 7 16 8 16 9 16 10 16 11 16 12 16 13 16 14 16 15 16 16 16 17 16 18 16 19 16 20 16 21 16 22 16 23 16 24 ITEM 12 TORO GROUNDSMASTER 7210 WITH POLAR TRAC GENERAL Specification describe minimum requirements for a high capacity zero turn commercial riding mower with multiple attachments for full year use ENGINE Kubota three cylinder liquid cooler diesel engine 35 hp governed to 31 5 hp 3 000 RPM Remote mounted air cleaner External spin on oil filter 12 volt system with 40 amp alternator Battery 690 CCA battery EXCEPTION YES NO TRACTOR DRIVE Bell housing attaches directly to engine and incorporates both PTO and traction transmission Transmission includes two independent closed loop circuits One pump motor controls left side forward neutral reverse the second controls right side forward neutral reverse Pumps are variable displacement piston type with slippers and full stroke capacity of 18 cc rev Wheel drive is by high torque low speed wheel motors with 310 cc displacement Control levers are mechanically adjustable to limit maximum speed and include KYB high performance dampers EXCEPTION YES NO PTO DRIVE Enclosed within transmission bell housing PTO clutch is hydraulically actuated wet multi disc clutch Splined PTO driveshaft

Download Pdf Manuals

image

Related Search

Related Contents

LG-L70_ITA_UG_Web_V1.0_140320  Ilford Glossy Backlit Display Film 127.0 cm x 30.5 m  Samsung RT62UAMT Manuel de l'utilisateur  Offres anormalement basses : mauvaise réponse - cabanes  

Copyright © All rights reserved.
Failed to retrieve file