Request for Proposal - Town of Plympton

The Corporation of the
Kyle Pratt, MPA, CMM III, CHRL, CMO
Chief Administrative Officer
Brianna Coughlin, CMO, MPP
Clerk
David Fielding, P. Eng.
Director of Public Works & Engineering
Norma Roddick-Preece, A.M.C.T.
Treasurer
Town of Plympton-Wyoming
P.O. Box 250, 546 Niagara Street
Wyoming, Ontario N0N 1T0
Tel: (519) 845-3939 or (519) 845-3351
Ontario Toll Free 1-877-313-3939
Fax: (519) 845-0597
www.plympton-wyoming.com
Request for Proposal:
2015 Roadside Mower
Proposal Due Date:
April 29, 2015 at 11:00 a.m.
Tentative Acceptance Date:
May 12, 2015
Request for Proposal to:
Supply a tractor with roadside mower system.
Requests for Proposal to be delivered to:
Town of Plympton-Wyoming
546 Niagara Street
Wyoming, Ontario N0N 1T0
Attention:
2015 Roadside Mower RFP
90 inch Side Flail Specifications
22’ Boom Mower Specifications
Superintendent of Public Works
The Corporation of the
Kyle Pratt, MPA, CMM III, CHRL, CMO
Chief Administrative Officer
Brianna Coughlin, CMO, MPP
Clerk
David Fielding, P. Eng.
Director of Public Works & Engineering
Norma Roddick-Preece, A.M.C.T.
Treasurer
Town of Plympton-Wyoming
P.O. Box 250, 546 Niagara Street
Wyoming, Ontario N0N 1T0
Tel: (519) 845-3939 or (519) 845-3351
Ontario Toll Free 1-877-313-3939
Fax: (519) 845-0597
www.plympton-wyoming.com
Request for Proposal:
2015 Roadside Mower
Proposal Due Date:
April 29, 2015 at 11:00 a.m.
Tentative Acceptance Date:
May 12, 2015
Request for Proposal to:
Supply a tractor with roadside mower system.
Requests for Proposal to be delivered to:
Town of Plympton-Wyoming
546 Niagara Street
Wyoming, Ontario N0N 1T0
Attention:
Superintendent of Public Works
Bid Submission
Proposals shall be properly labeled with “Request for Proposal: 2015 Roadside Mower”, sealed in an
envelope, and submitted no later than the closing date and time.
Proposals will be received until 11:00 a.m. E.S.T., April 29, 2015.
Submissions received after the closing time will be disqualified.
Note: It is the vendor’s responsibility to ensure that the bid submission is received prior to closing.
The Town of Plympton-Wyoming accepts no responsibility for any delays in internal handling or
processing which may arise for bids which are not personally delivered. To reduce the risk, where
the bid envelope is contained in some other form of wrapping or packaging (i.e. courier envelope),
vendors shall clearly mark the most external wrapping or packaging with the word “Proposal” so as to
assist in identifying it for internal handling purposes. Faxed or e-mailed proposals will not be
accepted.
Multiple vendors may submit joint bids providing each vendor submits the appropriate Bidder’s
Declaration
For the purposes of this document, “vendor”, “contractor” and “bidder” are interchangeable and
represent the provider of the requested service or product as described.
RFP Schedule
Every attempt will be made to meet all dates. The Town of Plympton-Wyoming reserves the right to
modify any or all dates at its sole discretion.
 Last Day for Questions – April 24, 2015
 Closing Date – April 29, 2015
 Selection of Successful Vendor – May 12, 2015
Cost of Submission
The Town of Plympton-Wyoming will NOT be liable nor reimburse any bidder for any costs incurred in
developing a proposal submission, attending meetings/interviews, demonstrating the goods and/or
services, legal services, or any other services that may be required in responding to this “Request for
Proposal”.
Right to Accept or Reject Proposals
The Town of Plympton-Wyoming reserves the right to reject any or all submissions, as a whole or in
part, and waive formalities as the interests of the Town may require, without stating reasons.
Submissions which are incomplete, conditional, obscure, contain erasures, alterations or irregularities
of any kind may be rejected.
Therefore, the lowest or any proposal may not necessarily be accepted.
Validity
The proposal submitted shall remain valid for at least one hundred and twenty (120) days from the
proposal closing date.
Withdrawal of Proposals Prior to Closing
A vendor who has submitted a response to this Request for Proposal may request that such a
response be withdrawn. Withdrawals shall be completed and shall be allowed under the following
conditions:
a) If the request is made in writing on the vendor’s letterhead and signed by a senior official of
the vendor.
b) If the request is made by way of a fax or e-mail bearing the name of the senior official
authorizing the withdrawal.
In all cases, a request for the withdrawal of a proposal will be verified by the Town of PlymptonWyoming, by way of a telephone call or fax to a senior official representing the vendor, to confirm the
withdrawal.
All confirmed requests for withdrawal will be placed on record. The entire response will be returned,
unopened, to a representative of the vendor, after the closing date of the submission. Vendors will be
responsible for the pick-up of the proposal by the day requested.
There shall be no withdrawal of proposals allowed after the closing date/time for receiving proposals.
Review of Documents
The vendor must personally study the entire Request for Proposal document as to satisfy
himself/herself of the conditions and requirements of the proposal. There will be no consideration of
any claim, after submission of proposals, that there is a misunderstanding with respect to the
conditions imposed by the request for proposal.
Price Submission
The proposal price shall be a lump sum and include all labour, materials, equipment, supervision,
statutory charges, and vendor overhead and profit, in Canadian Dollars.
Award
Upon completion of evaluations, the Town of Plympton-Wyoming may select a bidder with whom it
wishes to undertake negotiations for the plan outlined in the Request for Proposal. Negotiations may
take the form of adding, deleting, or modifying certain requirements based on the response to the
Request for Proposal, and adjusting pricing accordingly if required. Assuming mutually acceptable
terms and conditions can be agreed upon, a purchase order will be issued to the selected bidder.
The Town of Plympton-Wyoming reserves the right in its absolute discretion to:
a) Adjust, discontinue, or cancel the submission process, and/or commence a new process for
the same or similar goods or services, if the Town of Plympton-Wyoming deems
reasonable conditions exist.
b) Accept or reject any submission(s) in whole or in part.
c) Provide additional written information to vendors.
Therefore, the lowest cost proposal may not necessarily be accepted.
The acceptance and award of a proposal may be subject to the approval of Town of PlymptonWyoming Council.
Confidentiality Provisions
All responses to this Request for Proposal will be treated confidentially in compliance with the
provisions of the Municipal Freedom of Information and Protection of Privacy Act.
The information contained in this Request for Proposal will be utilized by the bidder solely for the
purposes of preparing a submission. Any other use of the information for any other purpose is not
authorized by the Town of Plympton-Wyoming.
Termination
The Town of Plympton-Wyoming reserves the right to terminate the contract for sufficient cause,
including but not limited to, poor performance, late deliveries, inferior quality, incorrect pricing and
health and safety concerns. If the vendor should neglect to perform the work properly or fail to
perform any provision of the Request for Proposal, the Town of Plympton-Wyoming may terminate
the contract after fifteen (15) business days with written notice to the vendor.
Conduct of Vendor Staff
The successful vendor shall employ orderly, competent, and skilled staff to ensure that the Request
for Proposal is completed in a respectable manner.
If any one person employed by the successful vendor is unsatisfactory in his or her performance, the
Town shall notify the vendor in writing and the vendor shall not permit such person to continue in any
future work arising out of the Request for Proposal.
Conflict of Interest
By submitting a bid, the vendor declares that the submission is NOT made in connection with any
other submitting vendor, and is in all respects fair and without collusion or fraud and further that no
member of Council, officer or employee of the Town of Plympton-Wyoming has become interested,
directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise on the
performance of the said contract.
Non Exclusivity
The proposal is not intended, nor shall be construed, as creating any exclusive arrangement with the
awarded vendor. The vendor will not restrict the Town of Plympton-Wyoming from acquiring similar
or equal goods or services from other sources.
Questions Re: Request for Proposal
Vendors having questions or finding discrepancies or omissions, or having doubts as to the meaning
or intent thereof, shall, at once, notify, in writing, the Town of Plympton-Wyoming, who shall send
written instructions or explanations by addenda to all vendors as required.
Any questions arising from the Request for Proposal should be directed to:
Adam Sobanski
Superintendent of Public Works
519-845-3939, Ext: 231
[email protected]
The final day for questions is stated in the RFP Schedule.
Terms of Reference
Submissions
Bidders shall submit the following with their proposal:
 Bid deposit
 Complete manufacturer specifications
 Proposed delivery date
 Warranty Information
 References from other municipalities or contractors utilizing similar roadside mower
systems
Cancellation
This contract is subject to cancellation at any time, with cause, by way of written notice from the Town
to the contractor’s business address.
Causes of cancellation include:
 Poor service, over-charging, non-compliance to Town policies and procedures, violation of
terms and conditions;
 The contract is also subject to cancellation without cause by way of a 60-day written notice.
Bid Deposit
Bids must be submitted with a bid bond, letter of credit or a certified cheque payable to the Town of
Plympton-Wyoming in the amount of 10% of the total bid value. The certified cheque of the
successful bidder will be retained in case of default by the vendor until such time the contract is
executed.
Preferred Specifications
The following and attached specifications are intended to provide Vendors with a guide to the Town’s
preferred requirements. All proposals will be considered provided the Vendor can prove the product
being offered can carry out the tasks to the satisfaction of the Town. All proposals must be
accompanied by a complete set of specifications. The Town reserves the right to test the proposed
equipment or a reasonable substitution. Upon reasonable notice, the equipment must be made
available for viewing and testing on or before May 6, 2015.
Previous or Current Model Year New Tractor
a) Six cylinder diesel engine with 125 engine horsepower
b) 10,400 lbs minimum base weight before ballasting
c) 14.9”X24” front tires with matching rear tires
d) Flange rear axle
e) 16 speed forward and 8 speed reverse power shuttle 40kph transmission
f)
g)
h)
i)
j)
k)
Deluxe rear remote with couplers
Heat and air conditioning
AM/FM radio
Front and rear wipers
Independently operating blue and yellow rotating beacons
Premium air ride seat
Roadside Mower System
a) 90 inch side flail mower system – please see attached specifications for details
b) 22 foot boom mower system – please see attached specifications for details
c) Side flail mower must be able to mount and operate with boom attached and stowed in
cradle
Optional
Please provide optional pricing/credit for the following:
a) Used tractor, meeting the following minimum requirements:
I.
No more than three years of use
II. No more than 250 hours per year of use
III. Meets the requirements set out under preferred specification, tractor
b) Extended warranty package
c) Trading a 1992 Ford 5640 (77hp) tractor with 6900 hours and includes:
I.
4 wheel drive 16 speed transmission
II. Three point hitch with independent PTO
III. Full cab with heat, AC, and AM/FM radio
IV. 75” side flail mower, Tiger TSF75A
V. 96” offset three point hitch flail mower, Tiger TRF96L
VI. 19’ boom with 60” rotary mower, Tiger TRB-60
Addition or subtraction of optional pricing/credits is at the sole discretion of the Town. If the vendor is
unable to provide optional pricing/credits please mark the appropriate bid form VOID.
Bid Evaluation Process
The objective of this section is to describe the criteria in the selection of a bidder with which the Town
would:
a) Enter into a contract for the goods or services identified in the invitation to bid; or,
b) Commence the negotiation process for a contract; or,
c) Recommend for Town Council’s consideration, the acceptance of the bid submission.
The following process would apply:
a) Scrutiny of the bid submissions relative to compliance with the requirements of the Request
for Proposal, such as signed forms, schedules, meeting technical specifications
b) Elimination of bids not meeting the fundamental requirements stated above, as well as
elimination of bids not received on time.
c) Elimination of bids from contractors and vendors where that contract, vendor, or its
principals have been, or currently are, involved in litigation with the Town of PlymptonWyoming, other than a claim for property damage or personal injury, where that litigation
impacts upon the ability of the parties to further engage in reasonable business relations.
d) Evaluation of the merits of all compliant bids. The evaluation will consider financial and
technical merits, vendor/manufacturer reputation based on past performance with the Town
of Plympton-Wyoming and with others, initial costs, ongoing maintenance costs, and overall
cost effectiveness over the long term.
e) Bids will only be considered as a whole and will not be awarded in part to bidders.
I/We have reviewed the RFP and hereby offer to provide goods or services for the following amounts
of money in exchange for the right to enact the requirements of the proposal.
Request for Proposal, Roadside Mower Tractor
Lump sum to supply a Previous or Current Model Year New Tractor to be used with a Roadside
Mower System:
Price:
$__________________
13% HST:
$ __________________
TOTAL BID VALUE:
$ __________________
Please specific the product being bid below:
Year:
_________________
Make:
_________________
Model:
_________________
BIDDER INFORMATION
_______________________________
Company name
_____________________________
Signature
_______________________________
Date
I/We have reviewed the RFP and hereby offer to provide goods or services for the following amounts
of money in exchange for the right to enact the requirements of the proposal.
Request for Proposal, Roadside Mower System
Lump Sum to supply a Roadside Mower System with:


90 inch side flail mower system
22 foot boom mower system
Price:
$__________________
13% HST:
$ __________________
TOTAL BID VALUE:
$ __________________
Please specific the product being bid below:
Year:
_________________
Make:
_________________
Models:
_________________
BIDDER INFORMATION
_______________________________
Company name
_____________________________
Signature
_______________________________
Date
I/We have reviewed the RFP and hereby offer to provide goods or services for the following amounts
of money in exchange for the right to enact the requirements of the proposal.
Request for Proposal, OPTIONAL Roadside Mower Tractor
Lump sum to supply a Used Tractor to be used with a Roadside Mower System:
Price:
$__________________
13% HST:
$ __________________
TOTAL BID VALUE:
$ __________________
Please specific the product being bid below:
Year:
_________________
Make:
_________________
Model:
_________________
Hours:
_________________
BIDDER INFORMATION
_______________________________
Company name
_____________________________
Signature
_______________________________
Date
I/We have reviewed the RFP and hereby offer to provide goods or services for the following amounts
of money in exchange for the right to enact the requirements of the proposal.
Request for Proposal, OPTIONAL Trade and Warranty
Lump Sum Credit for OPTIONAL trade of 1992 Ford 5640 with Tiger roadside mower system:
TOTAL CREDIT:
$ __________________
Lump Sum for OPTIONAL extended warranty:
$ __________________
13% HST:
$ __________________
TOTAL BID VALUE:
$ __________________
Please specify warranty details:
BIDDER INFORMATION
_______________________________
Company name
_____________________________
Signature
_______________________________
Date
Bidder’s Declaration
I/We (enter name)
Title/Position
Name of Organization or
Business
1) Declare that no person, firm, or corporation other than the one who’s signature or the
signature of whose proper officers is attached below, has any interest in this proposal or in
the contract proposed to be undertaken.
2) Further declare that this proposal is made without any connection, knowledge, comparison
of figures or arrangements with any other company, firm, or person making a proposal for
the same work and is in all respects fair and without collusion or fraud.
3) Further declare that no Town of Plympton-Wyoming employee, or member of PlymptonWyoming Town Council and their families is, or will become interested directly as a
contracting party or otherwise or in the performance of the contract or in the supplies, work,
or business to which it relates, or in any portion of the profits thereof, or of any such
supplies to be used therein, or any of the monies to be derived therefrom.
4) Further declare that the several matters stated in the said proposal are, in all respects, true.
5) Further declare that I/we have examined the Terms of Reference and hereby propose and
offer to enter into a contract to provide all of the items mentioned and described or implied
therein, including, in every case, freight, duty exchange, and to accept in full payment
therefore, the sums calculated in accordance with the actual quantities provided, and unit
prices attached to this proposal.
6) Agree that this offer is to continue open for acceptance until a formal contract is executed
or a purchase order is issued to the successful bidder.
7) I/We acknowledge that I/we have received addenda numbered __ to _ and the price(s)
quoted incorporate such addenda.
Registered Business Name:
Business Address:
City:
Postal Code:
Contact Name:
Telephone Number:
E-mail Address:
Signature of Authorized Officer:
Name of Authorized Officer
(please print):
Note for Signing Office: By my signature, I hereby confirm I am a principal, or have been duly
authorized by the principal or board, to sign on behalf of the above named organization.
SPECIFICATIONS 90" SIDE FLAIL MOWER
COMPLY
(Yes/No)
SPECIFICATIONS REQUIRED
DEVIATIONS/EXCEPTIONS/COMMENTS
General
It is the purpose of the following specifications to describe a self-propelled, hydraulically driven, side mounted, flail mower, which shall mow forward and right
of the right rear tire. This unit shall be constructed to receive, in lieu of the side mounted flail mower, a side mounted rotary mower, a boom mower, or a 22"
rotary ditcher. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. Unit(s) shall be the
manufacturer's most heavy-duty model available. The manufacturer shall furnish parts and operation manuals for the unit(s) bid. The manufacturer shall also
guarantee equipment against defects in workmanship and materials for a period of (1) year.
SAFETY SPECIFICATIONS
●Unit shall meet or exceed the following industry standards: SAE J1001, J115, J208, J715,
J898, J909, J920, J1150, J1500. ANSI/ASAE S441, S318.7, S217.10, S278.6, EP363.
ASTM A370. A compliance report shall be available upon request.
CUTTING HEAD
●Cutting width shall be 90" of actual cut.
●Cutting assembly shall be flail type, and hydraulically powered.
●Cutting shaft shall have a minimum of (96) all purpose, self cleaning, reversible knives, or
(48) smooth cut cutting knives. It shall not be necessary to change the cutting shaft to
interchange knives. All purpose knives are 6 gauge thickness, 1-3/4" wide x 4-5/8" length.
Smooth cut knives are 1/4" thickness, 2-1/2" wide x 3-7/8" length.
●Cutting shaft shall be a minimum of 6" in diameter, with 2-3/16" diameter stub shafts and
bearings. Cutting shaft bearings will be of the grip tight double shielded type.
●Cutting heads shall have 6-5/8" diameter rollers, 1-3/8" grip tight shielded bearings, and
replaceable 1-3/8" stub shafts with external bearing hub caps and cap retainers.
●Cutting head height shall be infinitely adjustable from -1/2" to +6". Height adjustment shall
be accomplished thru an externally mounted, threaded, screw type adjuster. It shall not be
necessary to remove the roller mounting brackets to adjust cutting height.
●Cutting head weight shall be a minimum of 1290 lbs.
●Hydraulic motor assemblies shall have automatic belt self-tensioners (specifically excluding
back bend type belt tensioner.) Drive belt system shall have a minimum rating of 81hp.
●Cutting head shall have a minimum of 1/2" thick solid steel sidewalls.
●Cutting bonnet thickness shall be a minimum of 3/16".
●Safety discharge flap shall be provided and smooth cut models shall be equipped with a
front deflector shield.
●Cutting head shall have 26-1/4" of inboard travel.
●Cutting shaft rpm shall be a minimum of 1800 (tip speed of 9306 fpm.)
●Hydraulic motor shall have a rating of 81.3 hp.
●Cutting head shall have removable skid shoes.
MAINFRAME SPECIFICATIONS
●Mainframe of mower is properly braced to rear axle and front axle housing to absorb side
torque and impact of severe applications.
●Draft beam shall be of a box construction with tapered sidewalls, and having the weldment
extending through upper and lower surfaces of the draftbeam.
●Cutting assembly shall be attached to the mainframe by means of a draftbeam with bearing
surfaces in excess of 47 inches2.
●Control of outer end of cutting assembly shall be accomplished by means of direct
connected linkage and single acting cylinder, allowing precise operation of cutting assembly.
HYDRAULIC CYLINDERS
●Inner and outer ends of cutting assembly shall be controlled from the operator's seat by
means of (2) single acting, hydraulic cylinders.
DSF090-C_90IN_SIDE_MOUNT_FLAIL_MOWER
Page 1
SPECIFICATIONS 90" SIDE FLAIL MOWER
SPECIFICATIONS REQUIRED
●All cylinder mountings shall have replaceable, hardened bushings, of the grease-able type.
COMPLY
(Yes/No)
●All cylinders are heavy duty industrial type, nitro steel rod welded.
HYDRAULIC SYSTEM
●Lift control valves shall be (2) tapered spools of the metering type, equipped with (4) pilot
pressure reliefs.
●Hydraulic oil reservoir shall have a minimum capacity of 65 gallons.
●Hydraulic oil reservoir shall be filled to a maximum of 52 gallons.
●Hydraulic oil reservoir shall have a minimum of one fill sight glass.
●Hydraulic oil reservoir system shall be used as the power source for the cutting head.
●Hydraulic oil reservoir shall have a filter with 10 micron element, 75 gpm rated.
●Hydraulic oil reservoir shall have a restriction gauge visible to the operator, and reservoir
suction and return outlets shall be equipped with ball valves.
●Hydraulic oil suction shall be an unrestricted 1.5" ID (specifically excluded shall be the
suction filter and screens.)
●Hydraulic oil pressure and return system hoses shall be 1" ID high pressure unrestricted.
Hoses shall have a burst pressure 4x working pressure.
●Pump drive shaft attached to tractor crankshaft shall have a rating of not less than 180 hp.
●Pump drive shaft powers hydraulic pump for power to hydraulic motor.
●Hydraulic pump and motor shall be gear type with cast steel housing and steel gears
(specifically excluded shall be aluminum pumps, motors, and aluminum gears.)
●Hydraulic pump shall have a rating of 98 hp (input.)
●Hydraulic oil to the power center head shall not pass through a restriction causing valve
while operating the cutting head.
●Main hydraulic control valve shall be non-restrictive, electric solenoid type, with starter
lockout switch (Optional hydraulic brake available.)
●Hydraulic valve shall not cause restriction to generate drift while in the off position.
●Tractor's hydraulic system shall supply oil for the mower's lift system.
Specifications are subject to change without notice
DSF090-C_90IN_SIDE_MOUNT_FLAIL_MOWER
Page 2
DEVIATIONS/EXCEPTIONS/COMMENTS
SPECIFICATIONS 22 FOOT STD REAR CRADLE BOOM MOWER
COMPLY
(Yes/No)
SPECIFICATIONS REQUIRED
DEVIATIONS/EXCEPTIONS/COMMENTS
General
It is the purpose of the following specifications to describe a self-propelled, hydraulically driven, boom type mower, which shall mow forward and right of the
right rear tire, and extend by means of an articulated, two-section boom. This unit shall be constructed to receive any of our listed boom head options. The
unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. Unit(s) shall be the manufacturer's most
heavy-duty model available. The manufacturer shall furnish parts and operation manuals for the unit(s) bid. The manufacturer shall also guarantee equipment
against defects in workmanship and materials for a period of (1) year.
BOOM SPECIFICATIONS
●Inner boom structural tube shall not have less than the following sectional properties:
Torsional 74.9" 4 Bending (Horizontal) 60.1" 4 Bending (Vertical) 23.8" 4. Inner boom shall
be constructed of 8"x6"x1/4" steel tube, and reinforced with not less than 3/8", T1 steel.
●Outer boom structural tube shall not have less than the following sectional properties:
Torsional 25.0" 4 Bending (Horizontal) 22.1" 4 Bending (Vertical) 11.7" 4. The outer boom
shall constructed of 6"x4"x1/4" steel tube and reinforced with not less than 3/8", T1 steel.
●Boom swivel bracket shall be triple anchored with 1" thick T-1 steel. All (3) anchors shall
have 360o grease groove hardened spring steel replaceable split bushings. All (3) anchors
shall each be equipped with a grease zerk.
●Boom shall have replaceable steel bracketed acetal lined bearing with grease pockets at all
pivot points.
●Boom shall have hydraulically operated Helac swivel actuator with 90o movement forward
and rearward break away feature for horizontal movement of cutting
●Boom shall be capable of moving cutting head 26o forward and 97o rearward with limited
relief protection (not applicable with swivel actuator option.)
●Boom swivel point shall be mounted high enough that boom arm shall be capable of
passing over road side guard rail without interruption.
●Boom dimensions are measured from ground level and the tractor's centerline, and is based
on a 50" boom head. Boom reach-out (B) is 22' 3", boom reach-in (D) is 7' 4", boom height
(A) is 19' 8", boom Depth (C) is 11'. Boom reach, height, and depth may vary depending upon
tractor and/or tire configuration.
●Boom movement shall be controlled by the use of hydraulic cylinders.
●All boom pinned pivot points shall be grease-able.
DBM-C-N_22FT_STD_REAR_CRADLE_BOOM
Page 1
SPECIFICATIONS 22 FOOT STD REAR CRADLE BOOM MOWER
SPECIFICATIONS REQUIRED
●Boom shall be capable of resting in cradle mounted on right rear side of tractor for road
travel.
●Boom shall be capable of being un-pinned and extended to the front of the tractor for
transportation by truck. (Note: Tractor and boom arm shall be secured properly for
transportation) (not applicable with swivel actuator option.)
HYDRAULIC CYLINDERS
●Horizontal positioning cylinder shall be double acting, with an auto-cushioning end-stroke
device (not applicable with swivel actuator option.)
●Inner lift cylinder shall be single acting, industrial type, welded, equipped with nitrogen
accumulator, and auto-cushioning device.
●All cylinders are heavy duty industrial type, nitro steel rod welded.
●Hydraulic lift cylinders shall be mounted on the top side of boom arms.
●All hydraulic cylinder pinned pivot points shall be grease-able.
HYDRAULIC SYSTEM
●Lift control valves shall be (4) tapered spools of the metering type, equipped with (8) pilot
pressure reliefs (Note: Optional (4) spool, non-proportional, single function, electronic
joystick and manual override at operators position, or Optional (5) tapered spools, metering
type, or electronic joystick with a 4/5-bank electro-hydraulic proportional, load sensing, and
manual override at operators position.)
●Hydraulic oil reservoir shall have a minimum capacity of 65 gallons.
●Hydraulic oil reservoir shall be filled to a maximum of 52 gallons.
●Hydraulic oil reservoir shall have a minimum of one fill sight glass.
●Hydraulic oil reservoir system shall be used as the power source for rotary cutting head.
●Hydraulic oil reservoir shall have a filter with 10 micron element, 75 gpm rated.
●Hydraulic oil reservoir shall have a restriction gauge visible to the operator.
●Hydraulic oil suction shall be an unrestricted 1.5" ID (specifically excluded shall be the
suction filter and screens.)
●Hydraulic oil pressure and return system hoses shall be 1" ID high pressure unrestricted.
Hoses shall have a burst pressure 4x working pressure.
●Hydraulic oil pressure, return, and lift system steel hydraulic lines shall be mounted at the
rear of the boom arms.
●Wire braid reinforced hydraulic lines shall be used at all flexible positions on the boom arm
(hydraulic hoses/tubing shall not be allowed inside boom arms.)
●Pump drive shaft attached to tractor crankshaft shall have a rating of not less than 180 hp.
●Pump drive shaft powers hydraulic pump for power to hydraulic motor.
●Hydraulic pump and motor shall be gear type with cast steel housing and steel gears
(specifically excluded shall be aluminum pumps, motors, and aluminum gears.)
●Hydraulic pump shall have a rating of 98 hp (input.)
●Hydraulic oil to the power center head shall not pass through a restriction causing valve
while operating the cutting head.
●Main hydraulic control valve shall be non-restrictive, electric solenoid type, with starter
lockout switch (Optional hydraulic brake available.)
●Hydraulic valve shall not cause restriction to generate drift while in the off position.
●Tractor's hydraulic system shall supply oil for the mower's lift system.
MAINFRAME SPECIFICATIONS
●Mainframe of boom mower shall be solidly mounted, bolted, as well as mid and rear braced
to tractor main mid-body to absorb side torque and impact of severe applications.
●The mainframe base plate shall be capable of having a swing cylinder attachment point with
spherical bearing, and shall be constructed of not less than 1" thick, 100,000 psi steel (not
applicable with swivel actuator option.)
DBM-C-N_22FT_STD_REAR_CRADLE_BOOM
Page 2
COMPLY
(Yes/No)
DEVIATIONS/EXCEPTIONS/COMMENTS
SPECIFICATIONS 22 FOOT STD REAR CRADLE BOOM MOWER
SPECIFICATIONS REQUIRED
●Crankshaft adapter and spacer shall be bolted securely to the front of the crankshaft pulley
with capscrews and lockwashers for the pump drive shaft and spline coupling to be mounted.
COMPLY
(Yes/No)
●Hydraulic pump mounting bracket shall be bolted securely to the front of the tractor with
spacers, and shall be able to allow the hydraulic gear pump to be mounted and properly
connected with spline coupling.
●Control box containing solenoid switches shall be for controlling hydraulic flow from the
hydraulic pump to the hydraulic motor. It shall be mounted in a dry and well-protected area
with wiring routed, and a 30 amp breaker in the cab area.
●Joystick control (optional) shall be securely mounted so as to not interfere with other
operator controls.
●All wiring installed shall be properly routed and protected with plastic wire cover and rubber
boots for protection.
●Additional hydraulic valving shall be installed on the exterior of the right rear cab area so
valving shall be accessible ot the operator.
●A Polycarbonate lexan window shall be installed to provide safety protection for the
operator. It can be installed in place of, or over the glass, or attached to a frame on the right
side of the cab windows.
●Weights shall be attached properly to tractor wheel (specifically excluded shall be frame
mounted weight.)
●All proper safety stickers shall be attached to the boom mower.
REAR CRADLE TRAVEL REST
●The rear cradle (travel rest) shall be tractor mounted, specifically excluding 3-point hitch
cradle mounts.
●The rear cradle (travel rest) will be constructed of 5"x5" tubing of 3/8" wall thickness.
Specifications are subject to change without notice
DBM-C-N_22FT_STD_REAR_CRADLE_BOOM
Page 3
DEVIATIONS/EXCEPTIONS/COMMENTS