Loading...
Brown Equipment Co./Streets Brown Equipment Co-;Inc. . ink-0E44 catez,05• es Street Dept. -2004 Appropriation#660 P.O.# 1658 Contract Not To Exceed$153,136.00 APPROVED AS TO FORM BY AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Brown Equipment Co., Inc. ("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods'and/or services (the "Goods and Services") from Vendor using City budget appropriation number 660 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than One Hundred Fifty Three thousand, one hundred and thirty-six Dollars ($153,136.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or submitted by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Street Department Bid Proposal Package for "2004 Vacuum Street Sweeper" received by the City of Carmel Board of Public Works and Safety in or about March 2003, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. City's stated use and are fit and sufficient for their particular purpose. mwnpw 204I,iro mmw,iOinu] 1 Brown Equipment Co., Inc. Street Dept. -2004 Appropriation#660 P.O.# 1658 Contract Not To Exceed$153,136.00 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and m,w*nw mww.nownn„nul 2 . ....... ....... Brown Equipment Co., Inc. Street Dept.-2004 Appropriation#660 P.O.# 1658 Contract Not To Exceed$153,136.00 hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, ,nadelvw 211wnv«vn,nwm1/4m5] 3 Brown Equipment Co., Inc. Street Dept. -2004 Appropriation It 660 P.O.# 1658 Contract Not To Exceed$153,136.00 executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN: David Klingensmith, Director, Street Dept. Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Brown Equipment Co. Inc. 10222 Airport Drive P. O. Box 9799 Fort Wayne, Indiana 46899-9799 ATTN: Joe Williams Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 18.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. it.brw2UO4/suuIM1owNlbVb5I 4 Brown Equipment Co.,Inc. Street Dept. -2004 Appropriation#660 P.O.# 1658 Contract Not To Exceed$153,136.00 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2004, and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 22. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 23. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the wmw.w.mromanrs7 5 Brown Equipment Co., Inc. Street Dept. -2004 Appropriation#660 P.O.# 1658 Contract Not To Exceed$153,136.00 term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] n,c.wo,?aurmeew,o.1✓u.mi5j 6 Brown Equipment Co.,Inc. Street Dept. -2004 Appropriation# 660 P.O.# 1658 Contract Not To Exceed$153,136.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA BROWN EQUIPMENT CO., INC. by and through its Board of Public Works and Safety By: �. By: Jan s Brainar , Presiding Officer thell Signature D e: Lt.045 � i ted Ie Mary n urke, Member 1 Date: , S Cflc2kem 1 Title / ^ Lori (Wats H em er FID/TIN: 36 /34b7`N1 Date: a/o 5" " SSN if Sole Proprietor: ATTEST: . s ? �' Date: / iana Corchta3:1AIY , C rk=Treasurer Date: i . .f0,5 l ..�h+':uw,wrrt...Nwnul 7 • • Brown Equipment Co., Inc. 10222 Airport Drive . PO Box 9799 Fort Wayne, Indiana 46899-9799 • 260/747-2312 Fax: 260/478-1475 • City of Carmel brownequip@msn.com • Boardof Public Works and Safety Floor Hall, 2nd Floor Sales Quotation Date: 11/17/04 One Civic Square Expiration: 1/16/05 Carmel, IN 46032 24 Salesperson: Joe Williams Part# 1 Description Cost Qty Extend Vacuum Street JOHNSTON MODEL VT650 INCLUDES: $149,936.00 Sweeper 2005 Freightliner FC80 Cargo Chassis Cummins ISB 200hp Diesel Engine Allison 2500 RDS Automatic Transmission O.E.M. Dual Steering and Instrumentation Air Conditioning,AM/FM/Stereo, Air Suspension Seats (2) 33,000 GVWR 14 Ply, 11.00R22.5 Tubeless Radials • 51 Gallon Fuel Tank 8.5 cu.yd. Stainless Steel Debris Hopper, See lifetime warranty • statement 343 gallon Stainless Steel Water Tank, See lifetime warranty statement Fluid/Shaft Impellor Drive, See 5 year warranty statement 31.5" Impellor w/wear safe.system 8"Catch Basin Cleaner w/hydraulic up/down 360 deg. Boom Rotation Self Priming Water Pump, 55psi/9.5gpm 25' Washdown Hose Dual Gutter Broom Power Thrust/tilt Simultaneous Gutter Broom Sweep In-cab Gutter Broom Speed Control Maxigap Nozzle Tilt Weatherproof Systems Locker John Deere 4045T Auxiliary Engine,Tier 2 TURBO III Precleaner Remote Oil Drain Sealed Engine Compartment Full Sound Supression Package Maintenance Cat Walk • Gutter Broom Work Lights Two Hopper Drain Hoses on rear door Backup Alarm p-wo Rear Beacons Automatic Body Prop with Automatic Retract Side Mounted Hopper Access Door Engine Operating 2000rpm, Impellor speed 3580rpm Sweeper meets all published specifications. Training and Manuals Delivery: 90-120 days ARO See attached information for options. F.O.B.: Carmel, IN Sub-Total $149,936.00 °� Tax $0.00 "EXHIBIT l 1 �_1� .yj Total $149,936.00 • • • SPECIFICATIONS: 8.5 Cubic yard, dual gutter brooms, vacuum street sweeper, truck mounted on a Freightliner "Cab Over" chassis. This specification describes an environmentally controlled and silenced street sweeper. INSTRUCTION FOR COMPLETING BID, The sweeper to be furnished under this proposal shall be a truck chassis mounted type, 8.5 cubic yard capacity vacuum street sweeper, with dual gutter brooms and an 8" catch basin cleaning system. It shall be the manufacturer's latest model and design. These specifications shall be regarded as minimum. Bidders must furnish all descriptive literature', manufacturer's compliance certificates and all other data on the equipment proposed as required in this specification. Bidder must answer YES or NO to each specification line item except where asked to state specific data. Failure to answer correctly, or failure to respond, will deem your bid as non-responsive. All line items with a "NO" response, shall be explained in detail on the "Exceptions to Bid Specifications" pages provided at the end of this document. (This spec consists of thirty-two clauses) BIDDER PROPOSED YES/ NO 1. Sound Control (Bidders MUST furnish compliance certificate) , ' I/ = YES 1.1 . The external sound pressure level shall be 78 dB(A) max at 7.5 meters per noise test code ISO 3746:1996 while the impeller fan is rotating at 3,400 RPM. 1.2 . The In-Cab sound level shall not exceed 72 dB(A) max per noise test code ISO 3746:1996 while the impeller fan is rotating at 3,400 RPM in sweeping mode. 2. Truck Cab & Chassis • State: Chassis Make: 2005 Freightliner Chassis Model: FC80 Sweeper Make: Johnston Sweeper Co. ✓ Sweeper Model: VT650 3. Vehicle Weight • 3.1 GVWR: 32,000 lbs. minimum. 33,000 3.2 • Wheel Base maximum 133". 3.3 • Cab shall be "Over Engine" type, (conventional cabs are not acceptable.) v— • • ' 3.4 State G.V.W.R of chassis bid. 33,000 lbs • 3.5 State empty weight of chassis bid. 9,400 3.6 State empty weight of single sweep equipment. 8 Off) Page 1 of 18 "EXHIBIT n f� 9� • • 4. Axles 4.1 Front axles shall be 12,000 lbs. minimum. • ' 4.2 Rear axle shall be a two speed Mentor Model RS-21-230, 21,000 lbs. Capacity with ratio of 5.86/8.17. ✓ 4.3 Rear oil seals shall be provided. ✓ 5. Suspension 5.1 Front suspension shall be 12,000 lbs. minimum at ground load rating. . 5.2 Front shock absorbers shall be supplied. • ✓ • 5.3 Rear suspension shall be 21,000 lbs. minimum with multi-leaf springs. ✓ • 6. Brakes—ABS 6.1 Front service brakes shall be"full air""S"cam type with 15" x 4" brake linings. ✓ 6.2 Rear service brakes shall be "full air "S"cam type with 16 %" x 7" brake linings. 6.3 Automatic slack adjusters shall be supplied on front and rear brakes. 6.4 Parking brake shall be spring set on rear axle and cab controlled. 6.5 Low air warning indicator shall be supplied. • 6.6 An air dryer with electronically timed moisture purging feature shall be supplied. 6.7 A 15.2 cu. ft./ minute air compressor with dry type filter shall be supplied. 6.8 Two brake treadle valves with priority shuttling devices shall be installed in cab to facilitate vehicle braking from either side. 7. Steering 7.1 Complete OEM. dual power steering system with complete identical dual gauges at each operator's position shall be furnished to permit operation from either side of cab. 7.2 Dual steering assemblies shall be fully hydraulic and shall include OEM steering gears, pitman arms, drag links and steering knuckles (mechanical gearboxes, cross shafts or chain & sprocket systems WILL NOT BE ACCEPTED). "EXHIBIT A 3 j le‘ 99 Page 2 of 18 • 8. Engine • 8.1 Engine shall be a four cycle diesel, turbo-charged and after cooled. 8.2 Engine shall be rated at 200 H.P. at 2,300 RPM, minimum. ✓ 8.3 Engine shall have a torque rating of 520 ft lbs. at 1,400 RPM. 8.4 Engine shall be water cooled with antifreeze protection to—40 degrees Fahrenheit. ✓ 8.5 Engine shall have vertical muffler and exhaust pipe. ✓ 8.6 Engine displacement shall be 359 cu. in. (5.9 liters). 8.7 Cummins ISB 200 preferred. ✓ 9. Transmission 9.1 Transmission shall be an Allison 2000 series automatic with return line filtration. ✓ 10. Engine Equipment 10.1 Alternator shall have a minimum of 100 amp output rating. • 10.2 Two batteries shall be maintenance free and each rated at 625 CCA. 10.3 A heavy duty dry type air cleaner with restriction'indicator shall be supplied. ✓ 10.4 A viscous clutch fan shall be supplied. 10.5 A full flow oil filter shall be supplied. ✓ 10.6 A fuel /water separator shall be supplied. ✓ 11. Cab 11.1 Cab shall be tilt type with spring assist. ✓ 11.2 Cab shall have two fully adjustable bucket seats with approved seat belts. �✓ 11.3 Seats shall be air suspension with heavy duty cloth upholstery over foam rubber seat cushion. 11.4 Sun visors shall be supplied on both sides. 11.5 Armrests shall be supplied on both sides. 11.6 Heater with full width defrosters, fresh air ducts &two-speed fan shall be supplied. c/ • "EXHIBIT k`kC s 99 Page 3 of 18 • • 11.7 Dual, two speed electric intermittent windshield wipers with washers, operable from either side, shall be supplied. • ✓ 11.8 Cab fender extensions shall be supplied. ✓ 11.9 Two West Coast type mirrors 6"x 16" shall be supplied. 11 .10 Two 8" convex mirrors shall also be supplied to allow operator full view of sweeping equipment. ./ • 11.11 Factory air conditioner shall be supplied and mounted in cab. 11.12 AM/FM stereo cassette shall be supplied. 11 .13 Two independent accelerator pedals shall be installed 'in cab to facilitate operation from either side. 11.14 A full 'cross-over' system to change steering control, throttle and all gauges, from left to right hand side and vice versa shall be supplied. ✓ 11.15 All cross-over functions shall be controlled by a single switch on the shifter console. This circuit shall be inter-locked to the parking brake and shall only be capable of being activated with the parking brake applied. • 12. Fuel Tank 12.1 Minimurn 50 gallon fuel tank shall supply sweeper and chassis engines. Tank shall be manufactured from stainless steel. 13. Lights 13.1 All lamps and reflectors shall comply with Federal regulations. 13.2 Four-way hazard warning lights shall be supplied. 13.3 Back up lights shall be fitted. • • "EXHIBIT 51(6\ " Page 4 of 18 • • • 14. Frame 14.1 High tensile frame shall be supplied. �•� 14.2 Front tow hooks shall be supplied. • 14.3 Steel front& rear bumpers shall be supplied. 14.4 A weight load indicator shall be installed on frame. 14.5 A safety platform shall be mounted across the truck chassis frame to provide access . to the auxiliary engine. 15. Wheels &Tires • 15.1 All wheel rims shall be disc type 22.5 x 8.25. • ✓ 15.2 - Tires: Two front & four rear shall be tubeless radial type 11.00R 22.5-14 ply rated. • 15.3 . Rear tire sets to be protected by H.D. replaceable plastic fenders. 16 Warranty . 16.1 The basic vehicle & drive train shall be warranted by the manufacturer for two years . unless otherwise specified. • • • • • • EXH 1T A ( cti • • Page5of18 • SWEEPER 17. Power Pack YES I NO • 17.1' Power shall-be supplied by a heavy-duty turbo charged industrial diesel engine. 17.2 Engine shall be four cylinder, four cycle, water cooled and antifreeze protected to -40 degrees Fahrenheit. 17.3 Engine shall be 4.5 liter (275 Cu. in.) displ. minimum John Deere 4045T or equal. Sweeper to have a variable working speed from engine idle to 2000 rpm. ✓ 17.4 The engine must conform to EPA Tier 2 regulations. No exception to this environmental legislation will be permitted. a temperature ran a of-40 degrees 17.5 The unit shall be capable of operating withing g Fahrenheit to +126 degrees Fahrenheit with the manufacturer's full warranty approval. 17.6 ' Heavy duty, dry dual element air filtration with restriction indicator and Turbo III precleaner to be provided. 17.7 " Fuel system will have a primary filter & sediment bowl as first stage filtration from the fuel tank. 17.8 A 50 gallon (190 liter) stainless steel fuel tank with locking cap and a fuel gauge shall • • be furnished. 17.9 • Engine shall have a remote oil pan drain with accessible drain plug to allow engine oil • • to be externally drained during scheduled oil changes. ✓ 17.10 • Engine water pump shall be gear driven to eliminate possibility of engine damage - 17.11 A 12 volt 55 amp alternator shall be furnished. 17.12 High coolant temperature and low oil pressure shutdown system shall be supplied as standard equipment. 17.13 The engine shall be sound suppressed and pod mounted in a low profile tub. • 17.14 Engine tub shall be separately mounted from the body and shall be capable of being removed from the entire sweeper framework by four (4) bolts. 17.15. To reduce vibration & sound, ONLY the engine, transmission and turbine shall be "live" mounted and free floating. - 17.16 The engine compartment shall be fully sealed to •protect against sound and dust contaminants. • "EXHIBIT .t 11 yy Page 6 of 18 • • • • • • • 17.17 The engine tub shall have access doors to facilitate cleaning & housekeeping. Counter-weighted latches shall be provided to keep doors closed during normal. operation and to safeguard against ingress of debris. 17.18 Engine access shall be provided by means of a permanently attached, rust free alloy ladder with sure-grip treads. 17.19 Engine shall have a stainless steel exhaust muffler& pipe. ✓ 17.20 Auxiliary engine fuel consumption shall not exceed 4.5 G.P.H (gallons per hour) while producing a continuous impeller fan speed of 3,400 RPM. ✓ 17.21 Bidder shall state engine RPM required to generate an impeller fan speed of 3,400 RPM and related fuel consumption (gph). ✓ 17.22 Engine power output shall be adjusted by means of an electronic, infinitely variable actuator which will provide RPM range settings from idle to 2000 rpm. 17.23 A tachometer and hour meter shall be supplied, standard. 17.24 Radiator shall have a sealed & dedicated air intake duct. To ensure the air is the cleanest possible the air intake Duct shall be located in the roof of the sweeper engine. ✓ 17.25 Keyless start with integral cold weather start aid feature shall be furnished. 17.26 All sweeping controls shall be easily accessible to the operator from either side driving position. • 17.27 'Three position' switches shall be supplied for gutter brooms, nozzles and main broom. Positions one and two,shall be for raising and lowering, while position three shall activate water system for sweep gear. 17.28 Warning lights shall be furnished for low oil pressure, high water temperature, low voltage, body weight limit hydraulic oil level, hydraulic oil temperature. 17.29 All of the above controls in addition to the chassis engine ignition, parking brake control, and gutter broom speed control shall be centrally mounted in cab. 17.30 An anti-crank device shall be provided to prevent re-engagement of starter while engine is running. • • "EX6 O1B1T ` l [ l 59 Page 7 of 18 • • • • 18. Sweeper Hopper Body • 18.1 Hopper body shall be fabricated from high chromium content stainless steel. All seams shall be continuously welded. To permit longer life and lower the cost of operation, the entire debris hopper, excluding inlet wear plate and exhaust screens, shall carry a lifetime warranty as long as the customer owns the sweeper. The • . warranty shall include, but not be limited to, the floor, sides, roof and rear door. The warranty shall cover rust, corrosion and abrasion perforation, including normal wear and tear.,Vendors will be financially responsible for all repairs, parts and labor, including protective coatings for the life of the sweeper.100% parts and labor with no pro-rating or hour limitations. Vendors shall supply with their bids, warranty statements from the manufacturer in complete compliance with the published warranty specifications. Failure to do so, will deem your bid as non responsive. 18.2 Body vol. capacity shall be not less than 8.5 cu. yards. with payload capacity of not less than 7.4 cu. yards. ✓ • 18.3 A hydraulically operated, fully sealed, full width, top hinged rear door capable of opening through 125 degrees, shall be provided. • ✓ 18.4 A full frame width, automatic body prop with four locking positions and retraction device shall be provided. 18.5 Debris conveying body inlet pipes, shall be constructed of steel. ✓ 18.6 Body raise & lower shall be by means of a spherical joint mounted, two• stage hydraulic cylinder with power return and safety locking valve.. -1 18.7 Debris dump angle shall be 54 degrees minimum. 18.8 The hopper body shall incorporate a inter-connecting transfer port to the water tank that will enable the machine to additionally function as a either a water tanker or • flusher with a total water capacity of 1,650 gallons. ✓ 18.9 Body inlet pipes shall have equidistant mounting holes to permit quarter, half or three quarter turn rotation for even wear compensation. ✓ 18.10 Inspection doors shall be provided on each side of the debris container. The doors shall permit cleaning of the rear screens and placement of large objects in the hopper. ✓ 18.11 Body shall have "Tool Free" removable full width filter screens capable of being removed without entering the hopper. ✓ 18.12 The rear door shall be opened and closed via a single hydraulic, flow controlled cylinder. ✓ "EXHIBIT A ((% 93 Page 8 of 18 • • • 18.13 Body roof shall incorporate an externally mounted, removable plate to permit inspection and cleaning of upper air chamber. 18.14 The rear door shall have a drain hose and a de-watering valve to enable both water logged & water pooled loads to be drained off. The hose will be stowed on its own • stowage bracket when not in use: 18.15 The sweeper shall be furnished with a catch basin cleaner attachment. 18.16 The Catch Basin Cleaner attachment shall be provided with spring compensation to raise/lower the assembly to reduce weight load while operating. 18.16 The catch basin hose assembly shall be hydraulically raised and lowered to provide load relief in handling. J 18.17 The Catch Basin Cleaner shall be complete with 10 feet of interlocking extension tubes. 18.18 For safety reasons the Catch Basin Cleaner shall be top Mounted to permit a greater working radius, while allowing The operator to work off the side of the sweeper, shielded from Oncoming traffic. 18.22 The sweeper hopper debris body prop shall engage automatically and disengage via a push button control. Reaching under the debris body to perform either function is • not acceptable. • 19. Vacuum Impeller Fan 19.1 Shall be single stage centrifugal type, direct driven, factory balanced, and capable of producing 59"of negative water column in the hopper. • 19.2 Impeller shall be 31.5" diameter, 3"wide and of stainless steel construction. 19.3 Impeller shall incorporate hardened steel vanes with built-in "wear safe" characteristics to prevent separation should it be s ubjected to excessive abrasion. 19.4 . Impeller housing shall have ports for inspection and shall be constructed of anti- abrasion steel. ✓� • 19.5 , ' The impeller housing exhaust port MUST have an automatic safety blanking plate • which activates each time the hopper is raised. 19.6 The connection of impeller to drive system and engine shall permit the impeller to freely spin within its housing. 19.7 he impeller shall be driven via an adjustment free 'step-up' gear-box. (BELTS ARE • NOT ACCEPTABLE.) Step-up gear-box ratio shall be a minimum of 1: 1.79 ✓ 1 permitting high impeller speeds at.low engine RPM. 5P Page 9 of 18 MEX IS° / C ' gy 19.8 The purchaser has demonstrated various types of vacuum sweepers and has • determined that a minimum impeller fan speed of 3,400 RPM•is required to effectively convey the vast majority of sweepings into the debris hopper. State engine RPM required to generate an impeller fan speed of 3,400 RPM. Engine speed (RPM) 2000 Impeller speed (RPM) 3580 Gearbox ratio. 1.79 19.9 Blower drive system: To permit longer life and lower cost of operation, the entire blower drive system, excluding the auxiliary engine and blower wheel, shall be guaranteed for 5 years. Warranty shall include all components between the engine flywheel and the blower. Warranty shall cover all components, including normal wear items,'such as, but not limited to, belts, pulleys, bearings, shafts, fluid couplings, clutches, seals, etc.Warranty shall include all parts and labor for a period of 5 years. • 100% parts and labor. No pro-rating or hour limitations acceptable. Vendors shall submit warranty statements from the manufacturer with their bids, in strict compliance with the published warranty specifications. Failure to do so will ✓ deem.'Curk1i d nen-responsive 19.10 Impeller exhaust port is to be sealed and air is to be exhausted horizontally through a sound suppressed roof tunnel vent. 19.11 The impeller driving step-up gear-box shall have an externally mounted drain provision through the engine tub to facilitate remote draining of oil. • 19.12 The gear-box shall have a fluid level sight glass and easily accessible fill pod. 20. Vacuum Hose • 20.1 Vacuum hoses shall be constructed of steel reinforced flexible rubber with an outer protective cover. 20.2 Vacuum hoses shall be 10" in diameter, with self-aided cleaning feature. 20.3 Top of vacuum hose shall be accessible at ground level to permit the removal of any blockages. 21. Gutter Broom - Right and Left Side 21.1 Gutter brooms shall be one piece, disposable, of steel tine construction, and 28" in diameter. 21.2 Gutter brooms shall be direct hydraulic drive type and relief valve protected. • c/ 21.3 butter brooms shall have variable speed from within the cab. Rotational speed from 0 -130 RPM. 21 .4 Gutter brooms shall be pneumatically lowered, raised and latched. • • Page 10 of 18 1 • • 21.5 Gutter brooms and components shall be free floating, of trailing arm configuration with adjustable "kick back" feature to avoid damage if contact is made with street furniture, high curbs or other immovable objects. r✓ . 21.6 Gutter brooms each shall have two independent water spray jets for dust control. • 21.7 Gutter brooms shall be capable of being operated independently of other sweep ✓ gear. 21.8 Gutter brooms shall be capable of sweeping on top of sidewalk edge for the purpose, of cleaning weeds, etc. This feature shall also be used to trim grass edges on curbs, edged parkways, etc. 21.9 Gutter brooms assemblies shall be sub-frame mounted on the sweeper and not on the chassis, and shall be fully adjustable for height. 21.10 The right and left side gutter broom components must be identical to permit interchangeability from side to side. �✓ 21.14 The gutter broom down pressure shall be controlled from within the cab. 21.15 The tilt angle of the gutter broom shall be controlled from within the bac. 21.17 The sweeper shall be able to operate with both gutter brooms and vacuum nozzles operating at the same time to produce a total sweeping path of 144" mininum. 22. Wide Sweep Broom 22.1 Polupropylene under-body broom shall be supplied. ✓ 22.2 Broom shall be 16" diameter mininum. 22.3 • Broom length shall be 50" mininum. ✓ 22.4 Wide sweep broom shall be enclosed within its own hood to prevent debris from being ejected. 22.5 Broom shall be hydraulically driven at a constant speed with adjustable pressure and flotation system. 22.6 Wide sweep broom shall have a minimum of four water sprays for dust control. NO BLACK IRON or GALVANIZED PIPE ACCEPTED. ✓ 22.7 Wide sweep broom shall be capable of being changed without removing any parts other than the broom side cover plate. 22.8 Wide sweep broom shall be capable of being operated independently of all other sweep gear. "EXHIBIT 4 ilf YY Page 11 of 18 • • 22.9 The widesweep brush position shall swivel from side to side automatically from within the cab based on right or left gutter broom selection. 22.10 Wide sweep broom shall have a road crown compensation pivot with remote • • greasing provision to provide simple, easy lubrication. 23. Suction Nozzles - Right and Left Side 23.1 Shall be metal alloy construction with replaceable rubber lining, rubber skirts, replaceable curb guards and have provision for jet sprays. 23.2 Nozzles shall be cylinder suspended and shall be lowered & raised by means of an In-Cab control. - 23.3 Nozzles shall have water jets to provide dust suppression and lubrication for debris conveying tubes and sweeper internal components. 23.4 Nozzle carriages shall each be provided with two adjustable rubber tired, 10" • diameter wheels. • 23.5 Nozzle wheels shall be capable of being independently adjusted and each wheel , shall have a spindle mounted grease point. 23.6 An in-cab control, shall permit the operator to remotely tilt the nozzle backwards to their maximum aperture openings to accommodate the ingestion of large items. 23.7 The nozzles shall be capable of tracking independently from the chassis. • 23.8 Nozzle assemblies are to be attached to the sweep gear framework via tool free, detachable, self-aligning draw bar. 23.9 Nozzles shall be capable of being operated independently of other sweeping gear. 23.10 Nozzles shall have provision for surface adjustment to facilitate the ingestion of fines. 24. Hydraulic System 24.1 The hydraulic system shall operate the following: wide sweep broom rotation, gutter broom rotation, widesweep broom swiveling and lateral positioning. 24.2 To ensure adequate cooling, reservoir capacity to pump output shall be minimum of 2:1 ratio. State pump output at recommended auxiliary engine operating speed. 24.3 Hydraulic oil reservoir capacity shall be 20 gallons minimum and capable of maintaining continuous operation without overheating. 24.4 All hydraulic circuits shall be protected by relief valves. 24.5 Hydraulic reservoir shall have a fluid level sight glass. • `� "EXH1BO [t -oh'\ 99 • Page 12 of 18 • • 24.6 A spin-on sump filter with pressure bypass shall be provided on the return circuit. 24.7 The body raise/lower shall be powered off the auxiliary engine. An electric over hydraulic back up system shall be furnished in the event the auxiliary engine does not start. 24.8 • The body dump controls shall be controlled via a handheld pendant to permit • operation from within the cab or outside the cab. The pendant shall have a 20' reach- from the cab. 24.9 All sweeping gear functions shall be powered by a gear driven hydraulic pump off the • auxiliary engine timing gears. 24.10 All hydraulic valves for sweep gear shall be equipped with light emitting diodes to assist in troubleshooting. • 24.11 The single hydraulic reservoir shall supply oil to both sweeper & chassis systems to defray cost of extra tank, oil, filters etc. ✓ 24.12 The hydraulic sweep system shall have a systems locker mounted pressure test port. ✓ • 25. Water aystem 25.1 Water tank shall be integral with the hopper body and shall be fabricated of high chromium content stainless steel. To permit longer life and a lower cost of operation, the sweeper's water tank shall carry a lifetime warranty as long as the customer • owns the sweeper. Warranty shall include and not be limited to rust, corrosion and abrasion perforation, cracking, warping, melting, UV damage etc. Vendor will be financially responsible for all repairs, parts and labor. 100%o parts and labor with no pro-rating or hour limitations acceptable. Vendors shall supply warranty statements from the manufacturer with their bids in complete compliance with the published warranty specification. Failure to do so will deem your bid non- recnnncwe 25.2 Water tank capacity shall be 343 gallons minimum and tank must be baffled to minimize stress related movement. ✓ 25,3 Water pump drive and related systems shall have an air purge protection system against freeze-up. 25.4 Water pump shall be self priming and not subject to damage when operated dry. 25.5 A quick disconnect coupler shall be provided for water tank filling. 25.6 Machine shall be equipped with a washdown system. 25.7 All water valves shall have manual drain provisions with an additional air pressurized ✓ drain system for cold weather conditions. " `ij f(� EXEU B I 97 Page 13 of 18 • • • • 25.8 The water tank shah have three drain and flush out ports. 25.9 Provision shall be made to enable water tank filling to be accomplished by either hydrant or garden type hose. 25.10 All water system rigid lines shall be constructed of stainless steel. NO BLACK IRON or GALVANIZED PIPE ACCEPTED. 25.11 An external water filter.shall be provided. The filter must be accessible with body lowered. A shut off(isolation)valve must be provided to facilitate servicing. ✓ - 25.12 Water manifold shall be constructed of stainless steel. 25.13 The water system shall have a pressure test port mounted in the systems locker. 25.14 The water system shall have an adjustable relief valve. 26. Air System 26.1 The sweeper air system shall incorporate a safety device which will ensure that in the • event of a pneumatic failure, the chassis braking system will be automatically • protected and air brake pressure will be maintained. 26.2 A self purging air dryer shall be provided with a built in timer to expel condensation once every five minutes. c/ 26.3 A "micro-fog" regulator with built in lubricator, air filter and water drain shall be provided. 26.4 The regulator shall have a shut off valve to purge only the sweeper system while maintaining chassis air pressure. 26.5 The sweeper pneumatic system shall have it's own storage reservoir with safety 'valve and drain with lanyard. J 26.7 All sweep system pneumatic valves shall be housed in a weather proof systems locker and activated.by cab mounted rocker switches. f 26.8 The sweeper pneumatic system shall have a test port situated in the systems locker. 26.9 All pneumatic hose connectors shall be "tool free" push-in type to facilitate easy servicing, removal or replacement. • 26.10 Nozzle, and WSB pneumatic cylinders shall have.a common seal repair kit to defray parts stocking cost. 26.11 Pneumatic system air lines shall be color coded for easy recognition of "live supply," "switched supply" and "exhaust". t 5 "EXHI�B� t • Page14of18 • • 26.12 The pneumatic system shall operate the following functions: (1) Wide sweep raise/lower/road pressure. (2) Nozzle raise/lower/maxi-gap for large debris. (3) Gutter broom raise, lower and latch • • 27. Central Systems Locker 27.1 • All controlling elements for•the sweeper's electrics, pneumatics, water and hydraulics shall be housed in an easily accessible, sealed, weatherproof side locker. • 27.2 Each system shall be equipped with L.E.D. status indicators. 27.3 Each system wafer shall be removable. 27.4 Test ports shall be provided for each system. r 27.5 The entire systems locker shall be capable of being removed if necessary. 27.6 All electrical wiring shall be contained within flame retardant conduit. 27.7 All wires shall be color coded & numbered for ease of troubleshooting. 27.8 Systems locker door shall be supported by gas shocks in the open position and shall incorporate a locking latch. 28. Safety 28.1 Two amber beacons with limb guards shall be supplied. ✓ 28.2 A back up alarm of not less than 107 dB(A) shall be installed arid shall sound when reverse gear is selected. 28.3 An access ladder with sure grip treads shall be installed for the purpose of gaining safe access to engine compartment. ✓ 28.4 Automatic pickup in reverse gear of all sweeping equipment shall be supplied. 28.5 A pre-programmed single joystick "ergo" master switch shall control all sweep gear. The sweeping gear shall raise and the water shall shut off when "ergo" is moved out of "work" position. All functions shall resume their previously programmed settings when "ergo" switch is returned to"work" position. ✓ 29. Paint 29.1 Cab & sweeper shall be furnished with two coats of standard White, Du Pont lmron • paint. ✓ , "EXHIBIT k '6(6 Page 15 of 18 • • • 29.2 All sweep gear and bracketry shall be powder coated for maximum protection in a sweeping environment. 30. Warranty 30.1 The sweeper auxiliary engine shall carry a two-year warranty, 100% parts and labor minimum. Include warranty statement with your bids. 30.2 Warranty repairs to be made at customer's premises including all parts and labor, 100%coverage, no pro-rating. 30.3 Sweeper components other than wearing items shall carry a standard one-year warranty. Is fan and housing included in this warranty? 30.4 Hopper warranty shall be for life as per section 18.1 of bid specifications. 30.5 Blower drive warranty shall be five years as per section 19.9 of bid specifications. 30.6. Water tank warranty shall be for life as per Section 25.1 of bid specifications. 31. Mauals The following documentation shall be supplied upon delivery of unit: 31.1. Sweeper: 1-Driver! Operator Guide, 1 parts list, 1 service/maintenance manual and 1 troubleshooting manual. 31.2 Truck Chassis: . 1-Owner/ Operator's Guide. • 31.3 Transmission: 1-Driver's Handbook. 31.4 Sweeper Engine: 1-User's Handbook. • • • "EXHIBIT G 99 l\ a • Page16of18 32. Training 32.1 Operator/mechanic training will be conducted at the customer's premises at no charge to the customer Optional Equipment To Be Priced Separately' The gutter brooms shall be hydraulically positioned and controlled from within the cab via a spring loaded rocher switch. $ 700.00 The down pressure of the widesweep broom shall be controlled from within the . cab. $ 700.00 . The sweeper shall be supplied with an auxiliary high pressure water system. The system shall be complete with 25' of high pressure hose, mounted on a retractable hose reel. The water pump shall be hydraulically driven and produce a minimum of 4 gpm @1500p $' 3,200.00 • • • 86�/a��BIT ' 1 _ lCa 99 Page17of18 • • • A rear mounted directional arrowstick shall be mounted on the rear of the sweeper above the rear door. Amber directional arrow shall be controlled within the cab. $ 950.00 The sweeper shall be supplied with a water recirculation system. The sweeper shall recycle accumulated water from the debris container and supply it to each vacuum nozzle. The supply of the recycled water shall be controlled from within the cab. The system shall be supplied with cleanable removeable wire filter screens. The debris container shall be water tight. Total system capacity shall be a minimum of 700 gallons. 57,000.00 • "EXHOBDT la . " Page 18 of 18