Loading...
Brown Equipment/Street/$165,000/Street Sweeper Brown Equipment Co., Inc. o S%eet'Department- 2013 Appropriation#43-530.99; P.O. #26326 r. Contract Not To Exceed $165,000.00 4101,4 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES oc4 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., an entity duly authorized to do business in the State of Indiana ("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 43-530.99 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-Eight Thousand Dollars ($165,000.00) (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 conformance 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 by Vendor to and accepted by City pursuant to or as part of that certain City of West-Lafayette, Indiana Street Sweeper Bid Proposal Package, 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. Further, Vendor is the only distributor that can sell under the City of West-Lafayette contract, as shown in attached Exhibit C. p'w.w�,meu.0 ewwn„ni Cn,mnr.wn aMi s,..,.�.dp..n1u u,.Lu d ia,znn.x.nnrvmu e.rz vn9 I Brown Equipment Co., Inc. Street Department-2013 Appropriation#43-530.99: P.O. #26326 Contract Not To Exceed$165,000.00 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 D. 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. h:w +mso.nFymrm„,,o,.m,\GMd,mws,..;«.aw..m,�,.p,wm i.,zni�..kw rvnouaii flI� 7 Brown Equipment Co., Inc. •' Street'Department-2013 Appropriation#43-530.99: P.O. #26326 Contract Not To Exceed$165.000.00 Vendor further agrees to indemnify, defend and 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. E-VERIFY Pursuant to I.C. § 22-5-1.7 et seq., Company shall enroll in and verify the work eligibility status of all of its newly-hired employees using the E-Verify program, if it has not already done so as of the date of this Agreement. Company is further required to execute the attached Affidavit, herein referred to as Exhibit E, which is an Affidavit affirming that: (i) Company is enrolled and is participating in the E-verify program, and (ii) Company does not knowingly employ any unauthorized aliens. This Agreement incorporates by reference, and in its entirety, attached Exhibit E. In support of the Affidavit, Company shall provide the City with documentation that it has enrolled and is participating in the E-Verify program. This Agreement shall not take effect until said Affidavit is signed by Company and delivered to the City's authorized representative. Should Company subcontract for the performance of any work under this Agreement, the Company shall require any subcontractor(s) to certify by affidavit that: (i) the subcontractor does not knowingly employ or contract with any unauthorized aliens, and (ii) the subcontractor has enrolled and is participating in the E- verify program. Company shall maintain a copy of such certification for the duration of the term of any subcontract. Company shall also deliver a copy of the certification to the City within seven (7) days of the effective date of the subcontract. If Company, or any subcontractor of Company, knowingly employs or contracts with any unauthorized aliens, or retains an employee or contract with a person that the Company or subcontractor subsequently learns is an unauthorized alien, Company shall terminate the employment of or contract with the unauthorized alien within thirty (30) days ("Cure Period"). Should the Company or any subcontractor of Company fail to cure within the Cure Period, the City has the right to terminate this Agreement without consequence. The E-Verify requirements of this Agreement will not apply should the E- Verify program cease to exist. �re, nn�nem�eywrv�n c.,,meua.�,am s,..,...evn.,�..n G ramm ins mun«anrvrm+.iz rmt 3 Brown Equipment Co., Inc. Street'Department-2013 Appropriation#43-530.99; P.O. #26326 Contract Not To Exceed S 165,000.00 13. 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. 14. 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. 15. 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. 16. 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. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, 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. 18. 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 AND Douglas C. Haney, City Attorney One Civic Square Department of Law Carmel, Indiana 46032 One Civic Square ATTENTION: Carmel, Indiana 46032 If to Vendor: Brown Equipment Co., Inc. 10603 Majic Port Lane Ft. Wayne, IN 46899 Telephone: 1-800-747-2312 E-Mail: brownequip@msn.com ATTENTION: Douglas W. Brown Notwithstanding the above, notice of termination under paragraph 19 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. [lyauMmmBnrvn EVwpmvnCn,Iaa1Qo..dauJ]mao Agn,,,un oryln,ul Lm EUL Jrr.1/IWMl3ili PMJ 4 Brown Equipment Co., Inc. " Street'Depamnent-2013 Appropriation#43-530.99: P.O.#26326 Contract Not To Exceed $165,000.00 19. TERMINATION: 19.1 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. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. 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. 20. 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. 21. 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. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2012 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. 23. 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. 24. 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. Ir:�,nm.,,.na,,,,,o Egmrman CoJwc',,ol,.a s,,ko.arrum,on„pm,o,um,xme,rmvmo mz roil 5 Brown Equipment Co., Inc. " Street'Department-2013 Appropriation#43-530.99; P.O. #26326 Contract Not To Exceed$165.000.00 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. 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. 27. 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 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. 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: / 2 AOSCI James Brainard, Presiding Officer Aut o : ed ' ignature Date: - G -- Douglas W. Brown Printed Name ary nn Burke, emb/er Dat : -{, �� President Title Lori S/W3t n, Member FID/TIN: 35-1346745 Date: -7 &Ala Last Four of SSN if Sole Proprietor: ATTEST: 1 Date: 1-14-13 atialtDO'OlY Diana Cordray, C Clerk-Treasurer (Date: -0-(3 p'n.,nm.,ne.,nn Ewmm,r,o,.mr u,a,aw s,nhe.rgr..,,,.m oN.mu:n zai�y.:ui rvmu a.it rail 6 AMMY I /J V " � ,®t // VarmeI1 IRTIFICA E !AIL 0031 015500 \,\\1/'ll*1l I\�\�/. lll'1l CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 26326 35-60000972 ONE CIVIC SQUARE THIS NUMBER MUST APPEAR ON INVOICES.A CARMEL, INDIANA 46032-2584 VOUCHER, DELIVERY MEMO, PACKING SLIP SHIPPING LABELS AND ANY CORRESPONDENC FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL- 1997 1RCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1211912012 Public-Finance.Com Street Department VENDOR SHIP 3400 W. 131st Street TO 100 East Hospital Road Carmel, IN 46074 Franklin, IN 46131 (317) 733-2001 JONFIRM.ATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Account 0043-530.99 1 Each sweeper lease payment $50,000.00 $50,000.00 • Sub Total: $50,000.00 r• / I $ UI E• 1 • u i / 1-1 > • Send Invoice To: .. _\_.- y 4- Street Department 6iE,C pT 91 3400 W. 131st Street Carmel, IN 46074- PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT Carmel Street Department PAYMENT $50,000.00 • A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. SHIPPING INSTRUCTIONS • I HEREBY CERTI HAT THERE IS AN UNOBLLGATED BALANCE IN THIS APPROP N IENT TO PAY F R THE ABOVE ORDER • SHIP REPAID. . • C.O.D.SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL ORDERED BY V✓ SHIPPING LABELS. •THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 3945 TITLE AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. C 3 2 6 CLERK-TREASURER DOCUMENT CONTROL NO. v VENDOR COPY Brown Equipment Co., Inc. INVOICE a P 0 Box 9799 • Fort Wayne,IN 46899-9799 Date Invoice# 121182012 24569 Phone 1-800-747-2312 Bill To Ship To CARMEL STREET DEPT. CARMEL STREET DEFT. 3400 W. 131 ST STREET 3400 W. 131 ST STREET WESTFIELD,IN 46074 \VESTFIELD,IN 46074 Packing List# P.O.Number Terms Salesperson Ship Date Ship Via • 1256 D.AUFFMAN NET 10 JOE OUR TRUCK • Quantity Item Code Description Price Each Amount I Global Equipment 2013 GLOBAL STREET SWEEPER MODEL MX) 175,000.00 175.000.00 I USED EQUIPMEN... 2001 EI.GIN PELICAN SWEEPER -10,000.00 -10.000.00 • • • • Sales Tax (7.0%) Woo • Total of6.5:aro_uo-3 1 "EXHIBIT C @ T 99 BROWN EQUIPMENT CO, INC. 10603 Majic Port Lane PO Box 9799 Date: 9/18/2012 Fort Wayne, IN 46899-9799 Quote Expires on: 800-747-2312 FX: 260-478-1475 11/17/2012 West Lafayette Street Department browncquip@msn.com % Clerk-Treasurer-City Hall 609 West Navajo St. West Lafayette, IN 47906 Sales Quotation Salesman: Kiel Williams Quote Number: 000091812WL Part# Description Cost Qty Extend Street 2012 GLOBAL/ALLIANZ MX3 Street Sweeper. one $175,000.00 Sweeper INCLUDES: Three Wheel Design, High Performance Sweep Package, Dual Gutter Brooms, 5.6 cu.yd. Stainless Steel High Dump Hopper, Lifetime Hopper Warranty, Totally Hydrostatic, Front Center Mount Steering with Spring Suspension, Air Ride Seat, TURBO II Pre-cleaner, John Deere Tier Ill Diesel (115hp)with Safety Shutdowns, Two Year John Deere Engine Warranty, Swing-out Radiator and Oil Cooler, 35 Gallon Fuel Tank, 230 Gallon Polyethlene Water Tank, Front Strobe with Limb Guard Protection, Rear Halogen Arrowstik with Limb Guard Protection, 120 amp Alternator, Electrical Systems Locker, Hydraulic Systems Locker, Sun Visor, Air Conditioning /Heater/Defroster/Cab Pressurizer, Windshield Washer, Delay Wipers, Powder Coat Paint, AM/FM/CD Stereo,12.5' Turning Radius, "Comfort Glide" Drive Axle Suspension, Hydraulic Leaf Gate, Rear Camera and Monitor, Unsurpassed Visibility, and Manuals as Specified. Meets all published specifications. Standard Global/Allianz One Year Parts and Labor Warranty Standard John Deere Two Year/2000 Hour Warranty Delivery: 30-60 days ARO F.O.B.: West Lafayette, IN Trade-in: 1999 Swartze A7000 Sweeper Deduct ($20,000.00) • Sub-Total $155,000.00 Tax Total $155,000.00 • 7 "EXHIBIT G` Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 SPECIFICATIONS: Three Wheel Mechanical Street Sweeper. The sweeper to be furnished under this proposal shall be a three wheel mechanical type, front wheel steer, single engine, high dump hopper, full hydrostatic drive, 5:6 cubic yard hopper capacity with dual gutter broom 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 necessary data on the equipment proposed as required in the specification. Bidder must also include an Indiana User's List consisting of a minimum of ten municipalities that are using the current model being bid. 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 Specification" pages provided at the end of this document. (This specification contains fourteen pages and twenty-six clauses.) 1. HOPPER YES / NO • 1.1 Hopper capacity shall be 5.6 cubic yards. 1.2 Hopper shall have a lifting capacity of 12,000 lbs. 1.3 Hopper shall be constructed of grade 304 stainless steel. to permit longer life and lower the cost of operation, the debris hopper excluding the dump chute, shall carry a lifetime warranty for as long as the customer owns the sweeper. The warranty shall include but not be limited to, the floor, sides, roof and discharge door. The warranty shall cover rust, corrosion and abrasion perforation, including normal wear and tear. Manufacturer will be financially responsible for all repairs, parts and labor, including protective coatings for the life of the sweeper. 100% parts and labor. No pro-rating or hour limitations acceptable. Vendors shall supply with their bid, a warranty statement from the manufacturer in complete compliance with the published warranty specification. Failure to do so, will deem your bid as non-responsive. • 1.4 Hopper dump system shall have a safety lockout system to prevent any forward or reverse movement of the sweeper with hopper in the raised position. 1.5 Hopper shall be raised and lowered by means of two 4" diameter hydraulic cylinders. Specification for 3 Wheel mechanical street sweeper 0003 9/ /11 n 11 "EXHIBIT a a Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 1.6 Hopper shall have a load discharge door which will open automatically when hopper is being raised and close automatically when hopper is being lowered. 1.7 Hopper dump control shall be by means of a single cab dash mounted rocker switch. 1.8 A seal shall be provided between the hopper and the elevator to prevent dirt and dust emission. 1.9 Hopper shall be a high dumping type, 114" minimum. 1.10 Hopper shall have a hydrant flush system. 2. CAB 2.1 Cab shall be fully enclosed and of all steel construction. 2.2 Cab shall be mounted front and center of sweeper for safety and unobstructed, panoramic, operator vision. 2.3 Cab shall be attached to chassis frame by means of rubber mounts. 2.4 Cab shall be dust and weather sealed and be equipped with factory installed air conditioning, heater and defroster. 2.5 Grab handles shall be supplied on the front of the cab. 2.6 Cab interior shall be sound suppressed and insulated with an in cab noise level not exceeding 83 dBA. 2.7 Cab shall be furnished with two seats, one being the primary operator's station and the other for the purpose of operator training. 2.8 Operator's seat shall be single bucket air suspension type with cloth upholstery, dual arm rests, and shock absorbers. 2.9 Both operator's seat and "buddy" seat shall have three point safety seat belts with shoulder and lap harnesses. 2.10 For operator safety and comfort, the front of seat to the front wall of cab shall be a minimum of 23", maximum 31". "EXHIBIT " Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 2 • Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 2.11 For operator safety and comfort, the cab rear wall to cab front wall shall be a minimum of 56 1/2". 2.12 For operator safety and comfort, the back seat to center line of steering column shall be a minimum of 17", maximum 31". 2.13 Cab shall have a single lever operated tilt and telescoping steering wheel. 2.14 For operator's safety, cab shall have sliding windows on both right and left sides. 2.15 Cab shall have adequate storage space for driver's tool kit, lunch box, hard hat, coffee cup, coat etc. 2.16 Cab shall have dual west coast mirrors with extended frames and 12" convex sweeping mirrors on both sides. Sweepers that require a seat change during operation, must have remote power adjustable mirrors. 2.17 Cab shall have tinted safety glass throughout and a single full width tinted sun visor. 2.18 Cab shall be furnished with a full width interior ceiling shelf to accommodate a radio, documents and other equipment. 3. ENGINE 3.1 Sweeper shall be powered by a single John Deere 4045T, Tier 3, 4-cylinder, turbo charged four cycle diesel engine with a minimum horsepower rating of 115 HP @ 2500 engine RPM. Cubic inch displacement shall be 276 CID and net torque rating of 274 ft. lbs. at 1400 RPM. All sweeper functions and drive systems shall be powered by this engine. 3.2 l Engine shall have a two stage dry type air cleaner with safety element and restriction indicator: Plus TURBO II pre-cleaner or equal. 3.3 Engine shall be water cooled by aid of a radiator of swing-away design. 3.4 Antifreeze protection for engine shall be not less than minus 34 degrees Fahrenheit. "EXHIBIT 0 Liof I i 99 Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 3 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 3.5 Engine shall automatically shut down and dispose itself from re-starting if any attempt is made to unlatch radiator away from its locked position. 3.6 Engine shall be protected against damage by means of an anti-crank device which will prevent re-engagement of starter while the engine is running. 3.7 Engine shall be fitted with a pusher fan with special "ejector" blades for centrifugal ejection of ambient dust particles from the engine compartment 4. TRACTION SYSTEM 4.1 Traction system shall be fully hydrostatic and capable of variable speeds up to 25 MPH. 4.2 Direction and speed selection shall be controlled by means of a dash mounted four position quadrant shifter which is electronically controlled. 4.3 Engine mounted traction pump shall be variable displacement axial piston type. 4.4 Broom and elevator speed shall be independent of vehicle speed 4.5 The traction drive system shall be capable of being shifted from "LOW" to "HIGH" while the sweeper is in motion. 4.6 The traction pump and motors shall be relief valve protected. 4.7 Operational road speed control shall be by means of a single automotive type foot pedal. 4.8 The traction system shall provide braking assistance when control pedal is released. 4.9 The rear wheel motor and torque hub drive system shall be a carrier beam type with rubber spring and torque rod suspension. 5. ELEVATOR 5.1 The elevator shall be 7 flight configuration with continuously molded rubber belts and replaceable corded rru beN I®IT C 5 u f i 9 �s Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 4 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 squeegee tips. Belt type conveyors systems will not be deemed as equal. 5.2 Elevator sprockets shall be of split flange type to enable replacement without having to remove belts and shafts. 5.3 Elevator sprockets shall have hardened teeth for longevity. 5.4 Elevator flight bars shall be constructed of 2" x '/2" aluminum angle. 5.5 Elevator speed shall be variable and reversible. 5.6 Elevator belt shafts shall be of split design to facilitate easy belt replacement. 5.7 Elevator motor drive shall be direct hydraulic (no chain or sprockets) with relief cartridge protection. 5.8 Elevator shall have an adjustable floor and deflector system to ensure even hopper loading and prevent back spilling. 5.9 Elevator floor shall incorporate an 'open/close' bulk material entry gate system, operator controlled from inside the cab 5.10 Elevator drive shall be from its own dedicated, directly driven hydraulic pump 5.11 Elevator shall have a hydrant flush system. 5.12 Elevator drive system shall incorporate a positive drive using Sprockets or cogs. Friction drive systems are not acceptable. 6. HYDRAULIC SYSTEM 6.1 Hydraulic oil reservoir system shall consist of two frame mounted tower tanks, each with an oil capacity of 18 gallons. The residual oil capacity shall be an additional 5 gallons for a total system capacity of 41 gallons. 6.2 To provide dependable performance and reduce maintenance costs, the hydraulic system MUST include the following filtration elements: 6.2.(1) A 40 micron tank fill neck strainer in each tank "EXHIBITLia4.2 Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 5 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 6.2.(2) Each tank MUST have its own suction strainer rated at a minimum 100 mesh. 6.2.(3) A suction filter with restriction gauge MUST be supplied with a minimum rating of 10 microns. 6.2.(4) A high pressure filter complete with restriction status indicator shall be supplied. 6.2.(5) A water/ hydraulic oil separator/ filter shall be installed in the return circuit. 6.3 Each hydraulic tank shall be provided with a 5 psi. pressurized fill cap. • 6.4 Each hydraulic tank shall have rear mounted, accessible drain plugs. 6.5 Hydraulic manifolds, valves and solenoids shall be mounted in a separate dedicated, enclosed compartment, away from dirt and debris, for protection and ease of access. 6.6 Triple Pump Hydraulic System-includes one pump dedicated to the pickup broom, one pump dedicated to the elevator system, and one pump dedicated to the lift functions and gutter broom rotation. 7. PICKUP BROOM 7.1 Pickup broom shall be 32" diameter and 58" long minimum. 7.2 Pickup broom drive shall be direct hydraulic, variable speed with relief valve protection 7.3 Pickup broom shall be hydraulically raised and lowered by a single, in cab dash mounted rocker switch 7.4 Pickup broom shall be self adjusting for pressure and wear 7.5 Pickup broom motor shall have a shaft and seal protection device which will prevent the ingress of damaging wire, cassette tape, fishing line, etc. 7.6 Pickup broom width shall match elevator width. Sweepers that attempt to funnel debris onto a narrow belt will not be accepted. "EXHIBIT , 1af 1195 Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 6 • Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 8. GUTTER BROOMS 8.1 Gutter brooms (right & left sides) shall be a minimum of 47" in diameter and each shall contain twelve snap-in "Tuff Grip" disposable steel tine segments. 8.2 Gutter broom drive shall be completely hydraulic and relief valve protected. • 8.3 Gutter brooms shall be hydraulically lowered and raised by means of ah in-cab, dash mounted rocker switch 8.4 Provisions shall be made for gutter broom pressure adjustment by means of independent dash mounted electrical switch gauges. 8.5 Gutter brooms shall be free floating both horizontally and vertically and shall be impact protected 8.6 Gutter broom curb angle adjustment shall be by simple multi hole and anchor pin arrangement. Adjustment shall be "wrench free". 8.7 Gutter broom support towers shall have adjustable travel "stop" mechanisms to limit inward travel of gutter brooms 8.8 Gutter broom motors shall have a shaft and seal protection device which will prevent the ingress of damaging wire, cassette tape, fishing line, etc. 9. WATER SYSTEM 9.1 Water tank capacity shall be 230 gallons minimum 9.2 Water tank shall be constructed of cross-linked corrosion . proof material. 9.3 A low water indicator shall be dash mounted in cab 9.4 Individual, adjustable, variable flow, water delivery valves shall be installed in the sweeper cab to allow operator to control water sprays over main broom and both gutter brooms and elevator system. 9.5 Twin electric diaphragm pumps with total output rating of 4 gallons per minute @ 35 PSI shall be supplied. �Ep I Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 7 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 9.6 An in line 20 mesh screen type filter shall be installed in an accessible area and shall be capable of being checked, cleaned or changed without the use of tools 9.7 A 15' hydrant hose, coupler and wrench shall be supplied. 9.8 A high/low water flow switch shall be installed in the cab for additional water flow control 10. FUEL SYSTEM 10.1 Vehicle fuel system must include a 35 gallon diesel fuel tank.(minimum) 10.2 Fuel system must incorporate a fuel and water separator with built in primary fuel filter 11. DIRT SHOES 11.1 Dirt shoes shall be of parallel arm design, polyethylene construction and be capable of floating over uneven surfaces, railroad tracks, raised manhole covers, etc. 12. BRAKES 12.1 Service brakes shall be internal expanding shoe and drum type on rear wheels. 12.2 Parking brake shall be mechanically applied and hydraulically released internal expanding type 12.3 Parking brake shall be automatically applied when sweeper is placed in "PARK" position 12.4 Brake master cylinder shall have an auxiliary boost feature 12.5 Standard braking system shall be assisted by vehicle's inherent dynamic braking when control pedal ("GO" Pedal) is released 13. STEERING 13.1 Steering shall be hydrostatic type, by means of . an engine driven gear pump through a hydraulic cylinder and shall be capable of operation in the event of engine shutdown "EXHIBIT C „ Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 8 • Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 14. FRONT (STEERING) AXLE / SPINDLE 14.1 Front axle assembly shall be spindle type, with dual wheels and tires. 14.2 Front axle configuration shall be such that the standard front steering road wheels shall be not be closer than 40 inches to the curb line when sweeping, to avoid tire damage from broken bottles and other sharp debris. 14.3 Front axle assembly shall incorporate a weight and load matched 'Rubber Spring' and torque rod suspension system. 14.4 Rear wheel motor and torque hub carrier beam axle, shall be furnished with full 'Rubber Spring' and torque rod suspension. Suspension must be a full suspension, incorporating the entire sweeper. Sweepers that suspend the cab only will be deemed as non-compliant 15. FRAME 15.1 Frame shall be constructed of 4 gauge, high strength low alloy steel (ASTM 607 or equivalent) with an RBM rating of 863,700 inch pounds and a minimum yield strength of not less than 50,000 psi 15.2 Frame shall be 13" x 3" 'C' section channel 15.3 Frame shall incorporate front tow points. 15.4 A tool/storage compartment shall be built into right rear fender 15.5 Frame attached gutter broom towers shall have reinforced cut outs to enable access to lower elevator bearings for ease of maintenance 16. ELECTRICAL SYSTEM 12 VOLT 16.1 Battery shall be maintenance free and rated at 900 CCA 16.2 A heavy duty 120 amp dust shielded alternator shall be supplied 16.3 All electrical connections shall be sealed and heat shrunk with epoxy resin connectors. No-splice wiring between "EXHIBIT l 0 of I es 93 Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 9 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 connectors. 16.4 A sealed electrical systems locker shall be provided to house all controlling electrical components and protect them from exposure to dirt, moisture, and inclement weather 16.5 The system locker shall comprise of a sealed compartment to house both high amperage and low amperage components 16.6 All components within the locker shall be easily replaceable with minimum effort 16.7 All rocker switches in cab shall be sealed, back lit, and function identified 16.8 All electrical system diodes shall be located within the systems locker 16.9 A laminated electrical control unit diagram shall be attached to systems locker door for instant easy reference during troubleshooting or repair procedures 16.10 Two sealed beam headlights with in-dash high beam indicator shall be standard 16.11 Two speed windshield wiper shall be provided 16.12 Sweeper shall be supplied with dual stop and tail light combinations, dual gutter broom lights, rear license plate light and bracket, back up lights and reflectors, self canceling turn signals with hazard flashers, electrical back up alarm (107 dBA minimum) and hopper dump alarm (107 dBA minimum), cab strobe with limb guard and halogen arrowstik. 16.13 Solenoids for hydraulic manifolds shall be enclosed in rear fender compartment for protection and easy access. 16.14 All electrical wiring shall be solid colored, numbered and function coded every 12 "for quick, easy identification purposes 17 SWEEPER BODY 17.1 Sweeper body shall have hinged, swing out single latched side panels for simple, easy access to elevator, fuel tank fill and water manifold components pSp�ya"EXq�B IBI of VGl 59 Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 10 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 17.2 Rear radiator grille and engine cover shall have stainless steel hinges to enhance longevity and eliminate rust. 17.3 A heavy duty front bumper shall be supplied. 17.4 A rust and corrosion proof front grille shall be supplied. 17.5 A two step cab entry ladder with anti-slip, positive grip • feature shall be supplied. 18. WHEELS AND TIRES 18.1 Front rims shall be 6.75 HC, 10 hole heavy duty steel disc type with 10R 17.5 G load range radial tires 18.2 Rear rims shall be disc type 8.25 X 22.5 with 11R 22.5 G load range radial tires. 19.SUSPENSION 19.1 A rear drive motor carrier with full rubber spring and torque rod suspension shall be supplied. 19.2 Front (steering) axle assembly shall incorporate a weight and load matched 'Rubber Spring' and torque rod suspension system. Suspension must be a full suspension, incorporating the entire sweeper. Sweepers that suspend the cab only will be deemed as non-compliant. 20. CAB DASH & INSTRUMENTS 20.1 An automotive style, anti glare, wrap-around dash with easily removable fascia and instrument panel shall be supplied 20.2 All dash mounted equipment including instruments, gauges, switches and display panels shall have extra length wires to permit lifting of dash for internal component access 20.3 Dash panel shall have a light emitting diode panel system which will monitor and provide an alert to the following systems: OIL PRESSURE, SWEEPER in PARK, RIGHT HYDRAULIC TANK LEVEL, LEFT HYDRAULIC TANK LEVEL, RIGHT AND LEFT TURN SIGNALS and HIGH BEAM INDICATOR. The panel shall also be capable of accommodating additional monitoring systems if required.py "EXHISpecification for 3 Wheel mechanical street sweeper 0 03 09/ /41 W 1'1— Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 20.4 The dash board shall be of low cut design for completely unobstructed vision 20.5 The dash panel shall incorporate high flow adjustable side and windshield defrost vents 20.6 The side instrument panel shall accommodate all sweeping functions, heating and air conditioning controls 20.7 An automatic rear view camera with full color LCD monitor shall be supplied. The camera shall be equipped infra red lamps to allow for night vision. 20.8 The sweeper shall incorporate an ERGO switch function. This function will allow the operator to activate all sweeping components using one switch. The ERGO switch will be capable of shutting down all sweeping components, as well as water, using the same ERGO switch. Must be one switch design. 20.9 An AM/FM/CD stereo shall be supplied. 21. SWEEPER DIMENSIONS 21.1 Sweeper shall meet the following minimum requirements 21.2 Wheel Base 116 in. 21.3 Turning Radius (Not to exceed) 12.5 ft. 21.4 Overall Length (Not to exceed) 214 in. 21.5 Maximum Height (Not to exceed) 118 in. 21.6 Maximum Width (Not to exceed) 98 in. 21.7 Sweeping Swath 125 in. _ 21.8 Maximum Weight/Empty 14,440 lbs 22 PAINT 22.1 All sweeper components, including but not limited to, CAB, HOPPER, FRAME, ELEVATOR, BODY PANELS, ENGINE COVER PANELS, BODY FLOOR PANELS, GENERAL BRACKETRY, shall be individually 100% powder coated 1 I ,y "EXHIBIT Specification for 3 Wheel mechanical street sweeper 0003 09/08/11 12 • Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 BEFORE VEHICLE ASSEMBLY to protect the machine from the adversities of weather and the ravages of sweeping environments 22.2 Sweeper standard color shall be White 23. QUALITY 23.1 ALL fasteners above 1/4" in thread size shall be grade #8 or better. 23.2 ALL critical fasteners shall be torqued to manufacturer's quality requirements and a special torque striping paste shall be applied as witness to this procedure 23.3 ALL hydraulic hose pressure fittings shall be torqued to manufacturer's requirements. 23.4 The sweeper shall be manufactured by a company with an internationally recognized and registered quality system which shall meet or exceed I.S.O. 9001 standards 24. WARRANTY 24.1 Sweeper shall carry a one year warranty covering 100% parts and labor with all repairs to be carried out at customer's location. 25 MANUALS 25.1 The following documentation shall be supplied upon delivery of unit: a) Sweeper: 1-Parts Manuals, 1-Service/Operation Manuals, 1-Operator's Guide b) Engine: 1-Engine Users Guide. 26. TRAINING 26.1 Operator/mechanic training shall be provided at no charge by dealer at customer's location. Kis understoodahat-other-governmental_agencies;_particularly,-in the-State;of Indiana; and--any._other taxsupported-governmental agencies,-will_be.extended-the-opportunity 7togpurchase-off this-bid-during the calendar model year of said bid. In entering into,' gHpPpfC cfl� ,p Specification for 3 Wheel mechanical street sweeper 55� r• r 0003 .09/0,01 13 Specification: 3 Wheel Mechanical High Performance Street Sweeper 0003 2012 such-agreements, the vendor and the purchaser understand that neither the city.or, county-bidding specified equipment, are agents of, partners to/or representatives on, these outside-agencies and are not obligated or liable for any action or debts that mayo arise out of such-independently negotiated "piggy-back" procurements. The dealer will, invoice each government agency separately; EXCEPTIONS TO BID SPECIFICATIONS Clause # Explanation Specification for 3 Wheel mechanical street sweeper 0003 09/0 /11 14 Board of Public Works and Safety, October 16, 2012 Page 1 of 1 CITY OF City of West Lafayette Agenda WEST LAFAYETTE • BOARD OR COMMISSION: Board of Public Works and Safety DATE: October 16, 2012 SCHEDULE: 8:30 a.m. DIRECTIONS: Council Chambers 1. Approval of Minutes, October 9, 2012, Meeting Related Documents:October 9,2012 Minutes 2. NEW BUSINESS a. Request to Declare Vehicles Surplus - Street Related Documents:Surplus Vehicle Request Memo b. Bid Acceptance: Street Sweeper-WWTU/Street Related Documents: Street Sweeper Bid Request for Approval Memo C. Bid Acceptace: Combination Sewer Cleaner-WWTU/Street Related Documents:Combination Sewer Cleaner Bid Request for Approval d. Quote Acceptance: 2013 Pick-Up Truck- Street Related Documents:2013 Pick-Up Truck Quote Request for Approval Memo e. Quote Acceptance: 2 Storage Tanks - Street Related Documents: Storage Tanks Quote Request for Approval Memo f. Request for Joint Purchase: Traffic Paint& Beads - Street Related Documents: Request for Joint Purchase of Traffic PainUBeads Memo g. 2012 SRF Loan Request No. 1: Greeley & Hansen -WWTU Related Documents: SRF Req. 1 h. 2012 SRF Loan Request No. 2: O. W. Krohn &Associates, LLC -WWTU Related Documents: SRF Req. 2 i. Claims Related Documents:Claims List i. AP Docket-$308,410.67 Related Documents: $308,410.67 • j. Informational Items i. Project Payment List-WWTU Related Documents:Project List k. Other Items 3. ADJOURNMENT L EXHJBIT \ i/ CO a�l I f9 http://www.westlafayette.in.gov/egov/docs/1348155197_4024.htm 12/18/2012 IIOMF 01 1 PUVE 1 ait Street / Sanitation/ Recycling �11Y1 \ 11 be, 705 South River Road West Lafayette, IN 47906 CITY OF Phone: (765) 775-5242 WEST LAFAYETTE Fax: (765) 746-1302. October 11, 2012 TO: Mayor Dennis and Board of Works Members FROM: David A. Downey, Street Commissioner RE: Street Sweeper Bid Request for Approval Company Line Item Amount Brown Equipment Base Price $175,000.00 Option Costs (if applicable) $ Discounts or Other Adjustments $ Destination Charges $ Dealer Prep or Other Charges $ Trade-In Allowance (1999 Schwartze ($ 20,000.00) A7000) Net Total $155,000.00 The department has reviewed the bid for one street sweeper. The lowest bid and only bid was from Brown Equipment for a total amount of$155,000.00. The department asks for your approval to accept the low bid for one street sweeper as submitted from Brown Equipment. Thank you for your consideration. • • Brown Equipment Co., Inc. INVOICE P 0 Box 9799 Fort Wayne. Lti 46899-9799 Date Invoice# • IV20l2012 24478 Pine 1-800-747-2312 • sa To Ship To '4ES7 L�FAYF.TTE SIREFT DF:PT./ 1r=S.RIVER ROAD WEST LAFAYETTE,IN 47906 s.. .,t Packing List# P.O. Number Terms Salesperson Ship Dare Ship Via I 7479 9470 NET l0 KIEL OUR TRUCK Quantity Item Code Description Price Each Amount I Global Equipment 2013 GLOB.AI.STREET SWEEPER MODEL MX3,VIN 175,000.00 175,000.00 1 i9GM31118DS462002.WARRANTY BEGINS 03/18/2013 1 USED EQUIPMEN... 1999 SWAR'17.STREET SWEEPER A7000 -20,000.00 -20,000.00 • • Sales Tax (7.0%) so.00 Total s155,000_0o i + "EXHIBIT C. 1(6. D�I� 99 _._—.... . ..... f ---