Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-317Temp Reso. #8797 - November 15, 1999 Revision #1 -November 17, 1999 Page 1 City of Tamarac, FLORIDA RESOLUTION NO. R-99 - 317 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF A STREET SWEEPER FROM FLORIDA MUNICIPAL EQUIPMENT UTILIZING A CITY OF CAPE CORAL BID #PW031699-31; AUTHORIZING AN EXPENDITURE OF FUNDS IN AN AMOUNT NOT TO EXCEED $151,956; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the United States Environmental Protection Agency under terms of the National Pollution Discharge Elimination System (NPDES) Permit requires municipalities to sweep streets in an effort to decrease the amount of pollutants entering the stormwater system; and WHEREAS, the City currently contracts its street sweeping program with a private vendor; and WHEREAS, the contractual provision of services restricts the City's ability to manage and customize the program due to a preset and rigid schedule; and WHEREAS, in order to gain greater control over the program the City desires to purchase its own street sweeper; and WHEREAS, the City Code §6-155 authorizes the waiver of purchasing procedures for supplies, materials and equipment which are the subject of contracts with the state, the United States Government, or with other governmental agencies; and Temp Reso. #8797 - November 15, 1999 Revision #1 -November 17, 1999 Page 2 WHEREAS, funding for this purchase will be obtained through the use of a Master Lease Purchase Agreement; and WHEREAS, available funds exist in the Stormwater Management Fund for said purpose; and WHEREAS, it is the recommendation of the Director of Public Works, Assistant Director of Public Works and Purchasing/Contracts Manager to purchase a street sweeper utilizing the above mentioned source; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to purchase a street sweeper to clean its streets. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and is hereby made a specific part . .1 of this Resolution upon adoption hereof. SECTION 2: The purchase of a street sweeper from Florida Municipal Equipment utilizing the City of Cape Coral's Bid #PW031699-31, a copy of said bid attached hereto as Exhibit 1, in an amount not to exceed $151,956 is HEREBY AUTHORIZED. SECTION 3: Authorizing an appropriation in an amount not to exceed $151,956 from the Stormwater Management Fund through utilization of a Master Lease Purchase Agreement. SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 1 1 1 Temp Reso. #8797 - November 15, 1999 Revision #1 - November 17, 1999 Page 3 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. � PASSED, ADOPTED AND APPROVED this o�S%day of , 1999. ATTEST: d CAROL GOLD MC/AAE CITY CLERK I HEREBY CERTIFY that I CITY ATTORNEY u:\adm correspondence\agenda\8797RES -- Street Sweeper Purchase i JOE SCHREIBER MAYOR Dial: DIST 2: DIST & DIST 4: 9—C13-1999 10:11AM FROM FLA MUNIC EQUIP INC 941 66S S946 UK F FLORIDA M MUNICIPAL E EQUIPMENT, INC. • • Exhibit 1 TEMP. RESO. No. ��. September 3, 1999 Mr. Wes Tipton - ca City of Tamarac6611 Nob Hill Road r Tamarac, Florida 33321-2401 w f7l } 30 Q C r Re: " Bac sal for Johnston Series 605 Va ' to w a - " Dear Wes: Per the request of our Territory Manager Spike Nagel, I am pleased to provide a detailed quotation for a Johnston Series 605 vacuum street sweeper. This proposal is based on a "piggy back" purchase of the City of Cape Coral's contract with us.1 understand that Spike has forwarded to you a copy of their specifications and purchase order to you. i Based on your fax dated August 11 h where you indicated the additional optional equipment desired by the City, the proposal is as follows: City of Cape Coral Base Bid $135,000. Dual Air Homs 4887 National Cush-N-Aire mid -back air seat 970. Remote Mirrors w/ Clearance Lights 1,225. Transmission Tem erature Gauge 284. Cat Walk for AuxiliaryEngine Access 475. -Auxiliary Engine Fuel Gau a 432. Auxili a Engine e Oil Pressure Gauge 320. Auxiliary Engine Voltmeter Gauge 320. AuxiliM Engine Water Temperature Gauge 320. Auxilia .En e Idle Down due to Water Tank Exhaustion 324. Swept Mileage Recorder 332. 650. Dual In -Cab Variable Suction Nozzle Adjustment Dual Wideswee Air Re ators 1,342. Gutterbroom Worklights 227. Catch Basin Cleaner with Hydraulic Assist 3,512. Electric Storm Grate Lifter 1,860: All Expense Paid factory training for up to 4 City Operators and Mechanics 3,875. 1. Ad"usted Bid Price, F.O.B. Tamarac, Florida $151 956. Ia, accordance with the Cape Coral specifications, the entire unit including chassis is covered by a four (4) year warranty. The warranty work for the Sterling chassis is provided by P.O. BOX 540 Eaton Park. E 9-03-1999 10:12AM FROM FLA MUNIC EQUIP INC 941 665 59d6 their dealer network while the sweeper warranty is proved by ourselves. I've included a copy of the Johnston warranty policy as it specifically relates to the Cape Coral bid. Included in our standard delivery process is I % to 2 days total of operator and mechanic training. We would then schedule a thirty (30) day follow up session to ensure familiarity with all aspects covered in the initial training as well as to answer any questions which may have arisen during that time. In addition, the Johnston Sweeper Company offers on a four to six times per year basis model specific factory training for mechanics. The cost of the training is bore by Johnston while accommodations and meals are provided by us. The cost to the City is the mechanics wages as well as airfare to southern California. This proposal if fum until November 30, 1999. Currently, delivery is running at 90-120 days from receipt of purchase order. Thank you for your time and consideration. Please don't hesitate to contact the undersigned should you have any questions or require any additional information. Very truly y ur DD iel J. "co President c.c. E.A. Spike Nagel Ok 0 From: Edward A. Nagel To: West Tipton Date: 8/3/99 Time: 12:03.08 PM Page 2 of 56 1 r ° CITY OF CAPE CORAL P.O. BOX 150027 CAPE CORAL, FLORIDA 339IS-0027 PURCHASE ORDER Phon®: 941-574-0831 NOTH: IMMEDIATELY LPgg SHIPMENT. W ANC6 SHOWING OUR ORDER NUMBER AND DEPARTMENT A'10 MAIL TO: ATTN: (ORDERING DEPT.), CITY OF CAPE CORAL • P.O. BOX 1500276 CAPE CORAL, FL.33015-W27 TO: FLORIDA MUVICTPAL EQUIPMENT SHIPTO: City of Cape Coral 2850 MINE & MILL ROAD LAKELAND FL 33801 1800 EVEREST PKWY CAPE CORAL. FL 33904 PAGE: i P.O. NO.040088 DATE: 5/03/99 VENDOR NO. ' EQUIPMENT MUST MEET REQU1RE111ENTS OF THE YEAR ZOOD, AS APPLICABLE. ALL SHIPPING LABELS MUST INDICATE DEPARTIIIENT, DIVMON 6 PM NUM9ER OR ITEINS WILL RI! RETIIRNW TO BlMDER DELIVER BY ' ' SHIP VIA F.O.H. I TERMS CONFIRM BY CONFIRM TO REQUISITIONED BY -DAN FEDERICO F�REI(3HT CONTRACT h10. ACCOUNT NO. PROJECT RED. NO. RED. DATE i LINE QUANTITY NO. UOM ITEM NO. AND DESCRIPTION UNIT COST EXTENDED COST 2 EA NEW STREETS'WEEPERS 135,000.00 270,000.00 JOHNSTON SERIES 605 SWEEPER UNIT 1999 STERLING SC7000 CHASSIS 2 EA SWEPT MILEAGE RECORDER OPTION 332.00 664.00 2 EA IN -CAB VARIABLE SUCTION NOZZLE 650.00 1,300.00 ADJUSTMENT OPTION ($325/SIDE) 2 EA IN -CAB L.N. GUTTER BROOM TILT 1,530.00 3,060.00 2 EA LESS TRADE-IN OF STREET SWEEPER (65,000.00) CITY'ID NUMBERS 15035 It 15083 AMOUNT TO BE FINANCED THROUGH 2100024:00 FORD MOTOR CREDIT IN CE WITH BID O 31699-31 RBYNCOUNCIL i AWARDED 4/19199 I A SEPARATE PURCHASE ORDER WILL BE ISSUE IN OCTOBER OF 1999 FOR OPTIONAL CAT- WALK FOR AUXILIARY ENGINE ACCESS @ E475/UNIT 46-13.043771-54C DtU, ` ` E 8IW ERA71 rOIUN EWFvtSE THEK&OUT EMM p F&OWL gFACD4T�E 13ROSS PRICE WE WILL RJRN04 EXEMPTION CERTIFICATE. WHtTF- - VENDOR PINK - FINANCE GREEN - RECEIVING GOLD - PROCUREMENT From: Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12:03:08 PM Page 3 of 66 r FLORIDA M MUNICIPAL E EQUIPMENT, INC. March 15, 1999 Ms. Jeanne Landry Procurement Manager City of Cape Coral Procurement Division Lee County Government Center 1039 S.E. Vh Place, 2"° Floor Cape Coral, Florida 33990 Re. RW # PW 031699-31 for the Lease Purchase of Two (2) New Truck Mounted Vacuum Street S_n_T_ weeders Dear Ms. Landry: Thank you for the opportunity to submit our bid for the City's intended lease purchase of is two (2) new truck mounted vacuum street sweepers. Our proposal is based on the Johnmon Series 605 Vacuum Street Sweeper. "this writ. as bid, is in full and total compliance with the City- of Cape Coral's technical specifications. In addition to bidding on the equipment as specified, we have opted to include a Official Hid Proposal Optional Equipment attachment sheet. On it, you will find some of the more popular options for possible consideration as well as deductions for those options which are included in the City's specifications and our bid proposal should the City so desire. Thanks once again for your time and consideration. Please don't hesitate to contact the undersigned should you have any questions or require any additional information. Ver truly y r . Uantel J. ico President • Y.O. Box 540 I (uml 1'u1�, 1 Itu-ida .i.i840-0540 - (941) 665- 091 - Fax (941) 665-5946 From. Edward A. Nagel To: West Tipton Date: 813199 Time: 12,03:08 PM Page 4 of 58 is CITY OF • YID INVITATION TO BID 0 0 Bidder Acknowledgement 1ea1a• Page 1 of BIDS WILL SE OPENED Wages TuAgdav March 16 1999 2 :00 P.M. AGENCY MAILING DATE BID TITLE 02-22-99 BID NO. PW031699-31 PURCHASE OF TWO NEW TRUCK CHASSIS MOUNTED VACUUM STREET SWEEPERS FEDERAL EMPLOYER IDENTIFICATION NUMBER OR S.S. NUMBER 22-2951194 VENDOR NAME Florida Municipal Equipraentalnc. VENDOR MAILING ADDRESS 2850 Mine & Mill Road CITY, STATE. ZIP Lakeland, Florida 33801 ' AREA CODE TELEPHONE NUMBER 665-2091 I MRWV nM Irmo bid is bade erletire Papa urd pram KUnrdnta a bid fa• re some mor.a aer. n 11 "m9albn wth atY laroereticwa '.m of ae'bnrcn or kaki 1 d aupChsa p aTI.IFIna-1, and 11 -n MI rosoacts taw bid _.;nowt bddo �M d, co aY second e11h.a she and ddrery 1ty1 I em ouUwat/d 'e 2" tr►s b d rbr tra e lest as taddar n .n aon pbaaCe polo n few,, /mars or Sti trl+.:tatidn Id 11141 w CILM- I/glrwgwq n at�/atYldllp a bd In lea Cly d Case COW. as t1•C W Caw, a m 1 t1w naI 1.,.dy 4, tlta bddr w11 edw.elc evil, aWdn or of - M" lb tre Cry d : ape C" oI Idlo dta• d re bid n aeufor na d adtvu R may new w lw w /CgWn urtdr a.e MB�Iruel laws at inn'�a au d trig m end PrN;e f x'V retamq to the Pudeuler almmaddw x rlbfad 81ree erd Ina Sloe d Caa At We Cult a / s Ilv bidtl � b/ m b+mnn 1«w so *IN W. Ipro ,d", OF tondo/ ktr 0 .JVITA: iCN To BID The 1MdrrleA1'a R.d B dde• Wttr.ral.p. in,"UMont 10 a ddlr, Spwctal Carp • dg Aa�•'•11a enC.'cr ry elhdr Quad"" *—In lam a Don d it-,, pntdser arts aY fet/rawMw M Mvsignedpe ••Oda • TI1drtCn to Bd MUST be wn and tdtree _M Bd a No Ott pot LMred PURPOSE / rt ar tsaywpe erd.Nerd dthxa htrorabon ua lagx; a aalbrae oar d.mlll wdaror pervxape u bd haMn to dr. C.tV at Cape Coal, rlblde. nVOWNRw aalll.a Ike CITY SEALED BID$ MI bid "wear ed *'I brm nnlet be erenrt.d and sub,", r . aN1M.'Mape 100 NOT INCLUDE MORE YNAN ONE BID PER ENVELOPE I Toe an at tta tod "e ope OF"GI . In addNkn to /a ab I wseean, #*Chit aid HIM of le'o bid obenbla and W had" at"o Beds np b4rtll.d on .//4rbd bid rash siwl be nReCled All ba/ w gub sd da lets axasa"o" war:Hlae hram. Those wharfi do eel Catp1Y with ewe aardhewna are wb}ad b (gold" ONn t EXECUT'ON OF 110 ONIMI Bid Prebbso must certle„t a n•aWO s'lptehAe 01 rdtrr•:ed repeawdatigs Ble ttenl be IYped p bnnl/d M Rik Uae d waaebte eat •p MI trarMled M CemedNmma4byblddarbhabldarcwmuobanealM 7MmnteotYnwnerudigl0 mm*w ",tall Nab ebP.er OR eaah Allpe a1 the b+d ate mquand it a go Ida a'aM/ to dd aSaaawe Mrbnsea *Rh me CRr and has +01 r"le,4,M vt+h R. Depw rwnl d Go nme erviFlooid Card. raw" Ptodua ei Lea Ceumy Oula.a. less S E /lel P1aa. Sant Cd. FL 13M(/41)STd{b.Y1 Mamaroy 2. VO 110: N rta eubarth,na • b V reapbnq by rahwrrrq er:y eF.a ►.dqk RtMbadp d'NO BID' and "per 1t4 awnpm in the tlpeea poovIdep SW, o Ar raaamd I pocu'antpr, axakdellan tadhpd err/ urduepe rp.11ano her such falhse &40 be twoq Ifv rnsegal IV the bredar a rams fat/m !•e Dd go, a.p 1i,1 M'O&A hilh4w rlalke NOTE To the llplad ble onOt as ■ rsepotwanL loader rouse atlsrn�l a -NO BID' and n muss be romved no Ia1/r plan oba/tpta dal. and blow waarlrehe. rq+COWt311 in No t bade e. we ffm& wwla+d v apw lreaa to 11100. abhoo, b agar any and N ease rerlaNw, x M FMI wry andhWA .soap bids that n Ra PANPVM gaR ben ins boot e,rell of sea City rci xhnr.q e11Re atwerdinw a Ion o• aaeh bad rebalttwd by the C.Y, the CAI Clsowl heater raawwea the flat, to m'Jbola. M^'s w'p• w adavdur dent ban! a n t:nnbnapn as slue/ bad awnw dv edaww Otto City EACH 610 MUST BE ACCOMPANISO BY A BROCHURE Or"'M COMPLETLI DESCRIPTION CF THE ITEM ON WNICH YOU ARE 910bM TO CLEARLY PRESE'VT THE OUALITY STYLE, AND CONSTRUCTION FACH BROCHURE SHOULD BE 10ENTIFTED OY THE NAME OF TI* BIDDER IIDdER iNFORAMTgN ICES ' •� Tam elan n or%m Peg b4eedwi�' peen budder eR.rtng lrrn Pmo@ oar age caaract period or Mbe a e nerlrl b aBtddw worolea by gNlue Cat M lelr il"W arty Odra paced "ads" tale b, pof wxdd * be snored enaea hoer ed 1Alnerwra gland 1n nu bd Wopo"I REASON FOR NO BID SIGNATURE (MANUAL) TITLE 11 VAhan a Yam Y nwle a ea ng obld'"d laddef Mgt CWvs haal'y amrvnd Thal bid /cobra m to farm to 11 m ladh na epelMncaf n ant P.M v eaharwrgbe Im ,TSS 11pys hem /e'eftl due .l Tar w..' or•ra Did Bras be used tar Oaf+tnd and IMP urM omas altM so eearpe4 to •nc.uty Denser" to full fa sT lrertaepphm, Iron. end oqu"Mrd used to 0"vel y no alaphw and Magenta It: we ard:•r of dNn ry e PI Kea must be staled n Mbs of ruar.lryr greed" In Ills W sp7onmIma in end at diaaeperq In C—vt ylnq r* emoura dr Due lots re art, ame mow wall pored 1 OCLIVERV a Bid dtte min tnegxiis "Iyansponebon dwrper to IOM w elp WRist drreea baDlerrd In dalgoory ad le f ft"a). a gr1• a ti wimare aptadwrllAt In Melon Bn ward rid age be so to. to. eaed Paerrsefe wall addcM/ fRaglber d date rsgtwed ro som" Wsn r stall, sr "I&4M ads c Sewdy an ""brlaa "arch ere slat* .Tarr Stleeeetld bddare ahel be Mad orgy Is Ma'oln nd dogwood by doe /Pepped No" AAldYwdtdselel M M C 1Y bCMe,a Cbrereft althea me be Rey liable Im jaryyPae 7 TERMS My d ipow se ar lan so noumin ghwnaen"proposal ben State aalrle/. doh'• weffe emtedNed are renrauMd n 0 w 4bNegn al me It do d droned to he A the Teat ddaeo Cr ire Cdy arCapeCars' All deeaaanashot bebaWrtardIer1 Any *w*We'into, 111allbe,Rarpro, yto he Ctya adw"It End e1109URY way order /Dale a aiaopa,a gold in aeaNlpl of Ir Cb 'Morn CRenrq dNneuee, n ro ralaltce 91001darea appy oar lea Owl 15 deye iftaletag ]ten a sbECIriw)o%s a Use or brow rrmba, each nemp. rnMe. newel naradecbm,, of v- Idu Cam" t411 Do In an web rule euA rut rise Of lishna a fKede a quest{. W MWRRW dn1Y a to stet less CWJ flown at RaD1tldllelollw�IFeia t ftK le�enlare, IT1e obese OR APPROVED EQUAL be altldad. baelrree. • afeadlW lg nC8 1ge1"al reaPdae City ld to n b trlh lees ldd [anew nnpbs aof bog &Arft epaaancelebna m paeryal M/ The CRY eMn a ea. prbFle b SpaMt"UUala Y b be conabe/p �. nuMener. hat ebutm r the or -IV as to 40 n C IV R+er edc>•p a au4ebNAe Dud eat AM~ C 1 he rMmmo+w bmtlWRW m me tad m000tWANROe she/ elmrnd.leanpreda wt e/1 /a11nal Woe S QUALITY a the add dame Rard be new and equal le ar exceed plogCo wine The mans **AWx Wandwd /..a 1011 Wmb epYw► Olen me Wxrarnae nftd. lees nekaned bdderrtbaq ap.r radbr raFaala Itovnl mtl ew con to legs CRY g+oh ley xrudarprarRaq sew all MOISM lra ohd as awwe glwrtn u me art/A,o aWbrlyll The uabewaWt blddpr dud xgtaae arty such robe ■ow raplewords rmrd Wi, aeon reedi" npbc+• hpm IM CRY. It. MI Ngrrp pudwep Mull arty d'leRa'11ra ofIearda>.nloaYly end nbraa tar less purppep Y/Mldea M eeh n all so -d1N soup/aaad or I. Wit ed or err MMN/wyuller. bxddal and lemee in led dun of !wp►. 1x,eae sylph rawmtae we ftW"W dbdadmed "hors, we bid w mar. From: Edward A. Nagel To: West Tipton Date: 8/3/99 Time: 12,03:08 PM Page 31 of 56 CITY OF CAPE CORAL OFFICIAL BID PROPOSAL PAGE I OF 3 BID NUMBER: PW 031699-31 DATE: March 15, L922 The undersigned declares that the statements and representations made in this proposal are true in every respect and that the said proposal is in all respects fair and made without collusion or fraud, and that no member of the City Council or any other agent or employee of the City, directly or indirectly, is interested in this proposal or in any profits expected to accrue therefrom. The undersigned acknowledges receipt of the following addenda, and the cost, if any, of such revisions has been included in the price of the bid. Addendum L _ 2 BID TITLE: LEASE -PURCHASE OF TWO NEW TRUCK CHASSIS MOUNTED VACUUM STREET CHASSIS YEAR, MAKE & MODEL: 1999 Sterling SG 7000 SWEEPER MAKE & MODEL: Johnst;cn Series 605 PURCHASE PRICE: TRADE-IN AMOUNT: UNIT PRICE $� 135,000.00 EXTENDED PRICE S__ 65,000. 00 for both used vehicles OPTION #1 - LEASE-PURCILME VITH TRADE-04) AMOUNT FINANCED $ 205,000.00 PAYMENT NO. AMOUNT PAYOFF AMOUNT I $ 55,059.52 $ 149.940.4§ 2 3 55,059.52 $ 102,377.98 3 5 $ 57-437,36 4 S 55 059.23 $_ I,DQ INTEREST RATE: 5 TOTAL PAID OVER TERM OF AGREEIVMNT (BOTH VEHICLES): $220.237. 79 COMPANY NAME- Florida Municipal E ui mene Inc. • • From: Edward A. Nagel To: West Tipton Date: 8/3199 Time 12:03,08 PM Page 32 of 66 va/ ./�/ 4 y�7 1"J: t7 54Ag7b�V1 I SLW LXTLAt4vo LTff OF CAPE CORAL OFFICIAL BID PROPOSAL PACE 2 OF 3 OPTION 01 - LEASE -PURCHASE ('WITHOUT TRADF, TOTAL AMOUNT FINANCED S 270, 000.00 PAYMENT NO. AMOUNT PAYOFF AMOUNT 1 S 72,517.41 S 197,482.59 Z $ ,517.41 S 134,839.31_ 3 $, • 1 S 69,063.87 4 3^72,517.06 S_ 1.n❑ INTEREST RATE: . , 5 % PAGE 05 TOTAL PAID OVER TERM OF AGREEMENT (BOTH vEMCLES): S 290, 069.29 QM014AL E u)1P!►'l n Additional water Tatik, as specified S 7,065.00 leach • 1 PRICES QUOTED SHALL BE EFFECTIVE FOR NINETY (90) DAYS FROM BID OPENING DATE, AND THEREAFTER FOR THE TERM SPECIFIED HEREIN. If awarded a contract an the basis of this proposal, ft undersigned pledges to make delivery is strict conformity with the specifications withitl 120 calendar days: firm date of the Pwcbase Order, which is lobe considered as the "Notice to Proceed". COMPANY: Florida. Municipal Equ1 mcnt Inc. NAME (PRINM): Da 1 Federico S14 3NA TITLE: President (Revised 3/65/99) rs ADDRESS: 2850 Mire & Mall Road Lakeland, FL,. 33801 TELEPHONE NO. 941 665-2091 FAXNO.( 941 1 665-5946 From: Edward A. Nagel To: West Tipton Date: 813/99 Time: 12:03:08 PM Page 33 of 58 CITY OF CAPE CORM, OFFICIAL. BID PROPOSAL PAGE. 3 OF 3 Checklist. Are required documents included? 1. 7. Signed Invitation to Bid x yes no Signed Official Bid Proposal x yes no 3. q• Descriptive Literature Warranty Statement eyes no 5. Copy of Proposed Lease-Purebase Agreement des x yes no no 6• Original Bid & 4 Copies 7. Acknowledgement of Addendum x yea ayes no no (if applicable) REMARKS BY BIDDER If there are deviations, they MUST be listed below, otherwise none allowed, if additional space is required, attach a second sheet to this Bid Proposal. If nothing is listed below, it will be interpreted as meaning NO DEVIATIONS. No Deviations --Full Compliance 4 CONPANYNAME; Florida Municipal Eruipment,[tic. r� u • L1 From: Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12.03,08 PM Page 5 of 56 CITY OF CAPE CORAL LEGAL NOTICE ti...r C A L L € Q$ J 31 .1 Q S PUIRCHASM DEPARTMEW The City ngqCouncil Of yy the City of Cape Coral, Florida, will receive bids fc E�g699-31 E OF TWOiNEW TRUCK CHASSIS MOUNTED VACUUM STREET SWEEPERS. PW031699-31 in accordance with &nAriei-e-m ons on file in the Procurement Division. Bids will be publicly opened at the Public Works Conference Room, Lee Couch Government Building, 1039 SE 9Tk PL 2nd Floor, Cape Coral, Florida 33990, BID OPENING TIME: ar h 1 COST OF BID PACKAGE; NONE PRE -BID CONFERENCE: (MANDATORY) Wednesday, March 3, 1999 10:A. M. BIDS MUST HE DATE STAMPED AT THE OFFICE OF PROCUREMENT DIVISION NO LATER THE FIFi'EEN US) MINUTES PRIOR TO THE SCHEDULED BID OPENINCQ. BIUs P.RFsE � FTP All bads are to be submitted and addressed qnX to PROCUREMFI T DIVISION ATTh PROCUREMENT MANAGER. SIDS WILL NOT BE ACCEPTED AT ANY OTHER LOCATION. MAILING ADDRESS City of Cape Coral Procurement Division PO BOX IS0027 Cape Coral FL 33915-0027 PHYSICAL ADDRESS PROCUREMENT DIVISION Lee County Government Bldg 1039 SE 9th PL 2nd Floor Cepe Coral. FL 33990 The City reserves the right to reject any or all, bids in whole or in pert ar to waive any or informalities when in the best interest of tt citizens of the City of Cage Coral. B rder of the City Manager BONNIE J. MAZ EWI Z, CITY CLE Jea a Landry, P uremen anager RUN: - Tues. Feb. 23, 1999 . POST OFFICE ear 130027 • CAPE CORAL. FLORIOA ]]81S.0027 • To-ep"oNe .941-574-0831 From: Edward A. Nagel To: West Tipton Date: B/X99 Time: IIZ03:08 PM Page 6 of 56 • THIS BID PACKAGE CONTAINS THE FOLLOWING INFORMATION: Legal Notice Invitation to Bid (yellow page) General Requirements Special Conditions SpeciCentions OMclal Bid Proposal Form (three pages) Bid Protest Procedures IF ANY OF THESE ITEMS ARE MISSING FROM YOUR DID PACKAGE, PLEASE IMMEDIATELY CONTACT THE PROCUREMENT DIVISION AT (941) 574-0836. �m From: Edward A. Nagel To: West Tipton Date: 813/99 Time: 12.03:08 PM Page 7 of 58 CITY OF CAPE CORAL GENERAL REQUIREMENTS Concurrent with return of the bid -invitation, the following literature shall be furnished for each different type of equipment proposed: a. Manufacturer's descriptive literature, drawings, and specifications. b. Copies of all applicable standard factory and extended warranties. 2. Concurrent to delivery of equipment, the following items shall be supplied for this equipment, including all components, and all accessory equipment installed or furnished: a. Operating and Service Manuals — Two copies of each* b. Maintenance and Overhaul Manuals -- Two topics of each* C. Parts manuals or Parts Lists -- Two copies of each* d. Emissions and Electrical manuals -- Two copies of each* e. Manufacturer's descriptive literature, drawings, and specifications. Also factors for safety and toppling and for machine strength under worst conditions if applicable. f. Wiring and piping diagrams and brand name and part numbers of all component parts of equipment and items installed or famished and not covered in the manuals, if applicable. g. Manufacturer's Statement of Origin, if required. *Note: The two copies that are to be provided are for the entire shipment of vehicles and not two copies for each vehicle. 0 Additional requirements may be listed in the Specifications. Each unit shall be the latest improved model in current production at time of delivery; the standard production model offered to commercial firms, of new manufacture, including all parts, components, and accessory items. 4. Parts and components not specifically mentioned in this specification, but which art required to provide a complete unit shall be included in this bid as part of equipment to be furnished 5. The term "heavy-duty" as used in this specification shall mean that the item to which the term is applied shall exceed the usual quantity, quality, or capacity supplied with standard production models, and it shall be able to withstand unusual strain, exposure, temperature, wear and use. b. - Each unit shall have component parts necessary to give maximum performance, service, life and'safety and not merely meet minimum requirements of the specification. 7. Selling dealer shall be responsible for having complied with all Federal and State of Florida safety standards, regulations, and laws applicable and effective on the date of acceptance; as applies to both private industry and governmental agencies_ A current State of Florida Safety Inspection Certificate shall be installed. (or supplied) on each unit if required by law. 8. Warranty Requirements - Each unit shall be guaranteed by the seller to be free of defective patty and wodunanship. This term of the guarantee will be for the time designated in the specifications. Copies of available extended warranties shall be included with each bid. From: Edward A. Nagel To. West Tipton Date: 8/3/99 Time: 12:03:08 PM Page a of 56 r -J L 9. Training Services - Operating and maintenance training shall be conducted for personnel assigned to operate and maintain this equipment. This training shall be conducted at the discretion of the City of Cape Coral Fleet Manager and satisfy his requirements, if applicable. 10. Servicing - Each unit shall be completely assembled, adjusted, serviced, clean and ready for continuous heavy-duty service and each fuel tank shall be supplied with 10 gallons of fuel or an amount equal to 50% of the tank, whichever is less. In addition, a thorough condition and specification compliance inspection shall be conducted on each unit. (If applicable.) 11. Delivery - The unit shall be delivered F.O.B. to the City of Cape Coral, 1760 Everest Parkway, Cape Coral, Florida. City of Cape Coral Fleet Management shall be notified prior to delivery. Telephone: (941) 574-0761. 12. Inspection - Upon receipt, or within seven (7) business days thereafter, each unit shall be inspected for condition and specification compliance by a City representative prior to acceptance. If a unit has to be rejected for any reason, the selling dealer shall be required to pick up the unit at point of delivery, accomplish necessary repairs, and return the unit to the original point of delivery. If desired, and if space is available, the repairs may be accomplished on City property; this will be at the discretion of the City of Cape Coral. 13. Bidder shall fill in all of the blank spaces provided on than specification or the bid item sheet. Bidder shall clearly indicate on this specification or the bid item as applicable all areas in which the unit he proposes does not fully comply with the requirements of this specification or the bid item sheet. The decision as to whether an item fully complies with the stated requirements ruts solely with the City of Cape Coral. 15, The City of Cape Coral, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes. ,All successful bidders will be provided a copy of the City of Cape Coral's Certificate of Exemption (46-13-043771-54C) upon contract award. 16. The successful bidder shall agree to defend at his expense, all suits alleging infringement on any United States Patent by reason of the use or resale of any piece of material -furnished user and will save the Purchaser harmless from all expense of defending said suits and from all payments which may be assessed age the purchaser on account of such infringement. 17. The City of Cape Coral reserves the right to test-drive any and/or all vehicles that are identified by bidders. 9 - - From: Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12,03.08 PM Page 9 of 58 • CITY OF CAPE CORAL SPECIAL CONDITIONS The City is accepting bids on the following vehicles as per minimum specifications enclosed: LEASE -PURCHASE OF TWO 2 NEW TRUCK CHASSIS MOUNTED VACUUM STREET EPE MONNEEMbodo ESTIMATED QUANTITIES: It is anticipated that the City of Cape Coral will purchase approximately two vehicles under the contract resulting from this bid; however, no guarantees are expressed nor implied. EQUIPMENT: In addition to equipment specified, vehicles shall be equipped with all standard equipment as specified by manufacturer for the particular model, and shall comply with EPA Emission Standards and all Motor Vehicle Standards as established by the U.S. Department of Transportation regarding the manufacture of motor vehicles. DELIVERY: The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first-class operating condition. Delivery is to be made to the Fleet Management Garage,1760 Everest Parkway, Cape Coral, FL 33904, between the hours of 7:30 A.M. and 3:00 P.M., Monday through Friday. BID PRICE: Bid price must include any transportation charges, unloading charges or any other charges incurred in delivery of items specified. t OTHER CONTRACTS: The City of Cape Coral reserves the right to purchase offof State Contract or any other available contract if deemed to be in the City's best interest. . PRE DELIVERY SERVICE: At a minimum, shall include the following: A. Complete lubrication. B. Check all fluid levels to insure proper fill. C. Adjustment of engine to proper operating condition. D. Inflate tires to proper pressure. E. Chock to assure proper operation of all accessories, gauges, lights and mechanical features. F. Front-end alignment and wheels balanced. G. Cleaning of vehicle, if necessary, and removal of all unnecessarytags, stickers, papers, etc. DO NOT remove window price sticker. COOPERATIVE PURCHASING: The City of Cape Coral participates in cooperative purchasing agreements; it is hereby made a part of this Invitation to Bid that the submission of any bid in response to this advertised request constitutes a bid made under the same conditions, for the same contract price, to the other mesmbem of the SW Florida Cooperative Purchasing Consortium. Each government agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for services ordered and received by it, and no agency assumes any liability by virtue of this bid. DEVIATIONS FROM SPECIFICATIONS: Bidder shall clearly indicate on the Official Bid Proposal as applicable all areas in which the items he/she proposes do not fully comply with the requirements of this speciftrgtion. The decision as to whether an item fully complies with the stated requirements rests solely with the City at Cape Coral. From: Edward A. Nagel To: West Tipton Date: 813199 Time: 12:03:08 PM Page 10 of 56 BID PROTESTS: Protests must be tiled in accordance with Article Vll Division I Section 2-150 of the City of Cape Coral Ordinance. PUBLIC ENTITY CRPAES: A person or affiliate who has been placed on the State of Florida convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. SUBMISSION OF RIDS: Each bidder shall submit the original and four (4) copies of their bid The yellow Invitation to Bid forth and the Official Bid Proposal form must be completed, signed and returned with the bid. Specification sheets for each item bid must be completed and returned with the bid. Failure to return these documents will result in rejection of bid. Bids must be date stamped at the Procurement Division no later than fifteen (15) afluntes prior to the scheduled bid opening. Bids presented after that time will be refused. VENDOR REGISTRATION: In accordance with Article VII Division 1 Section 2-145 of the City of Cape Coral Ordinance prior to bid award, a bidder must complete thty vendor registration process. The annual iftgi3tmtion fee is $10.00. Application forms may be obtained by contacting the Procurement Division at (941) 74-0831. CANCELLATION: The resulting contract may be cancelled at any time during the period by the City of Cape Coral for the following: A. For any reason. B. Non-performance or substandard performance on the part of the contractor. C. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period. The City will issue a thirty (30) day written cancellation notice. LOBBYING: All firms and their agents who intend to, or have, submitted bids or responses for this project are hereby placed on formal notice that neither City Council Members, candidates for City Council, nor any employee of the City of cape Coral are to be lobbied either individually or collectively concerning this project. Contact should only be made through regularly scheduled Council meetings, or meetings scheduled though the Procurement Division, which are for the purposes of obtaining additional or clarifying information. Any action, to include dinner or lunch invitations, by a submitting firm that may be interpreted as being within the purview of this requirement shall result in the immediate disqualification from further consideration in this project. INFORMATION: Any questions concerning the bid process should be directed to Chris Hoffman, Buyer IL City tof Cape Coral Procurement Division, (941) 574-0841. Interpretations of the Sid or additional information as to its uirerrtents, where necessary, shall be communicated to bidders only by written addendum. Failure to aknowledge receipt of addendum may result in rejection of bid. From: Edward A. Nagel To: West Tipton Date: 8/3199 Time! 12:03:08 PM Page 11 of 56 EVALUATION & AWARD: Evaluation of the bids will be based on cost, conformance to the specifications, and the ability of the vendor to adequately meet the City's needs. The City intends to award to the lowest iesponsive, responsible bidder. • • • From: Edward A. Nagel To: West Tipton Date: 813/99 Time: 12:03.08 PM Page 12 of 56 SPECIFICATIONS FOR LEASE -PURCHASE OF TWO (2) NEW TRUCK CHASSIS MOUNTED VACUUM STREET SWEEPERS JOHNSON MODEL 605, ELGIN CEO VAC, OR EQUAL SCOPE: This specification describes an environmentally controlled and silenced vacuum street sweeper. It is the responsibility of each b-dder to provide the information requested for each line item described herein. Failure to do so may deem your bid to be incomplete and non -responsive. PRE -HID CONFERENCE: A MANDATORY pre -bid conference has been scheduled at the location, date and time indicated on the enclosed legal notice. LEASE: The City of Cape Coral proposes to lease -purchase two (2) new and unused current production model and brush combination street sweepers with vendor maintenance. These sweepers are to be mounted on current Year production model short wheelbase,4standard, commercially available cab -over chassis trucks. The term of this lease -purchase agreement will be four (4) years with annual in -advance payments. The City of Cape Coral shall have the option to purchase the equipment for one (1) dollar, at the end of the term of the lease -purchase agreement. The City of Cape Coral shall also have the option to payoff the lease at anytime without penalty. Upon final payment, all rights, title, and interest shall be transferred to the City. This will not be a bank - qualified transaction. The parameters for the entire time of this agreement are as follows: 1. The City of Cape Coral is responsible for providing brooms and wear parts including tires and brakes for the units. 2. The City of Cape Coral is responsible for the maintenance of the sweeper in accordance with explicit instructions from the vendor and/or the manufacturer. 3. Vendor will provide a four (4) year extended warranty on trucks: .drive lines, engine, truck chassis, sweeper, sweeper engine, and all related parts. 4. This proposal is based on maximum annual usage of the sweeper equipment of 2,000 hours per year per machine. S. All insurance desired by the vendor will be provided including personal and property damage liability which coverage will be provided by the City of Cape Coral for the full term of the lease. From: Edward A. Nagel To: West Tipton Date: 8/3/99 Time: 12:03:08 PM Page 13 of 56 E 6. The City of Cape Coral is financially responsible for required repairs as a result of negligence and/or abuse of the equipment. 7. The vendor guarantees commencement of warranty repairs within 24 hours notification of required repairs. Further, the vendor guarantees repairs will be completed to ensure machine availability to the City of Cape Coral within 72 hours. Both time frames indicated therein shall exclude weekends and holidays. If the above conditions are not met, the vendor shall provide the following: a. Abatement of prorated lease payment while the unit is down. The prorated amount will be 1/2C`h of monthly lease rate per day. b. The vendor to provide a comparable loaner machine free of charge after the described 72 hours until required repairs are Completed. C. This guarantee applied to the machine for the full term of the lease. Please note that this guarantee is deemed to be fully comprehensive as such. The above conditions concerning the availability of machine apply to the entire unit, i.e.: cab, chassis, engine, etc. 9 8. A copy of the proposed lease -purchase agreement must be submitted with the bid. TRADE-IN: The City of Cape Coral has two street sweepers that it intends to trade-in towards the lease -purchase of two new street sweepers. Each bidder shall provide a trade-in amount for these units. City ID number 15035 1995 Ford CF7000 Chassis/Cab with Johnston series Street Sweeper City ID number 15083 1996 Ford CF7000 Chassis/Cab with Johnston Series Street Sweeper This equipment is located at the Public Works/Services Division located at 1760 Everest Parkway in Cape Coral, Florida. For directions, call (941) 574-0760. Bidders interested in inspecting the City,s used street sweepers must do so between the hours of 7:30 a.m, and 9:30 a.m. the daY of MANDATORY pre -bid conference. The City reserves the right to reject the trade-in offer. From: Edward A, Nagel To: West Tipton Date: 8/3199 Time: 12:03:08 PM Page 14 of 56 • • SOt, 00MEROL : 1. Without detracting from its suction Perfoxxviance the SOUND PRESSURE LEVEL SHALL BE 74 dB (A) MAXIMUM per 501 OSHA standards at manufacturer's recommedded operating speed. 1• X 2. The in -cab SOUND PRESSURE LEVEL SHALT, A,B NOT EXCEED 72 dB(A) MAXIMUM. AND QMr2SIs 2. X 1_ Chassis - GMC 7500 T-Series, or equal. 1. X Addendum N2 1. GVWR - 33,000 lbs . minimum. 1. X Addendum #2 2. Wheelbase - maximum 153", 2. X 3. Cab shall be over engine type. O 3. X 4. Supply GVWR of chassis bid: 4, 32,000 s# 5. Supply empty weight of chassis bid: 5, 9.440 # 6, supply empty weight of dual sweep equipment: 6 _ 8,120 0 7. Assuming empty water tank (sl), state the Potential payload capacity of sweeper: 7. 14.440. # NOTE: and Potential payload capacity when combined with the chassis Failure sweeper empty weights CANNOT exceed the to listed chalssisi GVWR. will complete this potential payload deem your bid incomplete capacity calculation and unresponsive. DUAL ST —EU INC3: 1. Power steering shall be supplied to both the right and left hand sides. 1. x 2. The fully independent system shall include as a MINIMUM: -3- From: Edward A. Nagel To: West Tipton Date: 8/3/99 Time: 12:03:08 PM Page 15 of 58 a- Two (2) separate, chassis manufacturers, steering gearboxes. 2.a. X b. Two (2) drag links. b. X C. Two (2) pitman arms. C. X NOTE s CROSERAFT eqUNEsT,ED-O Ox S NO ABLE. 3. Right hand side dash panel shall include a speedometer/odometer with trip meter, fuel gauge, parking brake engaged indicator light, low air pressure indicator light, directional indicator light and high beam indicator light. 3. X ddIRARm J2 4. Right hand side steering column mounted directional stalk, high beam switch, horn and wiper controls in addition to the left hand side. 4. X AddjE6jUW_L2 S. All controls, gauges and dash panels must be the chassis manufacturers original equipment. Generic parts will NOT be acceptable. f S. X 82LES : 1. Front axle shall be 12,000 lb. MINIMUM. 2. Turning radius shall. be 2V 10" MAXIMUM to outer Front tire. 3. Rear axle shall be 21,000 lbs. MINIMUM. NOTE: As a two (2) speed rear axle is necessary for the provision of proper sweeping and travel speeds, the manufacturer must include same in bid. RATIO 5.86/8.17 1. Front suspension shall. be 1.2,000 lbs. MINIMUM at ground load rating. 2. Front shocks shall be supplied. 3. Rear suspension shall be 23,000 lbs. MINIMUM, with multileaf springs. _4 1. X 2. X 3. X _ 3. - j 1. X 2. X 3. X • • • From: Edward A. Nagel To: West Tipton Date: 8/3/99 Time: 12:03:08 PM Page 16 of 56 • KES: 1. Front axle service Brakes shall be full air. 2. Rear axle service brakes shall be full air. 3. Parking brake, sparing net with cab mounted control. 4. Low pressure indicator(s) shall be supplied. S. An air dryer shall be supplied. 6. Air Compressor - 9.5 CFM capacity minimum, with dry type air cleaner on intake. F=- I. High tensile steel frame rail. 2. RPM shall be adequate to + body and equipment with acceptable reserve. 3. Front tow pin shall be supplied. 4. Steel front and rear bumpers shall be WHM9 supplied. 4 ' 1. .ITE-P : Two single front tires. 2. Two dual tires rear. 3. All rims shall be disc type. 4. Tires, si.x (6) first line tubeless radials 11 -COR 22.5 .- 14 ply rated. 5. Rear- tires to be shielded by heavy ENGINE: duty replaceable plan tie fenders. 1. Diesel engine with MIMIMUM 175 H.P. at 2, 5oa RPM, 1. X 2. X 4. % 6. zAddegdgm If 2 1. _X -- 2. X Adder►du 2 3. X AddendVA •, 12 4. x _. 2. X 3. x 4. --X_ 5, J 1 • _.A___-Addandum_ d 2 From: Edward A. Nagel To: West Tipton hate: M199 Time: 12:03:08 PM Page 17 o156 2. Torque shall be not less than 420 ft. lbs. at 1,600 rpm. 2. ,. x Ad um # 2 3. Engine shall be water cooled, 4 stroke with antifreeze to -35 degrees Fahrenheit. 3. x 4. ENGINE Vertical muffler and exhaust_ EQUIP UT 4. 1. , : Alternator shall be a MINIMUM of 100 amp. 1. x 2. Batteries, two (2) 12 volt, 600 CCA MINIMUM. 2. x 3. A heavy. duty dry type air cleaner shall be supplied with restriction indicator. 3. X 4. A viscous clutch fan shall be supplied. 4. X S . A full flow oil filter shall be supplied. 6. A fuel/water separator shall be supplied. 6. x TIMSMZSSIQU: 1.. Transmission shall be an Allison AT-545 automatic with cooler and return line filter. Sweeping gear to lift automatically when reverse gear is selected. 1. x 1. Seats, two (2) fully adjustable bucket seats with approved belts. 1. x 2. Both seats shall be fully padded with heavy duty cloth upholstery over foam rubber seat cushion. 2. x 3. Sun visors both sides supplied. 3. x 4. Arm rest on both doors. 4. x -6- • LJ From: Edward A. Nagel To: West Tipton date: 813/99 Time: 12:03:08 PM Page 18 of 56 S. Fresh air, hot water heater with full width defrosters and two -speed fan. 6. Dual, two speed electric windshield' wipers with washers shall be supplied. 7. Cab fender and extensions shall be supplied. 8. Mirrors (2) 6" x 16", with convex mirrors with adequate placement for viewing sweeping equipment shall be supplied. 9• Grab handles to provide three point entry on both sides shall be supplied. 10. Air conditioner, in -cab mounted. L TA UKS • 1• One tank shall be rear mounted'to supply the truck engine, wi h gauge in cab. It shall be 32 gallons MINIMUM. 2. One tank shall, be mounted to the aide of the sweeper to supply the sweeper engine with a sight gauge. It shall provide a MINIMUM of 11 hours operation and 26 gallons MINIMUM. I a 9-H-T-s-- 1- All lamps and reflectors supplied shall comply with Federal regulations. 2. Four way flashers shall be fitted. 3. Sack up lights (2) -hall be fitted_ 5. X 6. X 7. X 9. 10. _ X 1. __2__ � 2. ---.&_ 1. X 2 . .__X� 1. The basic vehicle and transmission shall be warranted by the manufacturer for a period of four (4) years. The engine shall be warranted for a minimum period Of four (4) Years. 1. X From: Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12 03:08 PM Page 19 of 56 • SWEEPER EQUIPMENT ON1.,Y: SWEEPER; Jobilso11 Model. 605, Elgin Geo Vac or Equal POWER PACK: I. Power shall be supplied by a heavy duty industrial. diesel, naturally aspirated. 1. x 2. It shall be a 4 cylinder, four stroke, water cooled and antifreeze treated to -40 degrees Fahrenheit;, 244 cu. In. displacement: mini.ntum, ©( bhp o 2,600 rpm. Minimum of 204 Loot pounds torque at 1,600 RPM. (Perkins/Detroit/ Jahn deere Diesel Seri.en 1000 4.OL or equal) 2. x 3. The unit; shall lie capable of operating within a temperature rzinge of -4 0 degrees to 4- 12G degreer, r, with manufacturers full warranty approval. 3. x 4. Make: Model : l Ill 4 A 7 Horsepower : _ 8,6 ___ p_Z jjQU-rpm Torque: 22n,_ft.lbs. ►_w)o HEm State recommended engine operation speed: l,C,00-L,800 rpm 5. Heavy duty dry, dual element filtration with restriction indicator and 'Turbo 11' precleaner. S. x 6. Full flow oil filter. 6. x 7. Engine to have a remote oil drain facility to allow Changing of: oil outside the engine compartment: area. 7. X 0. Fuel pump and filters, water trap and manual priming provision. 6. x 9. The cooling fail shall be 3.0 bladed and 2.0" in diameter. V-belt driven. 9. % J.O. 'i•lle engi-rlr_ water 17ump r_.liall. be gear driven. 10. . x 11. Separate alterziator, 1.2 volt, 55 ampere zsliall lie moutlt:ed . 11. x From: Edward A. Nagel To: West Tipton Date. 8/3199 Time: 12:0108 PM Page 20 of 56 0 • 12. High coolant temperature and law oil pressure shutdown system to be provided. 13. The engine shall be sound suppressed and pod mounted in a low profile tub. 14. The tub shall be separately mounted from the body and shall be capable of being removed from entire sweeper frame work. 15. To reduce vibration and sound, ONLY the engine, transmission and turbine shall be "live" mounted and free floating. 16. The engine tub shall have a walkway completely around it. 17. The engine compartment shall be fully sealed to protect against sound and contaminants. 18. The engine shall be equipp4d with a stainless steel muffler. 19. Cold weather start aid controlled from cab. 20. Fuel consumption not to exceed 3.17 gallons per hour at continuous recommended auxiliary engine operating speeds. Bidder to submit engine manufacturer's fuel curve verifying these figures. SWEEPER F.NCTMV- rv-►w— -f-%r n w r�r r.....•r..... ....... 1. Electric tachometer. 2. Hourmeter. 3. Key start switch with cold start aid. 4. All sweeping controls shall be easily accessible to the operator from either the right or left side driving Positions. 12. X 13. X 14, X I5. X 16. X Addendum # 2 17. X 18. X 19. X 20. X 1. x 2. . _, x �. 3. x From: Edward A. Nagel To: West Tipton Date: 813199 Time: 12:03:08 PM Page 22 of 59 4. A weight load indicator shall be located on the cab control panel. 5. A stowable safety prop w,ith.locking latch shall be provided. 6. All debris conveying steel tubes shall have replaceable, abrasion resistant rubber linings. 7. Right and left hand side gate valves may be automatic or remotely controlled from the cab. 8. Body dump angle shall be 6C degrees MINIMUM. 9. Two (2) body drain hoses (3" in diameter) on the area door shall be provided to allow for the removal of excess liquids. VACUUM TURBINE (IMPELLER) •r•-•� �..-.. 4 1. Shall be single stage, centrifugal type. Direct driven. 2. Shall have chromium stainless steel vanes. 3. Turbine housing shall have three (3) Ports for inspection. Housing to be constructed of abrasion resistant steel. 4. The turbine housing exhaust port MUST have an automatic safety blank off plate when body is raised. 5. The connection of turbine to drive system and engine shall permit the turbine to free float within its housing. 6. The turbine shall be gearbox driven via an adjustment free fluid drive coupling. BELTS ARE NOT ACCEPTABLE. - -11- 4. X 5. X 6. X 7. X S. X 9• X 1. X 2• x 3- X 4• X 5. X 6. X A is From: Edward A. Nagel To: West Tipton Date: 813/99 Time: 12:03:08 PM Page 23 of 56 • 7. State turbine RPM at recommended auxiliary engine operating speed. 7. 3,100 RPM 8. The engine and turbine compartment shall be sealed against sound trans- tnittal and dust ingestion. 81 X 9. Fan exhaust is to be sealed and air is to be exhausted through sound suppressed roof vents. 9. X Y.A 1iQcLE 1. Steel reinforced, flexible rubber with 'wobbly' design to avoid clogging_ I. X 2. 10" diameter with self aided cleaning feature. 2. X 3. Upper and lower connections of vacuum hose shall be of the quick disconnect type to allow removal without the use of tools. 3. X D 1. Steel tine, One piece, disposable, 28" diameter. 1. X 2. Direct, hydraulic drive, with relief ' valve. 2_ X 3. In cab controls to vary speeds 0 to 140 rpm. 3. X 4. Shall be raised and lowered hydraulically by in cab controls. 4. X 5_ Provisions shall be made for curb pressure adjustment. 5_ X 6. Broom shall be free floating, trail arm suspension. 6: 7. Shall have two water sprays for dust control. 7. X 8. Shall be capable of being operated independently of other sweeping gear. From Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12.03:08 PM Page 24 of 56 9. Dirt deflectors shall automatically lower when side broom is rotating. 9. X 10. A linear actuator directly mounted to the right hand side gutterbroom assembly shall be cab controlled through a single, spring loaded ERGO switch providing infinite control of both minimum and maximum angle. 10. X WIDESWEEPHRQQM : 1. Polypropylene underbody shall be supplied. 1. x 2. 16" diameter MINIMUM. 2. x 3. 53" length minimum. Shall, be in cab controlled hydraulic swivelling from left to right and right to left. 3. X 4. Maximum sweeping width of 92" with all gear working. 4. x Addendum 2 S. Hydraulically driven constant speed with adjustable pressure floatation 0 system. S. X 6. Shall have four water sprays for dust control. 6. 2 7. Widesweep broom shall be capable of being changed without removing any Parts other than the side cover of the broom. 7. X a. shall be capable of being operated independently of other sweeping gear. 9. Dirt deflector shall automatically lower when widesweep broom is rotating. 9. K 10. All grease points for the widesweep broom shall be remotely located to the chassis frame to allow for easier servicing. 10. Y &=TON S S I. Shall be of metal alloy construction with replacement Liner and rubber skirts. 1 X -13 From: Edward A. Nagel To: West Tipton Date: 8/3199 Time: 12:03.08 PM Page 25 o156 • 2. Cylinder suspended and raised/lowered by in cab control. 2. X 3. Multiple interior jets shall provide dust suppression and lubrication for debris conveying tubes. 3. X 4. Nozzle carriage shall be provided with two (2) adjustable rubber tired wheels Of 10" diameter minimum with curb guard. 4. X 5. Air actuated control to permit the remote adjustment of the nozzle, S. X 6. The nozzle shall be capable of tracking independently from the chassis. 6. X 7. Nozzle assembly is to be attached to the sweeping framework via a detachable self -aligning drawbar. 7. 8, Shall be capable of being operated independently of other sweeping gear. 8. X 9. The grubber nozzle trunki.ngs shall be connected to the sweeper body and vacuum nozzle by two (2) over center clamps to permit quick removal without the need for hand tools. g. X , EFER MMRAtTr.TC sy&TrM ; 1. Hydraulic system as per manufacturer's requirements. 1. X Addendum # 2 FUNCTIONS: : a. Body/near door - raise/lower. 1.a. X b. Widesweep - dewing right to left and rotating, 1,b_ X 0. Gutterbroom - raising/lowering and rotating. 1.c. To ensure adequate cooling, reservoir capacity to pump output shall be minimum 2:1 ratio. State pump output at recommended auxiliary engine operating speed. COQLSRS ARE NOT CCEPTAH 8 G.P.M. From: Edward A, Nagel To: West Tipton Date: 8/3/99 Time: 12:03:08 PM Page 26 of 56 2. Reservoir shall be 20 gallons minimum and capable of maintaining continuous operation without overheat. 3. All circuits shall be protected with relief valves. 4. Fluid level sight glass indicator. 5. Spin on sump filter. Spin on return filter with pressure bypass. For ease of maintenance, the filter shall be externally mounted. G. Body tip/rear door functions shall be via an air operated PTO system off the chassis transmission. Controls for raising/lowering shall be located on the right side of the vehicle, forward of the rear tires. 7. All sweeping equipment functions shall be powered by a gear driven hydraulic Pump off the auxiliary engifie timing case. S. All hoses shall be color coded black to facilitate troubleshooting. 2. X 3. X 4, x 5. X 6. X 7. X a, x 3 S M: 1. Shall be fabricated integral to hopper body. sweeper manufacturer to submit a letter certifying the water tank construction. 1x 2. Standard capacity shall be 330 gallons MINIMUM. 2. X 3. The water pump drive shall have protection against freeze up. 3. X 4. Water pump shall be self priming and not subject to damage when operated dry. 4 • X........ 5. All spray jets shall be independently controlled. S. X— G. A quick disconnect coupler shall be provided on hydrant fill hose. 6, X • r 1 U Ll From: Edward A, Nagel To: West Tipton pate: 8/3199 Time: 12:03:08 PM Page 27 of 56 7. A 25' washdown hose shall be provided. 7. x 8. All solenoids shall have manual drain provisions for cold weather. g, x 9. The reservoir shall have three (3) drain and two (2) flushing out ports. 9. x 10. The reservoir shall be capable of being tilled by hydrant or garden hose. 10. x 11. Hydrant fill must have a pre -filter. 11. r _ 12. All rigid lines shall be constructed of stainless steel. 12. x 13• An external filter shall be provided. The filter must be accessible without lifting the body_ A shutoff valve shall be provided to isolate the filter for servicing. 13. x 14. All hoses shall be color coded blue to facilitate t?--,,,lb3 ash�..hootIng. 14. x 15. water tank low level indicator to be mounted in the cab. 15. x 16. An additional water tank with MINIMUM capacity of 185 gallons shall be included. Tank shall be lined with corrosion resistant material or be of corrosion resistant construction. 16. Addendum # 2 17. A high pressure washdown system rated at 2.2 (GPM a 1,000 PSI to be included. Unit to be powered by an independent pump and motor mounted to chassis rail and driven from chassis PTO system. Unit to also include a handgun and a retractable hose reel with a minimum of 25' of 3180 hose. 17. x WE 1. Features: Self purging air dryer. 1. x 2• Air filters - water trap and filter with microfog lubricator kit. 2. x • _16M From: Edward A. Nagel To: West Tipton Date: 813/99 Time: 12:03:08 PM Page 28 of 56 3. Pneumatics: Separate sweeper storage reservoir 3. X 4. Pneumatic valves housed in weather proof systems locker activated by cab mounted switches. 4. X S. FUNCTIONS: a. Widesweep - raise and lower/road pressure.- 5.a. X b. Nozzle - raise and lower. 5.b. X C. Nozzle •- remote adjustment control. S.C. X Addendum 2 d. Engine throttle control. 5.d. X 6. All cylinder seals to be inter- changeable, except for auxiliary engine cylinder throttle control. 6. X SAFETY: 1. Dump controls shall be located on the right hand side of the vehicle forward of the rear tires. 1. x 2. One rear mounted and one cab mounted amber strobe light shall be installed. 2. X 3. A back up alarm of NOT LESS than 107 db(A) shall be installed and shall sound in reverse gear automatically. 3. X 4. Automatic pick up in reverse gear of all sweeping equipment shall be (supplied. 4 X 5. A pre-programmed single stock master switch shall control all sweeping gear, when activated raise all" sweeping equipment and shut off all water. When deactivated, all functions return to previous settings. A switch shall be provided for each operating position. 5. X --17- C. LJ C� Front: Edward A, Nagel To: West Tipton Date: 813/99 Time: 12:03:08 PM Page 29 of 58 C� C7 C7 6. A rear mounted arrow stick is to be included. 6• x 1. Cab and sweeper body shall be painted with standard manufacturer's color. 1. The sweeper shall carry a minimum warranty of tour. (4) years/unlimited hours covering 100`c parts and labor. 1. x Addendum 2 2. Warranty work shall be performed wherever the owner chooses, regardless of location at no cost. 2. 3. The sweeper engine major componentry shall carry a four (4) year/unlimited hours warranty covering look parts and labor. 3. 4. Impeller and housing shall parry a minimum warranty of four (4) years/3750 hours covering 100% parts and labor. 5. Bidder to submit warranty statement with their proposal. PART$: 1. Guaranteed 48 hour shipment of parts after placement of order, or said Parts provided free, include your Parts guarantee statement with your bid. 4. _ x _Addand= # 2 1. x NAMMUs Sweeper: (2) Driver's Guide, (2) Parts List Manual, (2) Maintenance Manual and (2) Trouble Shooting Manual. 1. % 2. Truck Chassis: (1) owner and operators Guide. 2. x 3. Transmission: (1) Driver's Handbook. 3. x 4. Sweeper Engine: (1) User's Handbook. 4. x _. -18- Front: Edward A. Nagel TO: West Tipton Date: 8/3199 Time: 12.03.08 PM Page 30 of 56 VIDEO MAINTENANCE TAPE: C� 1. A video tape shall be included at time of delivery. The tape shall describe the proper operating and maintenance procedures of the sweeper. 7.. X • -19-