Mechanical Sweeper
TOWN OF WAPPINGER
SUPERINTENDENT
ORN-I^M rOSTER
ro(( ~~p~
f'- ~~_~~- _-------.\,~;-"~.....,.. .
7 -.' ' , . . - ~...~
r~(/ _- _.~~
I -' - ~
...~\~);
,"C'~JJI1jr / A..~'
~ss CO~~
(914) 297-91451
SUPERINTENOENT OF HIGHWAYS
P.O. BOX 324
WAPPINGERS FALLS, N.Y.
December 4, 1995
To: Town Board
From: Graham Foster~
Subject: Sweeper Bid Report
The following bids were received on December 1, 1995.
Gannon Municipal Equip.
Wm. H. Clark Equip.
Ralph Herman Co.
$99,800
$105,739.00
$103,774.00
I recommend the bid be awarded to Gannon Municipal Equip.
Please also be advised that our present sweeper does not have any brooms
since they have worn out. It is quite important that we order the new
sweeper as soon as possible to insure a delivery date of April 1 which
is the normal time we begin sweeping the roads after the winter.
~~'--~~
Bids are available for review in the Town Clerk's office.
TOWN OF WAPPINGER
SUPERIJlTUIlEJlr
OR^HI\M rOSTER
" o~ y.JAPp
~~.~~./ lP'~' -:/1-"
o ;' ,..- :> ~
to- (. . ~\'1!
. 'a\ .~ t"
~\~ )~
c"'~ //~4-
'. . ~ss co.u~
(g 14) 297-9451
SUPERINTENDENT OF HIGHVllAYS
P.O. BOX 324
VllAPP1NGERS FALLS. N.Y.
To: Town Board
From: Graham Foster
March 28, 1995
Subject: Sweeper Bid
As a followup to my letter of 3/17/95 I've enclosed a copy of the sweeper
bid specifications which were requested at our 3/27/95 board meeting.
I have highlighted where the Elgin sweeper failed to meet our specs.
1. Spec. clearly calls for a single engine. See maintenance and repair
concerns in my 3/17/95 memo.
2. Turning radius exceeds 18' 6" max.
3. Engine spec. was 190 H.P. The Elgin offered 175 H.P. plus
the second engine.
4. The battery spec. was 900 CCA. The Elgin offered two batteries of lesser
CCA. This also means you replace batteries twice as often.
5. Alternator spec was 160 amp. Elgin offered two lower amp
alternators. Again twice the maintenance and repair.
6. Extended side reach brooms were specified for both sides if the turning
radius exceeded 18" 6". Only one side was offered even though the Elgin
factory price list gives a cost per side. This means when your're driving
the machine from the left side doing a cul-de-sac the overhang of the
Elgin will knock over the mailboxes.
p~-'~~
..........
I
~ ~
\ ') C/ (\ )
V
TOWN OF WAPPINGER
SUPERINTENDENT
ORm-IAM rcOSTER
"0(( V'JAPp
fI ~~.~//~""'..' -::~."'''
1 ~ / .,. - ~c."~
i.i.. ...( . 1\ ~
'0' ~.\'>
,~\~)~
,C'~~ //,,~'
~ss CO~~
(914) 297-9451
SUPERINTENDENT OF HIGHWAYS
P.O. BOX 324
WAPPINGEAS FALLS, N.Y.
March 17, 1995
To: Town Board
From: Graham Foster
Subject: Sweeper Bid
Two bids were received, one from Ralph C. Herman Co. of Marlboro, N.Y.
and one from Wm. H. Clark Municipal Equip. Inc. of Rensselaer, N.Y. which
is near Albany.
The two machines bid are the same as our bids in February. Clark bid an
Elgin and Herm~ a Mobil,
As mentioned in my February letter, both machines are capable of sweeping
our roads. In February we were looking at a difference in price of
$8595.00 between the two machines. The price differential is now $1833.00
with the Elgin from Clark being the cheaper unit. However, I feel the Mobil
unit is better suited to our needs for the following reasons.--
,--"...--
1. Our current sweeper is a Mobil and it is 15 years old and has been a
very good piece of equipment. The main problem we've encountered with the
Mobil is it has a separate engine to run the sweeper portion of the unit.
It is a special purpose foreign made engine. As the sweeper got older
it has become more and more difficult to get parts for this engine. Also
a two engine machine requires twice the maintenance and twice the engine
repair since it has two of everything, ei: filters, starters, alternators,
water pumps, belts, hoses etc.
The new Mobil is a single engine machine whereas the Elgin has two engines,
one is a foreign made special purpose engine. Due to it's design, the
gutter brooms on the Mobil are visable by glancing down through the door
window without the aid of a mirror. The gutter brooms on the Elgin are
further toward the rear of the machine and must be watched through a convex
mirror which in my opinion would dramatically add to the operator fatigue
by the end of an 8.5 hour day.
While both vendors appear to be long standing reliable dealers for
equipment, Clark is located next to Albany while Herman is in Marlboro.
This puts a round trip for parts or service at well under an hour for
Herman and four hours for Clark.
- Page 2 -
Because a sweeper is normally thought of as a high maintanence machine, it
is necessary to lubricate certain points on a daily basis. The fewer
points needed is less preparation time at the start of each shift. The
Mobil has six pints which require daily lubrication. The Elgin has 21
points. To enable sweepers which require more than 6 points of lubrication
to meet our specs. we included a special note in our specs. which would
allow more than 6 daily points as long as an automatic lubrication was
submitted with the bid. This option from Elgin is a $3250.00 option and
was not included in the bid.
With the above in mind, I feel the $1833.00 difference in the two sweepers
results in just over $100 per year for it's useful life of 15 years. This
additional cost would be more than offset by the items I've outlines above.
I therefore recommend we buy the Mobil sweeper from Herman Equipment.
Sincerely,
,-r~~
TOWN OF WAPPINGER
K'
SUPERINTENDUT
GRM-IAM ~OSTER
. ~ WAPp,
O~" ,'.1r,...
~." ....,"-. - '",'+~
'::::i:., ,.' ,'~
/ ~/ . ~\~"'"
i......, '~
i,o("~.'~
G.~~ 1.),.-
,.J.,,~. ,/t-
~~SS CO~
(g 14) 297-9451
SUPERINTENDENT OF HIGHWAYS
P.O. BOX 324
WAPPINGERS FALLS. N.Y.
1995 SWEPER BID REPORT
RALPH C. HERMAN CO. INC.
WM. H CLARK MUNICIPAL
BID PRICE 130,463.00
129,868.00
22,000.00
LESS TRADE 14,000.00
NET BID 116,463.00
107,868.00
The Superintendent recommends the bid be awarded to Wm. H Clark
Municipal.
TOWN OF WAPPINGER
SUPERINTENDENT
GR^I-I^M r'OSTER
O~~~~~/~
~~~ .,.'",' : . \G'.JI..
7.r,' ~, . _ <\'~
/O( )
;..... . '>
"-~~ .
0\ r.~ ~
~\~/~.
C'~. /~A..
~~SS CO~
(9 14) 297-945 J
SUPERINTENDENT OF HIGHVliAYS
P.O. BOX 324
VliAPPINGERS FALLS. N.Y.
February 23, 1995
To: Town Board
From: Graham Foster
Subject: Sweeper bid
After reviewing the two bids I have found many areas where the Elgin sweeper
has not met the specifications we had required.
Some of them were:
1. The gutter brooms are only visable by looking in the mirrors.
2. The Elgin uses two engines, we had specified one.
3. The truck alternator is 95 amp. we had specified 160 ;lp. However the
Elgin has a separate alternator for the rear engine.
4. It doesn't have a warning light for an overloaded con'aryor.
5. The hopper and conveyor have a one year warranty, we lad specified two
years.
6. The chassis is a truck converted to a sweeper.
7. The suspension utilizes air bags which deflate when s'.3eping and dumping
in place of a full suspension.
8. The Elgin doesn't offer tilt steering.
9. The turning radius is 1"5" longer.
10. The unit has six wheels in place of four.
11. The unit has two 625 CA batteries in place of one 900 CA.
12. The unit has air drum brakes in place of hydrolic disc.
13. The unit doesn't have full length windows in the doors.
14. The dump chassis is not mounted below the frame as specified.
With the above in mind, my first reaction was that Elgin had not met our
bid specifications and would therefore be thrown out. However, the $8,595.00
difference in the price led me to investigate the Elgin further. Although
the retail price of the two units was only a difference of $595.00, the
additional trade in of $8000 from Elgin made the cost a significant factor.
By speaking with owners and operators in companies that owned both machines
it appears the machines although different in their designs both accomplish
the job equally.
- Page 2 -
Each machine appeared to have unique strength and some weaknesses. Both
appear to be quality machines with good companies behind them. I had leaned
toward the Mobile unit because of the 15 years of good service our present
machine has given us but I would be hard pressed to try to justify close to
$9000.00 difference in the machines.
I therefore feel the Elgin with it's lower bid is the machine we should buy.
A~~
.---..... "
.
<'
NOT!CE TO BIDDERS
.,=.
NOTICE IS HEREBY given tha:t sealed proposals will
be received at the office'of the Town Clerk Of the
Town of Wappinger, 20 Middlebush Road, Wapp~ngers
Falls, New York, untill:OO EST on the /1+1J
day of 1)n()iU!).; / ~ tJ5 for the following~ .
~~
All bids must be upon and inconformity with the
bidding form and specifications which will be
available each working day between the hours of
8:30 A.M. and 3:30 P.M. at the office of the
Superintendent of Highways, 20.01d Route 9,
Wappingers Falls, New York.
The Town Board reserves the right to reject any
or all bids, to waive any informalities in any such
bids, or to contract with other than the lowest
bidder, as provided by Law, or to write newproposalso
Bids being submitted by mail should be mailed to the
Town Clerk of Wappinger, P:~O. Box 324, Wappingers Falls,
N.Y. 12590.
Date of Publication '3 - [- 9 S-
By Order of the Town Board
Elaine H~ Snowden
Town Clerk
J
Bidder is required to show all variations from the published
specification. Failure to do so is grounds for disqualification.
MAKE & MODEL BID Mobil Sweeper Model M9B AHL-2 Topqun
~
SBID PRICE $130,463.00
*
LESS TRADE $-22,891.00
NET BID $107,572.00
DELIVERY - PLEASE STATE 60 to 90 days after receipt of order
* The Town will be trading in their 1980 Mobile Sweeper. This
unit is avaiable for inspection from 7 AM to 4 PM Monday thru
Friday.
NAME OF BIDDER
Ralph C. Herman Co., Inc.
ADDRESS
Route 9-W
Marlboro, New York 12542
REC~H
~'1 \lE"~
I1AR .LJ
€ 171995
l.AIN~ s
7'OWN NOWD
CLE?RI( IE",
Page 7
"
""":':.1',
. /~'\'f'::::'.::;\<
," ".,' ',..
,",' ....:;.,/:-...
STATEMENT i .1
/" .
,
, ~
.... .:. - The undersi~ed repre,sents that P~sU:ant to Sections
l03-a and.~03-b of the General Municipal Law of the State
. .of . New York, no person referred to. in 't:l:ia" attached proposal
who.is a bidder or who is or was, a m~r, Partner, director
or o'fficer of the. biddingfirrn 0:1; .ent~ty 'und.e,r this proposal
has refuseCl to. sign. a waiver of, immunity,' or to answer any
.revelan,t questions'relating to any; ;:ransa;ctio~ o~. contract
,with the Stataof ~ew York, any'polli;ical ~ul;xlivision thereof,
. or ,-any public, a\ltho.:rity,"'during the ,1ier'ioc:1of five years..
prior to the dat~'Fereof. The undersigned agrees that any
contract awarded ~~ a r'esul t of this bid 'may be cancelled
without, penal,ty upon the grounds' set forth in Sections
l03~a~d -103-b' o,!' the said General MUnicipal Law. The
names and' add.:resses .of 'all p'ersons and parties interested
in the' foregoing bid 'are ,as 'follows: . ..
Ralph C. Herman Co., Inc.
t
,STATEMENT lj 2
'.
, By submis,sA9n 'Of:;:,this bid, each bio.d~r and each person
signing. on behalf Of any bid,der ce.rtif~es, and in the case
of a joint bid: each party thereto certifies as to its own
'organization" unaer penalty of perjury, that 'to the best
of ,knowledge, and belief: (1) the prices, in this bid have
been' arrived at indep~ndent1y,without collusion, consultation,
communiqation, or agreeme~t, for the PUrp,9se of restricting
c9mpetition as't9 any,matter relating to .such prices with,
any'other pidder ,or with any competitorr'(2) unless otherwlse
required byLaw I 'the prices which hav.e been quoted in this
bid h~ve, not be~~ knOWingly disclosed by"the bidder and
will not knowingly be disclosed by the , bidder' prior to the
opening ( direc~ly or indirectly, to any'bidder or to any
competitor; anq' (3) no attempt has been: made or will be
m.ade'by the bid4~r, to induce any other p'e'rson I partnership
~ corporation'to 9ubmit or not subniit a bid for the purpose
of, resuicting, cpmpetition,. . '
BY: ~~.( 44.
pou as A. Lester
Executive Vice President
-
-
-
-
..
.;:,df~.>
...:...
....:.-,...,
,<
NON-COLLUSIVE BIDDING CERTIFICATION
.'
~< The bidder certifies that: {a) the bid has been arrived
at by the bidder independently and has been submitted without
collusion with any other vendor of materials, supplies or
equipment of the type described in the invitation for bj.ds,
and (b) the contents of the bid have not been communicated
by the bidder, nor I to the best of h,is knowledge and helief,
by any of his employees or agents, to any person not an employee
or a8ent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The signature of the contractor to this bid shall be
deemed a specific subscription to the certificate required
pursuant to Section 139-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury.
Da ted: March 17
19.22......
BY: ~~II~~
'Doug1 s A. Leste~ -
Executive Vice President
TITLE
v
"
'....
SPECIFICATIONS FOR ONE NEW 1995 FOUR WHEEL SINGLE
ENGINE STREET SWEEPER WITH HIGH LIFT DUMP.
GENEI1.AL SPECI FICATION
The street sweeper to be furnished under these specifications shall be
a fou.r wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter brooms, and elevator system. The sweeper shall
have a minimum of 4.0 cubic yard volumetric hopper capacity, shall be
reguJ.arly listed as a manufacturer's current model and shall comply
with standard specifications for the model offered with exceptions and
additions as contained herein.
ChasE:is
Minimum 116" wheelbase
Minimum 8,000 ib. front axle
Minimum 18,000 lb. rear axle
Active suspension during transport
Full power dual steering with dual
operators controls.
Rear axle 5.57:1 ratio with 2 year unlimited
mile warranty brakes are excluded.
Minimum 26,000 GVW certified rating.
55 MPH travel speed, fully loaded
t ireE, (tubeless radials).
For E,afety - full compliance with
part 325 Sub part D of Federal Motor
Carrj.er Noise Emission Standards.
Turnj.ng radius 18'-6" maximum
Minimum 45 gallon fuel tank
(2) E." x 16" West coast type rear
view mirrors with convex bottoms.
Minimum 1 year unlimited miles warranty.
COMPLY
YES
NO
x
X
X
X
X
X
X
X
X
X
X
X
X
x
X
f
",
.
..
YES
~
Chassis (continued)
Electric back-up alarm with adjustable
rba.
Rearnud flaps.
Set (2) front tow hooks.
Set (2) rear tow eyes.
th~CX)ating .
~
x
y
y
x
x
x
For safety-tinted glass.
In dash air conditioning, factory
installed .
Provisions for AM/FM radio.
Fresh air t"", speed cab pressurizer
type heater and defroster with fresh
filtered inlet air.
Contoured bucket seats with adjustable
arm rests.
Seat belts with automatic retractors.
For safety - full conpl1ance with Part
325 SUb Part 0 of Federal Motor
Carrier N:>ise .Emission ~ds
while operating and travellng at
operator's ear.
For safety - t\tWO speed electric wipers
with- integral elect:r ic uU1hers.
Cab JlK)unted strobe .. ~,,' with
l~uard.
x
x
x
x
x
y
x
y
x
y
y
y
x
y
x
X
y
:-
x
x
x
x
x
;_. ~.~'-..
,.":.t:/
Eng ine
'1\1rbocharged diesel, 190 B.P. x
@ 2500 R.P.M. and 475 Ft./Ibs. of x
torqpe @ 1600 R.P.M. x
Engine to be current IIOdel production x
and meet all Federal Emission CODpli- x
an~. x
Dual element air filters. x
Minim..un t\tWO (2) years or 50,000 x
miles warranty. x
Fuel/water separator. x
Fngine to be certified in all 50 x
states. . x
Anti-freeze to -34 degrees P. x
'l\1rbo II pre-cleaner. x
tow oil pressure/high ex>llant x
teuperature/low coolant shut. dom x
conuo~. x
Engine must be completely covered
from the top & all sides. Page 2~
<D!PLY
00
~..
Transmission
.~
Four speed automatic Allison ATS45. (or equal)
Equjpped with oil to air oooler.
Transmission shift patterns illuminated
for night use.
El~rical
Vehicle lighting mst meet all J:XY.r
standards.
Fuel, water tenp., oil pressure,
voltIIeter, speedometer/odometer,
tachometer and hourmeter gauges
centrally located for good vision from
both operators positions (no
exceptions) .
Maintenance free battery 900 CCA @ 0
degree F, reserve capacity 285 .M1n. @
80 degree F. . .
160 anp alternator.
Warning lights for glow plugs, service
brakes, failure, air filter restriction,
high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hydraulic oil, low ooolant,
high water tenp., transmission oil tEmP
and water level indicator all centrally
located in cab.
All wiring mst be color coded and
nll11bered.
flYdraulic Svstem
Mininum 25 gallon reservoir capacity.
var iable displacement piston pwIp
with flow and load sensing; powers
oopper raise and dunp, gutter brooms,
lift/lower extend/retract & rotation;
pickup broom and elevator lift/lower &
rotation.
10 micron return in-tank filter.
In tank suction side screen.
TeIrperature and capacity sight guages
on tank.
All hydraulic fittings to be mininum
37 degree J. I.C.
All punp circuits to have pretapped
pressure check ports.
Page 3
YES
x
x
x
x
x
x
x
x
x
X
x
'II'
x
'\/'
x
x
X
x
x
X
'\/'
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
CDtPLY
00
.
<D1PLY
YES ro
Dual Side Brooms
Direct hydraulic drive. '\(
Hydraulically retracable to 8 ft. for x
travel. x
..... 42" miniJIum diameter/26" steel wire DDW1ted x
on $teel disc with wearing edge. x
Frte floating with full sideway x
oscillation. x
Adjustable for broom pressure and x
wear. x
Broom light for each broom. x
Hydraulically raise and lower from cab. x
For safety - brooms to be visible x
by operator ' x
- c>"'" naTI-t X
'L~ ,"<.rJT:>'<-C ~ \ 'C'> ""- R'<Rc...H 8. Rd 0"",, ~ Rt..Qu.....\:.J::>
~I?'L~B IF" -rUR_N I W 6 R P-CIU ~ ~){e~1:> ~ \ ~' {," X
1ll room
Mininurn 34-1/2 diameter.'x 58" in x
lenQth. x
x
Duai ~rk lights (l-RH,l-LH). x
x
Hydraulically dr i ven; self-aligning '\(
anti-friction bearings. '\(
Hydraulically raised and lowered x
from cab. x
Sweeping path to be a minimJm of x
7' -6" with one (1) gutter broom, x
10 ' -0 n with dual gutter brooms. x
Conve~r
Hydraulically driven' _ x
x
x
Reversible without damage to x
conveying system for extended x
per iods of time for cleaning, x
flushing, etc.. x
Elevator over load warning signal x
in cab. x
Selectable fo rward and reverse ro- x
tation. x
x
Integral conveyor flushing system. x
Mininurn (2) t~ years or 12,000 x
miles (pro-rated) warranty. x
Elevator flusher. x
Page 4
'.
.
.
~.
YES
.'
lb~r
4.8> cubic yard mininum capacity.
MinilIlJI11 var iable dunp heights be-
tween 21-10" and 91-6".
lbpper location bet~en front and
rear axles (side dwrp) .
Max~ time for dunp cycle to top
30 oseconds.
MinilIlJI11 lift load capacity 9,000 lbs.
Mininum (2) t'NO years unlimited miles
warranty - parts and labor.
x
~
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
For safety - parking brakes DUSt auto-
matically apply whenever ropper is
elevated and released when ropper is
returned to s~eping or travel JIDde.
(no exceptions).
Full hopper indicator.
water System
Mininum capacity of 285 gallons.
Cross linked polyethylene JIBterial.
Life time tank rust-through warranty.
Hi/lOW water indicator light and gauge
in cab.
Electric centrifugal water pump.
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Shut off cock bet~en water tank and
spray system with strainer in an
easily accessible position between
tank and water pump both accessible
from ground level.
water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirements.
For safety - Halogen headlights.
For safety - all lenses excluding
headlihts to be Lexap lenses.
x
x
x
x
x
Page 5
<D1PLY
N)
."
-- .
4
CD!PLY
YES
ro
It
Lighting (continued)
Two clearance lights (3 each) front
and rear.
Two clearance lights each side.
Front and rear directional lights
w~ flasher.
FlOod lights for each gutter broom
and (2) l-RH & l-LH for rear broom.
Illuminated dash, gauges, etc.
Cab dome light with 2-separate map .
lights.
Automatic back-up lights.
Illuminated rear license plate light.
(2) rear reflectors.
x
x
x
x
x
x
x
x
x
X
x
x
x
Paint
All metallic surfaces interior and
exter ior mst be detergent cleaned,
phosphatized, rinsed and dried,
and prime painted before as&eDbly.
After asssenbly, all visible exterior
metal surfaces are to be sanded,
detergent washed and repr 1med with a
finish priner.
Final painting and reprime DUst be
performed in a pressurized dust free
environment.
Painting is to be a D..1pont Imron 2 part
paint - urethane enamel with activator'
then oven baked for a hard shell finish.
Color - Omaha Orange
Service Manual .
x
x
x
x
X
x
x
x
x
x
x
x
x
x
One Parts and service manual.
One operator I s manual.
One engine parts manual.
One engine service manual.
Onetransrnission parts manual.
One transmission service manual.
x
x
x
x
x
x
apecial N:>tes
If Jlt)re than 6 daily lubrication points are listed bv manufacturer an auto-_
~tic lubrication svstem ~t be ~tted ~ith this bid.c :
List percenage and country of sweeper coJIpOnents
manufactured outside of U.S.A. if oouponents exceed 10i.
Page 6
"
.
SPOCIFlCATION:; FOR ONE NEW 1995 FOUR WHEEL SIRiLE
ENGINE STREE:l' SWEEPER WITH HIGH LIFT DtI4P.
GENERAL SPOCIFlCATION
The street sweeper to be furnished under these specifications shall be
a four wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter broons, and elevator system. The sweeper shall
have a mininum of 4.3 cubic yard volumetric oopper capaCitYI shall be
r~larly listed as a manufacturer's current model and shall conply
wifh standard specifications for the model offered with exceptions and
additions as contained herein.
cntPLY
YES
m
Chassis
For safety manufacturers standard built x
exclusively for sweepers (modified truck x
chassis not acceptable) ;. x
116" wheel base. x
Mininum 8,000 lb. front axle with shocks. x
Mininum 18,000 lb. rear axle with no sway x
W~. x
Active suspension dur ing transport and x
sweeping with a 5 year, x
warranty. x
Full. power dual steer ing with dual x
operators controls. x
Tilt-telescoping steering column (s) each x
side. x
Single speed rear axle 5.57:1 ratio x
(with 2 year unlimited mile warranty - x
brakes are excluded) . x
Mininum 26,000 GVW certified rating. x
55 MPH travel speed, fully loaded. x
Single tires on rear (tubeless x
radials) . x
Mininum 3l5/80RX22.5LRL ( 20 PR ). x
For safety - 4 wheel hydraulic split x
system with hydraulic assist - disc x
br akes, front and rear. x
For safety - full conpliance with x
part 325 SUb part D of Federal ftt>tor x
Carrier NOise Emission standards. x
'l\1rning radius 18 '-6" maxinum x
Mininum 45 gallon fuel tank. x
Mininum firewall insulation to cab 3/4". x
(2) 6" x 16" West cbast type rear X
view mirrorswith convex bottoms. X
Mininum 1 year unlimited miles warranty. x
Page 1
._--.
.
Chassis (continued)
Electric back-up alarm with adjustable
rba.
Rearnud flaps.
Set (2) front tow hooks.
Set (2) rear tow eyes.
Ulderooating.
.'"
~
For safety-tinted glass.
In dash air conditioning, factory
installed .
Provisions for AM/FM radio.
Fresh air two speed cab pressur izer
type heater and defroster with fresh
filtered inlet air.
Key lock OOors with slide down windows.
Contoured bucket seats with adjustable
arm rests.
Seat belts with automatic retractors.
For safety - full col1pliance with Part
325 SUb Part D of Federal Motor
Carr ier N:>ise &nission standards
while operating and traveling at
operator's ear.
For safety - two speed electric wipers
with. integral electric washers.
Cab nounted strobe. with
liIrbguard.
.:t/
Engine
Turbocharged diesel, 190 H.P.
@ 2500 R.P.M. and 475 Ft./Ibs. of
torque @ 1600 R.P.M.
Eng ine to be current llDdel production
and meet all Federal Emission Col1pli-
ances.
Dual element air filters.
Mininum two (2) years or 50,000
miles warranty.
Fuel/water separator.
Fngine to be certified in all 50
states.
Anti-freeze to -34 degrees F.
Turbo II pre-cleaner.
Low oil pressure/high oollant
teJ1l'erature/low coolant shut down
controls.
YES
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
X
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Page 2
CXJ4PLY
00
, .
YES
Transmission
Four speed automatic Allison AT545. (or equal) x
Equ~ped with oil to air cooler. x
Transmission shift patterns illuminated x
for night use. x
Elcfctrical
Vehicle lighting nust meet all DOT
standards.
Fuel, water temp., oil pressure,
voltmeter, speedometer/odometer,
tachometer and hourmeter gauges
centrally located for good vision from
both operators positions (no
exceptions).
Maintenance free battery 900 CCA @ 0
degree F, reserve capacity 285 Min. @
80 degree F.
160 amp alternator.
Warning lights for glow plugs, service
brakes, failure, air filter restriction,
high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hydraulic oil, low coolant,
high water tenp., transmission oil tenp
and water level indicator all centrally
located in cab.
All wir ing nust be color coded and
nunbered.
x
x
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
~raulic Svstem
Mininum 25 gallon reservoir capacity.
var iab1e displacement piston punp
with flow and load sensing; powers
oopper raise and dunp, gutter brooms,
lift/lower extend/retract & rotation;
pickup broom and elevator lift/lower &
rotation.
Gear punp for power steer ing and hy-
draulic brake boost.
10 micron return in-tank filter.
In tank suction side screen.
Terrperature and capacity sight guages
on tank.
All hydraulic fittings to be mininum
37 degree J .Le.
All punp circuits to have pretapped
pressure check ports.
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Page 3
CXJt1PLY
00
YES
Dual Side Brooms
Direct hydraulic drive. X
Hydraulically retracab1e to 8 ft. for x
travel. x
42" mininum diameter/26" steel wire nounted x
on steel disc with wearing edge. x
Fr3e floating with full sideway x
oscillation. x
Adjustable for broom pressure and x
wear. x
Broom light for each broom. x
Hydraulically raise and lower from cab. X
For safety - brooms to be visible x
by operator without use of mirrors x
while sweeping. x
Main Broom
Minimum 34-1/2 diameter. x 58" in
length.
For safety - broom to automatically
stop when elevator is reversed.
Dual \\Urk lights (l-RH,l-LH).
Hydraulically driven; self-aligning
anti-friction bearings.
Hydraulically raised and lowered
from cab.
Sweeping path to be a mininum of
7'-6" with one (1) gutter broom,
10 '-0" with dual gutter brooms.
x
x
x
X
x
x
x
x
x
x
x
x
Convevor
Hydraulically driven with re-
placeable rubber squeegee type
flights.
Reversible without damage to
conveying system for extended
per iods of time for cleaning,
flushing, etc..
Elevator overload warning signal
in cab.
selectable forward and reverse ro-
tation.
Mininum 58" wide conveyor.
Integral conveyor flushing system.
Mininum (2) t~ years or 12,000
miles (pro-rated) warranty.
Elevator flusher.
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Page 4
<mPLY
ro
li'>ppe r
4.3 cubic yard minimum capacity.
Minimum var iable dunp heights be-
tween 2'-10" and 9'-6".
li'>pper location between front and
rear axles (side dunp).
Maximum time for dunp cycle to top
30 1;econds.
Minimum lift load capacity 9,000 lbs.
Minimum (2) two years unlimited miles
warranty - parts and labor.
For safety and stability - lx>pper
lift must be nounted below frame
rails and seated at minimum 4 points.
For safety - parking brakes must auto-
matically apply whenever lx>pper is
elevated and released when lx>pper is
returned to sweeping or travel node.
(no exceptions) .
Full hopper indicator.
Water System
Minimum capacity of 285 gallons.
Cross linked polyethylene material.
Life time tank rust-through warranty.
Hi/lOW water indicator light and gauge
in cab.
Electric centrifugal water punp.
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
24" x 40" bolt down manhole cover
provided for clean out.
shut off cock between water tank and
spray system with strainer in an
easily accessible position between
tank and water punp both accessible
from ground level.
Water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirements.
For safety - Halogen headlights.
For safety - all lenses excluding
headlihts to be Lexap lenses.
Page 5
YES
x
x
X
x
x
x
X
x
x
x
x
y
y
x
y
x
y
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
CCM>LY
x
x
x
x
x
N)
cnn>LY
YES
ro
Lighting (continued)
Two clearance lights (3 each) front
and rear.
Two clearance lights each side.
Front and rear directional lights
with flasher.
,:).-
FlOod lights for each gutter broom
and (2) I-RH & I-LH for rear broom.
Illuminated dash, gauges, etc.
Cab dome light with 2-separate map
lights.
Automatic back-up lights.
Illuminated rear license plate light.
(2) rear reflectors.
x
x
x
x
x
x
x
x
x
x
x
x
x
Paint
All metallic surfaces interior and
exter ior rrust be detergent cleaned,
phosphatized, rinsed and dr ied,
and prime painted before assenbly.
After asssembly, all visible exterior
metal surfaces are to be sanded,
detergent washed and reprimed with a
finish priner.
Final painting and reprime nust be
perforned in a pressurized dust free
environment.
Painting is to be a Dupont Imron 2 part
paint - urethane enamel with activator
then oven baked for a hard shell finish.
Color - Omaha Orange
Service Manual
x
x
x
x
x
x
x
x
x
x
x
x
x
x
cne Parts and service manual.
(be operator's manual.
One engine parts manual.
(be engine service manual.
One transmission parts manual.
(be transmission service manual.
x
x
x
x
x
x
Special N:>tes
If nore than 6 daily lubrication points are listed by manufacturer an auto-
matic lubr ication system rrust be submitted with this bid. N> deviation from
the terms of the specifications as listed will be acceptable.
List percenage and country of sweeper conponents
manufactured outside of U.S.A. if conponents exceed 10%.
Page 6
- -
,
Bidder is required to show all variations from the published
specification. Failure to do so is grounds for disqualification.
MAKE & MODEL BID
Model AHL-2 Mobile Sweeper
.:'>_BID PRICE
$130,463.00
*
LESS TRADE
$ 14,000.00
NET BID
$116,463.00
DELIVERY - PLEASE STATE
60-90 Days after receipt of order
* The Town will be trading in their 1980 Mobile Sweeper. This
unit is avaiable' for inspection from 7 AM to 4 PM Monday thru
Friday.
NAME OF BIDDER
Ralph C. Herman Co., Inc.
ADDRESS
Route 9-W
Marlboro, new. York 12542
REceIVED
FEB 1 7 J995
ELAINE SNOWDEN
TOWN CLeRK
Page 7
. -;
/
. ,',. .
", . .,: !,~, I , '. . '.
, /cii',f/~:"::;;i~~ "
....... .'.:,':' ..~",'
S'iATEMENT i '1
", ~:.;.<:.\:
r
r
, ,
, ,
'/,,;,,:: - Xhe undersis.ned repre,sents that P~S~t to Sections
l03-a anc;1:J,.03-b of the 'General Mun~oipA'1 Law of the State
",of 'New' York, :no person referred to 'in t1ie~ attached proposal
w~o'is a bidder or,who is or was, a memQe~, Partner, director
or officer of th~,bidding 'firm o~ 'ent~ty'unde.r this proposal
l+~,s refusec1 to, s'ign , a ;'waiver of, imraun~:t;y,: or t'o answer any
~ "revelan,t que,stions'relating to any' ~ransa;Ctio~ Ot;' contract
,with the St,ata' of ~ew York, any' pOli;t;ical euJjXiivision thereof,
, or '-any public, a~thority, ."'during the '~er'1od 'of five years,'
prio.r to the 4a~~:FereQf. The und~rs~9ned agrees that any
contract awarded C:Cl% a r'esul t of thi'S bid ,'may be cancelled
without, penalty Upon the grounds' setforen 'in Sections
l03~a,~d 'lO,3...~' o,f '1;11,e, said ~General MUn101pa.l Law. The
names and'addresses of all persons and Part:ies interested
in the' for'egoing b,id' 'are .as 'follows; , "
Ralph C. Herman Co., Inc.
t
,STATEMENT if 2
'w
" By submis,S19n 'of:,~,this bid, each' bi~d~r and each, person
signing' on behalf o'f, any bid,der ce'rtif~es, and in the case
of,a joint bid: each party thereto certifies as to its own
'organization" under penalty of perju-ry, that 'to the best
of ..knowledge, and belief,; (1) the prices, in thj..s bid have
been' arriye~ at i~~el?~ndently, without, collusion, con~ultation,
cQmmuni9ation, or ag~eeme~t, for the Purp,QS8 of restr~cting
c9mpetition as't~ any,matter relating to ,such prices with,
any' other:~idder "or, with' ~ny cc;>mpetitorr' (~) unless. othe::w~se
required by 'Law, the prices whJ.ch hav~ !?een quoted J.n thJ.s
bid have, not bee.n knOWingly disclosed by"the bidder and
wil~ not'knowingly be d1sclosed by the, bidder' prior to the
'opening , direc~ly or indirectly, to anY'~idder or to ~y
competitor; anq' (3) no attempt has been: made or will be'
~~de','by the bid~~r" to induce any other person I partnership
~ Corporation' to ~ub~it or not subr4it a: bid for the purpose
of'r~s~ic~ing,cpmpetition. .
BY:
~. A.~
- Do~~- Lester
F.xPC'llr i VP V,ice President
-
-
-
-
. .
/'"
. ,:',.:':.,.,'
.!
.: . >i~:.:~~ ::", '
".\.i}~\.::,
): ;'.:i:J~i.;~~!.:'
. ;,.;.:~..'.'~'~.~.:{S, (.
:.\~ !:;.
'.
NON-COLLUSIVE BIDDING CERTIFICATION
,::,~. The bidder certifies that: ~a) the bid has been arrived
at by the bidder independently and has been sub~itted without
collusion with any other vendor of materials, supplies or
equipment of the type described in the invitation for bids,
and (b) the contents of the bid have not been communicated
by the bidder, nor, to the best of h~s knowledge and b~lief.
by any of his employees or agents, to any person not an employee
or agent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The signature of the contractor to this bid shall be
deemed a specific subscription to the certificate required
pursuant to Section.139-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury.
Da ted: February 17
19~
BY: Ad../I. L~
~A. Lester
Executive Vice President
TITLE
N)N-COLLUSlVE BIDDlOO CERI'IFlCATION
By submission of this bid or proposal, the bidder certifies that: (a) This
bId or proposal has been independently arrived at without oollusion with any .
other bidder or with any oonpetitor or potential oonpetitor: (b) This bid or
proposal bas not been knowingly disclosed and will not be knowingly disclosed,
prior to the opening of bids or p~oposals for this project, to any other
bidder, conpetitor or potential oorrpetitor: (c) tb atteupt has been or will
be made to induce any other person, partnership or oorporation to submit or
not to submit a bid or proposal: (d) The person signing this bid or proposal
certifies that he has fully infor~ hinself regarding the accuracy of the
statements contained in this certifj,cation, and under the penalties of
perjury, affirms the truth thereof, such penalties being applicable to th~';
bidder as well as to the person signing in its behalf: (e) That attached ':
hereto is a certified copy of resolution author !zing the execution of this
certificate by the signator of this bid or proposal in behalf of the corpor-
ate bidder.
Resolved that:
DOUGLAS A. LESTER
be authorized to sign and submit the bid or proposal of this corporation
for the following project................~~~~~~~........................
........................................................................
........................................................................
Describe the Project
and to include in such bid or proposal the certificate as to non-collusion
required by section one hundred three-d of the General Municipal Law as the
act and deed of such corporation, and for any inaccuracies or misstatements
in such certificate this corporate bidder shall be liable under the penalties
of perjury:
The foregoing is a true and correct copy of the resolution adopted by
RALPH C. HERMAN CO., IOC.
,corporation at a meeting of its board of directors held on the .1~~.. DAY OF
January 95
................, 19 .
(Seal of corporation)
.:;)~.::>.~
....~etary
Dated: February 17, 1995
~TE...................
RALPH C. HERMAN CO., INC.
...........................
Name of Bidder
Ralph C. Herman Co., Inc.
Rte. g-W
Marlboro, NY 12542
A~ A' ./ ~
~....... .. ~I:t~
Douglas A. Lester, Exc. vice President
ACCEPTED:
\._--------
"
SPOCIFlCATIOR; FOR ONE NEW 1995 FOUR WHEEL SIDE
ENGINE STREE'l' SWEEPER WITH HIGH LIFT DtJ4P;. .
GENERAL SPEX:IFIC'ATION
The street sweeper to be fumished under these specifications shall be
a four wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter broous, and elevator system. The sweeper shall
have a mininum of 4.3 cubic yard volumetr ic oopper capacity; shall be
rE!Cl\!larly listed as a manufacturer's current JIDdel and shall conply
witn standard specifications for the JIDdel offered with exceptions and
additions as contained herein.
Chassis
For safety manufacturers standard built
exclusively for sweepers (JIDdified truck
chassis not acceptable)~
116" wheel base.
Mininum 8,000 lb. front axle with shocks.
Minimnn 18,000 lb. rear axle with no sway
100%.
Active suspension during transport and
sweeping with a 5 yea~
warranty.
Full'power dual steer ing with dual
operators controls.
Tilt-telesooping steering colunn (s) ea9h
side.
Single speed rear axle 5.57:1 ratio
(with 2 year unlimited mile warranty -
brakes are excluded).
Minimnn 26,000 GVW certified rating.
55 MPH travel speed, fully loaded.
Single tires on rear (tubeless
radials) .
Minimnn 3l5/80RX22.5LRL ( 20 PR ).
For safety - 4 wheel hydraulic split
system with hydraulic assist - disc
brakes, front and rear.
For safety - full conpliance with
part 325 SUb part 0 of Federal ftt>tor
Carr ier tt>ise Emission standards.
Turning radius 18 '-6" maxi.11um
Minimnn 45 gallon fuel tank.
Mininum firewall insulation to cab 3/4".
(2) 6" x 16" West cbast type rear
view mirrorswith convex bottoms.
Minimnn 1 year unlimited miles warranty.
Page 1
CQt!PLY
YES
N)
Ford CF-7000 Commercial chassis which
mppts FMVSS requirements!
123"
12,000 lb.
21,000 two-speed
X
X
~;~Olid sweep mode
Yes
X
2 Sneed 5.38/7.50:1
x
32.000 Ib GVW
Yes
Dual rear wheels & tires
Yes
Unisteel Goodyear llR 22.5 14 ply
Full Air Brakes!
19' 11"
50 qal. tank
Ford Warranty - 2 Years
Elgin Warranty - 1 Year
For safety-tinted glass. x
In dash air conditioning, factory x
installed .
provisions for AM/FM radio. x
Fresh air two speed cab pressur izer x
type heater and defroster with fresh
filtered inlet air.
Key lock doors with slide down windows. x
Contoured bucket seats with adjustable
arm rests.
Seat belts with automatic retractors. x
For safety - full conpliance with Part x
325 SUb Part D of Federal Motor
carr ier R>ise Emission standards x
while operating and traveling at
operator I sear.
For safety - two speed electric wipers x
with. integral electric washers.
Cab nounted strobe ..' with x
l~uard.
.
Chassis (continued)
Electric back-up alarm with adjustable
I:ba .
Rearnud flaps.
Set (2) front tow hooks.
Set (2) rear tow eyes.
tllderooating.
....
~
::f..,/
Engine
Turbocharged diesel, 190 H.P.
@ 2500 R.P.M. and 475 Ft./Ibs. of
torque @ 1600 R.P.M.
Engine to be current nodel production
and meet all Federal Emission ColI'pli-
ances.
Dual element air filters.
Minimum two (2) years or 50,000
miles warranty.
Fuel/water separator.
Fl1gine to be certified in all 50
states.
Anti-freeze to -34 degrees F.
Turbo II pre-cleaner.
IDw oil pressure/high collant
tenprature/low coolant shut down
controls.
cntPLY
YES
x
x
x
x
x
175 UP @ 2500 RPM
420 1b.ft. @ 1600 RPM
x
~'l1j"" 'q\,.;,
x
x
x
x
X
For Sweeper Engine
Page 2
..~..---.......-..-
00
CCMPLY
YES
Transmission
Four speed automatic Allison AT545. (or equal) x
Equipped with oil to air cooler.
Transmission shift patterns illuminated x
for night use.
Ele"Ct:rical
Vehicle lighting nust meet all DOT
standards.
Fuel, water tenp., oil pressure,
voltmeter, speedometer/odometer,
tachometer and hourmeter gauges
centrally located for good vision from
both operators positions (no
exceptions) .
Maintenance free battery 900 CCA @ 0
degree F, reserve capacity 285 Min. @
80 degree F.
160 anp alternator.
Warning lights for glow plugs, service
brakes, failure, air filter restriction,
high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hydraulic oil, low coolant,
high water tenp., transmission oil tenp
and water level indicator all centrally
located in cab.
All wir ing nust be color coded and
nunbered.
x
x
(2) 625 CCA each
X
X
200 Amp total
X
x
f{ydraulic Svstem
Mininum 25 gallon reservoir capacity.
Var iable displacement piston punp
with flow and load sensing; powers
hopper raise and dunp, gutter brooms,
lift/lower extend/retract & rotation;
pickup broom and elevator lift/lower &
rotation.
Gear punp for power steering and hy-
draulic brake boost.
10 micron return in-tank filter.
In tank suction side screen.
Temperature and capacity sight guages
on tank.
All hydraulic fittings to be mininum
37 degree J.I.C.
All punp circuits to have pretapped
pressure check ports.
20 gallon
ro
Sweeper Engine Powers all sweep functions
x
X
In Cab
x
x
Page 3
CCH>LY
YES
00
Dual Side Brooms
Direct hydraulic drive. x
Hydraulically retracable to 8 ft. for x
travel.
42" mininum diameter/26" steel wire rrounted x
on steel disc with wearing edge.
Free floating with full sideway x
oscillation.
Adjustable for broom pressure and x
wear.
Broom light for each broom. x
Hydraulically raise and lower from cab. x
For safety - brooms to be visible x
by operator without use of mirrors
while sweeping.
Main Broom
Minimum 34-1/2 diameter. x 58" in
length.
For safety - broom to automatically
stop when elevator is reversed.
Dual work lights (l-RH,l-LH).
Hydraulically driven; self-aligning
anti-friction bearings.
Hydraulically raised and lowered
from cab.
Sweeping path to be a mininum of
7'-6" with one (1) gutter broom,
10 '-0" with dual gutter brooms.
x
X
Bas enough hydraulic power to
continue turning
X
X
x
X
8 feet
10 feet
Conve~r
Hydraulically driven with re-
placeable rubber squeegee type
flights.
Reversible without damage to
conveying system for extended
per iods of time for cleaning,
flushing, etc..
Elevator overload warning signal
in cab.
Selectable forward and reverse ro-
tation.
MiniITllm 58" wide conveyor.
Integral conveyor flushing system.
Mininum (2) two years or 12,000
miles (pro-rated) warranty.
Elevator flusher.
Conveyor Belt - No iams or bent flights!
x
nec..-ry as belts do 'DOt jam as
'- - ,'^' -~*--~,;--,,--,;-,;, ~,
~ etl!ii,~tems do
X
x
X
1 Year - Not prorated
*i'r",' '~l\>
Page 4
. ,
lbpper
4.3 cubic yard minimum capacity.
Minimum variable dump heights be-
tween 2'-10" and 9'-6".
lbpper location between front and
rear axles (side dump) .
Maximum time for dump cycle to top
30 13econds.
Minimum lift load capacity 9,000 lbs.
Minimum (2) two years unlimited miles
warranty - parts and labor.
For safety and stability - hopper
lift mst be llOunted below frame
rails and seated at minimum 4 points.
For safety - parking brakes mst auto-
matically apply whenever hopper is
elevated and released when hopper is
returned to sweeping or travel node.
(no exceptions).
Full hopper indicator.
water System
Minimum capacity of 285 gallons.
Cross linked polyethylene mater ial.
Life time tank rust-through warranty.
Hi/lOW water indicator light and gauge
in cab.
Electric centrifugal water pump.
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
24" x 40" bolt down manhole cover
provided for clean out.
shut off cock between water tank and
spray system with strainer in an
easily accessible position between
tank and water punp both accessible
from ground level.
water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirements.
For safety - Halogen headlights.
For safety - all lenses excluding
headlihts to be Lexap lenses.
Page 5
YES
411
23 seconds
X
1 Year
C<Jt1PLY
x
X
X
x
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
x
X
ro
--
.'
CCJt1PLY
YES
liD
Lighting (continued)
Two clearance lights (3 each) front
and rear.
Two clearance lights each side.
Front and rear directional lights
with flasher.
.:'>-
FlOOd lights for each gutter broom
and (2) l-RH & l-LH for rear broom.
Illwninated dash, gauges, etc.
Cab dome light with 2-separate map
lights.
Automatic back-up lights.
Illwninated rear license plate light.
(2) rear reflectors.
x
x
x
x
x
Jt
X
X
Paint
All metallic surfaces interior and
exter ior DUst be detergent cleaned,
phosphatized, rinsed and dried,
and pr ime painted before assenbly.
After asssembly, all visible exterior
metal surfaces are to be sanded,
detergent washed and reprimed with a
finish primer.
Final painting and reprime DUst be
performed in a pressurized dust free
environment.
Painting is to be a Dupont Imron 2 part
paint - urethane enamel with activator
then oven baked for a hard shell finish.
Color - Omaha Orange
Service Manual
x
x
x
x
x
x
x
x
x
x
x
x
x
x
cne Parts and service manual.
Ole operator's manual.
cne engine parts manual.
Ole engine service manual.
cne transmission parts manual.
Ole transmission service manual.
x
x
x
x
x
x
Special N:>tes
If rore than 6 daily lubrication points are listed by manufacturer an auto-
matic lubr ication system nust be submitted with this bid. lib deviation from
the terms of the specifications as listed will be acceptable.
List percenage and country of sweeper corcponents
manufactured outside of U.S.A. if corcponents exceed 10%.
Does not exceed 10%
Page 6
Bidder is required to show all variations from the published
specification. Failure to do so is grounds for disqualification.
MAKE & MODEL BI D Elgin Eagle Series F and Series E
.:BID PRICE
$129,868.00
Alternate: $119,648.00
*
LESS TRADE
22,000.00
22,000.00
NET BID
$107,868.00 (F)
$97,648.00 (E)
DELIVERY - PLEASE STATE Approximately 6 Weeks ARO - Loaner Available
* The Town will b~ trading in their 1980 Mobile Sweeper. This
unit is avaiable for inspection from 7 AM to 4 PM Monday thru
Friday.
NAME OF BIDDER WIn. H. Clark Municipal Equipment, Inc.
ADDRESS 3rd Avenue Extension, R.D. '2
Rensselaer, NY 12144
(See attached proposal for details)
RECEIVED
FEB 1 7
ELAINE S I99s
rOW", NOWQ
CLIi?J:lI( 1:N
Page 7
~
PROPOSAL
N~
315
To: Town Cl~Tk
Town of Waooinqer
20 Middlebush Road
Wappinqers Falls. NY 12590
BY: Wm. H. Clark Municipal Equipment, Inc.
3rd Avenue Ext. A.D. 2
Rensselaer, New York 12144
Phone: 518/286-5600
TERMS: NET
This Proposal is subject to the terms and con-
ditions printed hereon and reverse side hereof.
We are pleased to submit the following for your consideration:
Date:
2/16/QS
Item
Description
Price
1
1995 New and Unused Elgin Eagle Series F. Complete with
all standard equipment. Equipped per your specification.
Mounted on a Ford CF-7000 cab forward chassis with full
air brakes, air bag suspension, full compliance with
FMVSS Safety Laws.
Delivered with your personnel instructed -
For the Sum of ........................ $107,868.00
(Net with Trade)
2
1995 Elgin Eagle Series E. For Mobil owners who only want
a superior dumping method but do not require the hopper
to elevate to eleven feet. THis sweeper has added capacity
of 5.5 cubic yard side dump hopper. All other components
are identical to above Series F.
For the Sum of ........................ $ 97,648.00
(Net with Trade)
~:
Local reference for both Elgin and Mobil:
Dutchess Supervac - Stormville
Shipping Instructions:
1i' .0.. R r_'___~_
Delivery
1\1V
6
-
JI..~n
Unless otherwise indicated above, this Proposal is subject to acceptance within 30 days from Proposal
date. This Proposal when accepted by the purchaser shall constitute a contract and shall be subject to all
the terms and conditions shown above and on the reverse side of this instrument as if set forth fully
hereon.
By:
Respectfully submitted,
WM. H.~~L. K M ICIPAL E:UIPMENT. INC.
By:.~~
Bri J. Clark
Sales Representative
Accepted:
Date:
Distri but ion :
White-Clark
Yellow-Customer
Pink-Office
Gold-Salesman
. '~;~~L.
. "~l'lfJr.'
. : '\ .
..
NOT![CE TO BIDDERS
NOTICE IS HEREBY g~Yen tha~'se~led'pr.opos..ls will
.... be received at the:'.office,"of the Town, Clerk, of the
Town of Wappinge:r,', ~~ Middl,ebush ,Road, Wapp;tigers
Falls, New York~ until. I: 00 EST on the' 1 ifh '
day of February for the following:
ONE MECHANICAl;' SWEEPER
All bids must be upon ~ndi~ ~o~formity with the
bidding form and specifications which wi~I,'be
available each working day'between the hours of
8:30 A.M.' and 3:30 P.M. at the 'office of the
Superintendent ,of Highways,; 20., Old Route 9, "
Wappingers Falls, New York.
The Town Board reserves the right to reject "any
or all bids, to w4ive any informalities in any such
bids, or to contract with other than the lowest
bidder, as provided by Law, or to write new ,proposals.
Bids being submitted by mail should be maile~ to the
Town Clerk of Wappinger, P~O. Box 324, Wappingers Falls,
N.Y. 12590.
Date of Publication February 1, 1995
By Order of the Town Board
Elaine. 11., Snowden
Town Clerk
',. --~_. ...
.~.."'::'~'.;~.-
INFORMATION FOR BIDDERS:
.
Sealed proposals shall be received by the Town of Wappinger at
~ Town Hall, P.O. Box 324, 20 Middlebush Road, Wappingers Falls, New York,
.....
o-until1:OO P.M. on the 17th day of February for Sweeper
Bid shall be submitteQ on the attached form and shall be enclosed
in a sealed envelope addressed to the Town of Wappinger Town Clerk and
marked SWEEPER
The Town Board reserves the right to reject any or all bids, to
waive any informalities in the bidding and/or to accept other than
the lowest bidd~r, as provided by Law.
The attached statements, which are in compliance with Sections
103-a, 103-b and 103-d of the General Municipal Law, must be signed
by the bidder.
In addition, corporate bidders mus't execute and attach a
certified copy of a resolution authorizing the execution of the
non-collusion certificate be the signator of the bid on behalf of the
corporate bidder.
No bid will .be considered which does not comply with the fore-
going required statements.
. .
>:~l/::t: ,"}:}';;;';)..::','
.;'t-.~l,.~t.,.,:.: '~'Ii~ ~ .
. 10: ..
",' .':;~/;'... . ....::..:~,'(. ,':':';'
S'1'A'J.'EWEN'l' i '1 .
.. ....
..
.
r " ,
. co .
:. ....;. . The Unders1\l1!Od rep;re,aents that P.\llmt to Sections
103-a an(l'l93-b of' the 'G~al Hunic:1.p4 taw of the State
....ot..New. York, !>O Person refened to.:in 1:Ilr attached proposal
who'is a bidder or'who is Or was. a me~. partner, director
or officer of ~. bd.ading 'firm 0>; 'entj,t:y'~ this propcsal
!la.s refuseilto.lii911'a ,waber of 'illllllUn:I..~. or to answer any
'" . );evelan.t que.stionil:. re1ilting 1:;0 . any' i:X'~t!~ or' contract
.with the State'of ~w York, any'poll~Oal aUQaivision thereof,
. or .any public, a\11:!1ority, >'during the'i1"''104 'of five years' .
prior to the Qa~lI :)1ereQi' · The unilersi~' &grees that any
contract.award~i1 ~~a reSUlt of this bi~.~ be. cancelled
withoue penalty Upon.the grounds' setfo:tb in Sections
103"-a .aijd 'iL 0.3-p' ot' ~e . said :Geheral M~<r1pal Law. The
. z;.ames and '..ad4resises I?f all p,ersons and P~es interested
l.n the' foregoin9'b,~d 'are .as follows.: . ,
~- .
~~~
i 2
'w
,~
. S'l'A'l'EMENT
. .' By submis.s,:!:.9n. :Of~,this bid, each' bilidjal: and, each person
si911ing'on beh~If of.any bid,der certif:f;es, and 1n the case
of:' a jOint bid: each party thereto certifies as to its own
'organization; ~ penalty' of perjury, that .to the best
of ..knowledge, and belief.: (1) the prices. in this bid have
been. arr1Y~'at ~8~~ndently.without collusion, con~ultation.
C~unication or. a~e~nt, for the P~9.e of restr1cting
competition as,to anY.ma~ter relating to ,8UCb prices with
.u,y' other .:Iliader' .G>r with. any cOlllpetitorl" (2) unless otherwise
l:'equit"ed bY'Law, '1::h8 prices which hav.e I?ellli quoted in this
bid h;.ve.not bell;l. ~Wing~y disclosed by "the. bicrder and
wil~ not'knowiugly be disclosed by the.bid4e;r prior to the
'opening , direo~ly or indirectly, to ~'b14der or to ~y
compe~itor1 anq: (3) no attempt has been:mide or will be .
I!llide"by the bi~llr: to induce any othei: p.cllon " partnership
~ cOrporation to subluj;t or not subm.it a b!d for the purpose
of 'rEts~ic~in9' .c~e1:d;tion.. ". ,
BY:~/
------=--
-
-
-
-
-
.
." . ;~': '?\~~:t\~.~~'~'<~:'~~';~'l:'
," . 'OJ'' ........ ,\, of i'[I,.
. .:'" . ..<;....:\.it:~~:;.,.~y\.,
;;::'~;'!~::~I""i~.; . '.
........ .... .,\. . ."
'". ..... ......
.,' ,:,'t~' :'.' '';''(1,'
.' '. n.~k\ '.. .'
. .,' 't 1. ...:~ .' ,
. .
.
NON-CO~LUSIVE BIDDING CERTIrICATION
\~-The bidder certifies that: ~a) the bid has been arrived
at by the bidder independently and has been s~tted without
collusion with any other vendor of materials,' .~pplies or
equipment of the type d.scr~bed. in the invitat10n for bids,
and (b) the contents of the"bid have not been communicated
by the bidder, nor, to the best of h~s knowledge and b~lief,
by any of his employees or agents, to any person not an employee
or agent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The signature of the contractor to this bid shall be
deemed a specific subscription to the certificate required
pursuant to Section :.139-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury.
Dated:
d-Ib- Cj5 19_
BY:
<k~~
r
,
,
- ,
~-T...
.. ~.
(\
The undersigned certifies that:
a). WH. H. CLARK MUNICIPAL EQUIPMENT, INC. is a corporation
organized and doing business under the laws of the
State of New York.
b). It is financially solvent.
c). That this Bid/Proposal has been independently arrived
at without collusion with any other bidder or with any
competitor or potential competitor; that same has not .
been knowingly disclosed and will not be knowingly dis-
closed, prior to the opening of bids or proposals for
this project, to any other bidder, competitor or po-
tential competitor; that no attempt has been or will be
made to induce any other person, partnership or corpor~
ation to submit or not to submit a bid or proposal.
d). That the person signing this Bid/Proposal has fully
informed himself regarding the accuracy of the state-
ments contained in this certification and under the
penalties of perjury, affirms the truth thereof, such
penalties being applicable to the bidder as well as to
the person signing in its. behalf4
e). Attached hereto is a certified copy of a resolution
authorizing the execution of this certificate by the
signator of this Bid/Proposal in behalf of the corporate
bidder.
By:
CUj;l:YlJI:) ,
INC.
WM. H.
Title: Prp~inpn~
.. ,\':tJ.""
,~ RES 0 L UTI 0 N of the Board of Directors of
----------
~ .!!.:. CLARK MUNICIPAL EQUIPMENT, ~
RESOLVED. that anyone of the following officers, viz.;
Wm. G. Clark, President
Denis A. Quinn, Vice President
Michele T. Clark, Secretary & Treasurer
b~ authorized to sign and submit Bids or Proposals of WH. H. CLARK
MUNICIPAL EQUIPMENT, INC. and to include in such Bid or Proposal the
certificate as to non-collusion required by Sec. l03-d. of the General
Municipal Law as the act and deed of such corporation, and for any
inaccuracies or mis-statements in such certificate this corporate
bidder shall be liable under the penalties of perjury.
* *******************
The foregoing is a true and correct copy of the Resolution
adopted by WH. H. CLARK ~ruNICIPAL EQUIPMENT, INC., at a
meeting of its Board of Directors held on the 23rd day of
December, 1985.
?;~4 ~~.-
Se~retary
".1'. ,
. /~~i"f'::~:':::.;(;~
,', ,,",'""",
STATEMENT i '1
,
,
.
....:._The undersi~ed repre.sents that p~s~t to Sections
l03-a and.103-b of the General Munioipal Law of the State
of New York, no person referred to in the" a.ttached proposal
who.is a bidder or who is or was. a mamber, partner, director
or o'fficer of the. bidding .firrn O'l; 'ent~ty 'unde,r this proposal
ha.s refuseCl to. sign. a waiver of. immunity.' or to answer any
'revelan,t questions' relating to any; itr~s~tio~. o~. contract
.with the St.ate. of ~ew York, any poli.~ioa.l Z;;uJ:;xb.vision thereof,
or .any public. a\ltho.rity,"dur-ing the '}?er"iodof five years
prior to the 4at~-FereQf. The undersigned agrees that any
contract awa.rded ~~ a r'esul t of this bid'may he cancelled
without. penalty upon the grounds' set forth in Sections
l03'-aand "103-b' o,!' the said General MUnicipal Law. The
na:mes and.add.resses of all persons and parties interested
in the' foregoing bid 'are -as -fOllOW~~ ,
\iVM. H. CLARK MUNICIPAL EQUIPMENT, INC. ~ ""T. ~'"
3RD AVENUE EXf. R. D. 2
RENSSELAE.~ NEW YORK 12144
PHONE: 518/286-5600
J-
. STATEMENT if 2
'.
. By submis,s,:h9n 'of:i.this bid, each bi~d~r and each person
signing 'on behalf of any bid.der certif~es, and in the case
of a joint bid: each party thereto certifies as to its own
organizatio~, under penalty of perjury, that .to the best
of ..knowledge. and belief: (1) the prices. in th:i,.s bid have
been arrived at indep~ndently without collusion, consultation,
cQmmuniqation. or agreeme~t, for the PUrP.9se of restricting
c9IDpetition as.t9 anY.matter relating to .such prices with
any'otherl:;>idder .or with' any competitorr'(2) unless otherwise
reClUired by :Law, 'the prices which hav,e been quoted in this
bid h?-ve, not be~n knOWingly disclosed by"the bidder and
will not knowingly be disclosed by the bidder prior to the
opening , direc~ly or indirectly, to any'bidder or to any
competitor; anQ' (3) no attempt has been: made or will be
made. by the bi44~r. to induce any other p'e"rson, partnership
~ corporation to ~ubmit or not subniit a bid for the purpose
of 'restxicting .cpmpetition.. .
BY:
~
'/.
..' . c<;../
, "~lb>J:r. c~
.
'}VM. H. CLARK MUNICIPAL EQUIPMEt.'T. INC.
3RD AVENUE EXT. R. D. 2
RENSSElAER, NEW YORK 12144
PHONE: 518/286-5600
-
-
. .
*
;
.. ,
NON-COLLUSIVE BIDDING CERTIFICATION
.'
~. The bidder certifies that: ~a) the bid has been arrived
at by the bidder independently and has been sub~itted without
collusion with any other vendor of materials, supplies or
equipment of the type described in the invitation for bids.
and (b) the contents of the bid have not been communicated
by the bidder. nor, to the best of h.is knowledge and belief.
by any of his employees or agents, to any person not an employee
or agent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The si8nature of the COntractor to this bid shall be
deemed a specific subscription to the certificate required
pursuant to Section .139-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury.
Dated:
"? -lh
19q~
BY:
".-.' _ ,-~~ -,,~.....--..' -' ------,-....-.,' ""'-~ ,..-
,~f1\.lt H. ClARK MUNICIPAL EQUlPMENT, \IiI.:,
3RO AVENUE EXT. R. D. 2
RENSSElAER. NEW YORK 12144
PHONE: 618/286-5600
~
~ ~~4'Tl\fC-
TITLE
----_. ..__.-.~---
." -_.-,-_.__._-----~--- -.- ---.--.-..-'...--. ---_._-_.-.~._--_._... -----..- .-.--.--- --
. .
Bidder is required to show all variations from the published
specification. Failure to do-Bo is grounds for disqualification.
MAKE & MODEL BID
ELGINE EAGLE - SERIES F
:.- BID PRICE
$133,739.00
*
LESS TRADE
$ 28,000.00
NET BID
$105,739.00
DELIVERY - PLEASE STATE
60-90 Days ARO
* The Town will be trading in their 1980 Mobile Sweeper. This
unit is avaiable for inspection from 7 AM to 4 PM Monday thru
Friday.
NAME OF BIDDER Wm. H. Clark Municipal Equipment, Inc.
ADDRESS 3rd Avenue Extension, R.D. #2
Rensselaer, NY 12144
REceiVED
MAR 1 7 1995
E':cJ~~ SNOWDEN
CLeRK
Page 7
SPECIFICATIONS FOR ONE NEW 1995 FOUR WHEEL SINGLE
ENGINE STREET SWEEPER WITH HIGH LIFT DUMP.
GENERAL SPECIFICATION
The street sweeper to be furnished under these specifications shall be
a four wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter brooms, and elevator system. The sweeper shall
have a minimum of 4.0 cubic yard volumetric hopper capacity, shall be
regularly listed as a manufacturer's current model and shall comply
with standard specifications for the model offered with exceptions and
additions as contained herein.
Chassis
Minimum 116" wheelbase
Minimum 8,000 ib. front axle
Minimum 18,000 lb. rear axle
Active suspension during transport
Full power dual steering with dual
operators controls.
Rear axle 5.57:1 ratio with 2 year unlimited
mile warranty brakes are excluded.
Minimum 26,000 GVW certified rating.
55 MPH travel speed, fully loaded
tires (tubeless radials).
For safety - full compliance with
part 325 Sub part D of Federal Motor
Carrier Noise Emission Standards.
Turning radius 18'-6" maximum
Minimum 45 gallon fuel tank
(2) 6" x 16" West coast type rear
view mirrors with convex bottoms.
Minimum 1 year unlimited miles warranty.
COMPLY
YES
NO
121"
x
_._.-
x
x
x
x
x
x
x
x
19'11"
x
x
x
-
rt
Chassis (continued)
Electric back-up alarm with adjustable
I:ba .
Rearmd flaps.
Set (2) front tow hooks.
Set (2) rear tow eyes.
th4erex>ating.
......
~
For safety-tinted glass.
In dash air conditioning, factory
installed .
Provisions for AM/FM radio.
Fresh air t~ SPeed cab pressurizer
type beater and defroster with fresh
filtered inlet air.
Contoured bucket seats with adjustable
arm rests. .
Seat belts with automatic retractors.
For safety - full coltpliance with Part
325 SUb Part D of Federal Motor
Carrier N:>ise 'Emission standards
wile operating and traveling at
operator I s ear.
For safety - t~ speed electric wipers
with 1ntegral electr ie Wl!lsPers.
cab ucunted strobe .. .. ,,' with
l~~rd.
:..= -- ""'.:....-...
_'':.t:,!
Engine
Turbocharged diesel, 190 R.P.
@ 2500 R.P.M. and 475 Ft./Ibs. of
torque @ 1600 R.P .M. .
Eng1ne to be current llDdel production
and meet all Federal Emission Coupli-
ances.
Dual element air filters.
Minimum t~ (2) years or 50,000
miles warranty.
Fue]/\Bter separator.
Engine to be certified in all 50
states .
Anti-freeze to -34 degrees r.
'l\1rbo II pre-cleaner. .
IDw oil pressure/high oollant
teuperature/low coolant abut. down
controls.
~
x
x
x
x
X
x
~
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Engine must be completely covered
from the top & all sides. Page 2 x
cn!PLY
x
x
x
x
x
x
x
x
x
x
x
x
x
x
N)
Cununins 175 HP @
2500 RPM
4?O lh.ft. @ 1600 RPM
Turbo Charged Diesel
Transmission
.~
Four speed automatic Allison M'545. (or equal)
Equjpped with oil to air cooler.
Transmission shift patterns ill.uDdnated
for night use.
Ele1lrical
Vehicle lighting mst meet all DO'1'
standards.
Fuel, water tenp., oil pressure,
voltIIeter, speedometer/odometer,
tachometer and hourmeter gauges
centrally located for good vision from
both operators lX)sitions (no
exceptions) .
Maintenance free battery 900 CCA @ 0
degree F, reserve capacity 285 Min. @
80 degree F. '"
160 amp alternator.
Warning lights for glow plugs, service
brakes, failure, air filter restriction,
high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hydraulic oil, low coolant,
high water tenp., transmission oil teup
and water level indicator all centrally
located in cab.
All wiring mst be color coded and
murbered.
Itfdraulic System
Mininum 25 gallon reservoir capacity.
var iable displacenent piston puIIp
with flow and load sensing; powers
hopper raise and dunp, gutter brooms,
lift/lower extend/retract & rotation;
pickup broom and elevator lift/lower &
rotation.
10 micron return in-tank filter.
In tank suction side screen.
Ten\)erature and capacity sight guages
on tank.
All hydraulic fittings to be miniDum
37 degree J.I.C.
All punp circuits to have pretapped
pressure check lX)rts.
Page 3
CCMPLY
YES
ro
x
x
x
x
x
x
x
x
x
x
x
x
x
x
X
2 Alternators 105 AMP Sweeper/95 Amp Ford
X
X
X
X
X
X
X
X
X
X
20 Gallon Capacity
Sweeper ENgine/Hydraulic
System Powers all Sweep
functions including those listed herein.
X
X
X
X
X
X
X
X
X
X
X
X
X
x
x
x
x
x
x
x
x
x
x
x
x
x
X
Extend REach Feature available R.H.S. Only
and included in bid pr1ce.
YES
Dual Side Brooms
.....
Direct hydraulic drive.
Hydraulically retracable to 8 ft. for
travel.
42" miniIIum diameter/26" steel wire DDWlted
on ~teel disc with wearing edge.
Frfe floating with full sideway
oscillation.
Adjustable for broom pressure and
wear.
Broom light for each broom.
Hydraulically raise and lower from cab.
For safety - brooms to be visible
by operator '
- 0'" flO'rl.l.
't..l'...."vJn~ ~ 'b "- R'cl"\C..H li!.RGI(J~ ~ ~t:.(,lu,~l:.1:>
~1?~~B IF" ;-UR_r0''''& PP-C,V50 ~)Cc:.\..t.b S. I~' (, II
1Jl room
Mininum 34-1/2 diameter.'x 58" in
lenQth.
x
x
X
x
x
y
x
y
y
x
x
x
Jiiai work lights (l-RH,l-LH).
Hydraulically driven; self-aligning
anti-friction bearings.
Hydraulically raised and lowered
from..cab.
sweeping path to be a miniJIum of
7'-6" with one (1) gutter broom,
10' -0" with dual gutter brooms.
Conveyor
Hydraulically driven' _
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Reversible without damage to
conveying system for extended
per iods of time for cleaning,
flushing, etc..
Elevator overload warning signal
in cab.
selectable fo rward and reverse ro-
tation.
Integral conveyor flushing system.
Mininum (2) two years or 12,000
miles (pro-rated) warranty.
Elevator flusher.
Page 4
CXJt1PLY
N:)
YES
."
lbwer
4 .S) cubic yard mininum capacity.
Mininurn var iable dunp heights be-
tween 2'-10" and 9'-6".
lbpper location between front and
rear axles (side dunp) .
Max~ time for dunp cycle to top
30 oseconds.
Mininum lift load capacity 9,000 lbs.
Mininurn (2) t~ years unlimited miles
warranty - parts and labor.
x
y
x
x
x
x
x
x
x
x
x
y
y
y
x
y
x
y
x
__ __ oJ
For safety - parking brakes DUSt auto-
natically apply whenever oopper is
elevated and released when oopper is
returned to sweeping or travel m:Xle.
(no exceptions) .
Full hopper indicator.
Water System
Mininum capacity of 285 gallons.
Cross linked polyethylene uater ial.
Life time tank rust-through warranty.
Hi/low water indicator light and gauge
in cab.
Electric centrifugal water plJDl).
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
x
x
x
x
x
y
x
x
x
x
x
x
x
x
x
x
x
Shut off cock between water tank and
spray system with strainer in an
easily accessible position between
tank and water purcp both accessible
from ground level.
Water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirements.
For safety - Halogen headlights.
For safety - all lenses eXCluding
headlihts to be Lexap lenses.
Page 5
CCMPLY
x
x
x
x
x
ro
i
CCJt!PLY
YES
N)
It
Lighting (continued)
Two clearance lights (3 each) front
and rear.
Two clearance lights each side.
Front and rear directional lights
w~ flasher.
FlOod lights for each gutter broom
and (2) l-RH & l-LH for rear broom.
Illum1nated dash, gauges, etc.
Cab dome light with 2-separate map .
lights.
Automatic back-up lights.
Illuminated rear license plate light.
(2) rear reflectors.
x
x
x
x
x
x
x
x
x
x
x
x
x
Paint
All metallic surfaces interior and
exter ior nust be detergent cleaned,
phosphatized, rinsed and dried,
and prime painted before asseDbly.
After asssenbly, all visible exterior
metal surfaces are to be sanded,
detergent washed and repr imed with a
finish priner.
Final painting and reprime DUst be
performed in a pressurized dust free
environment.
Painting is to be a Dupont Imron 2 part
paint - urethane enamel with activator'
then oven baked for a hard shell finish.
Color - Omaha Orange
Service Manual .
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Q)e Parts and service manual.
cne operator's manual.
<ile engine parts manual.
cne engine service manual.
<ile transmission parts manual.
cne transmission service manual.
x
x
x
x
x
x
apecial t'btes
If nore than 6 daily lubrication points are listed bv manufacturer an auto-_
~tic lubrication svstem ~t be Sl1b~itt~ ~ith this bid._ :
List percenage and country of sweeper couponents
manufactured outside of U.S.A. if couponents exceed 10i.
Page 6
Does not exceed 10%
r
,
~,/
. r'>
-,
The undersigned certifies that:
a). WH. H. CLARK MUNICIPAL EQUIPMENT, INC. is a corporation
organized and doing business under the laws of the
State of New York.
b). It is financially solvent.
c). That this Bid/Proposal has been independently arrived
at without collusion with any other bidder or with any
competitor or potential competitor; that same has not '
been knowingly disclosed and will not be knowingly dis-
closed, prior to the opening of bids or proposals for
this project, to any other bidder, competitor or po-
tential competitor; that no attempt has been or will be
made to induce any other person, partnership or corpor~
ation to submit or not to submit a bid or proposal.
d). That the person signing this Bid/Proposal has fully
informed himself regarding the accuracy of the state-
ments contained in this certification and under the
penalties of perjury, affirms the truth thereof, such
penalties being applicable to the bidder as well as to
the person signing in its behalf4
e). Attached hereto is a certified copy of a resolution
authorizing the execution of this certificate by the
signator of this Bid/Proposal in behalf of the corporate
bidder.
By:
CW~AYllD'
INC.
WM. H.
Title:
President
.. It~..#
..
, ,..
R !!Q L ~ T 1 O! of the Board of Directors of
:m!:. .!!:. CLARK MUNICIPAL EQUIPMENT, ~
RESOLVED, that anyone of the following officers, viz.;
Wm. G. Clark, President
Denis A. Quinn, Vice President
Michele T. Clark, Secretary & Treasurer
b~ authorized to sign and submit Bids or Proposals of WM. H. CLARK
MUNICIPAL EQUIPMENT, INC. and to include in such Bid or Proposal the
certificate as to non-collusion required by Sec. l03-d. of the General
Municipal Law as the act and deed of such corporation, and for any
inaccuracies or mis-statements in such certificate this corporate
bidder shall be liable under the penalties of perjury.
* ************* ******
The foregoing is a true and correct copy of the Resolution
adopted by WM. H. CLARK ~ruNICIPAL EQUIPMENT, INC., at a
meeting of its Board of Directors held on the 23rd day of
December, 1985.
~d &t,~..-
Sec:retary
,.
NOTICE TO BIDDERS
NOTICE IS HEREBYg~ven.. thaJ:' se~led'.pr.oposa.ls.will
~-- be received at the" office. 'of the Town. Clerk of the
Town of Wappinge:r,' ~O Middl.ebush. Road, Wapp;ngers
Falls, New York~ until.l:OO EST on t~e' "QT .
day of DECEMBER for the following:
ONE'MECHANICA.t. SWEEPER
All bids must be upon ~nd.i~ conformity with the
bidding form and specifications which will 'be
available each working day'between the hours of
8:30 A.M.' and 3:30 P.M. at the'office of the
Superint~ndent of Highways.; 20.. Old Route 9, ..
Wappingers Falls, New York.
The Town Board reserves the right to reject any
or all bids, to w4,ive any informalities in any such
bids, or to contract with other than the lowest .
bidder, as provided by Law, or to write new.proposalso
Bids being submitted by mail should be maile~ to the
Town Clerk of Wappinger, P~O. Box 324, Wappingers Falls,
N.Y. 12590.
Date of Publication NOVEMBER 22, 1995
By Order of the Town Board
Elaine n.. Snowden
Town Clerk
t....... ,..).;i,.:Iti,~.: ,:;.....tc.
~~~t~iVED
DEe 0, 1995
ELAINE SN
. lOWN OWOEN
. CL611(
SPECIFICATIONS FOR ONE NEW 1995 FOUR WHEEL SINGLE
ENGINE STREET SWEEPER WITH HIGH LIFT DUMP.
GENERAL SPECIFICATION
The street sweeper to be furnished under these specifications shall be
a four wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter brooms, and elevator system. The sweeper shall
have a minimum of 4.0 cubic yard volumetric hopper capacity, shall be
regularly listed as a manufacturer's current model and shall comply
with standard specifications for the model offered with exceptions and
additions as contained herein.
Chassis
Minimum 116" wheelbase
Minimum 8,000 ib. front ax'le
Minimum 18,000 lb. rear axle
Active suspension during transport
Full power dual steering with dual
operators controls.
Rear axle 5.57:1 ratio with 2 year unlimited
mile warranty brakes are excluded.
Minimum 26,000 GVW certified rating.
55 MPH travel speed, fully loaded
tires (tubeless radials).
For safety - full compliance with
part 325 Sub part D of Federal Motor
Carrier Noise Emission Standards.
Turning radius 18'-6" maximum
Minimum 45 gallon fuel tank
(2) 6" x 16" West coast type rear
view mirrors with convex bottoms.
Minimum 1 year unlimited miles warranty.
COMPLY
YES NO
x
x
x
x
x
x
X
X
X
.
.
x
x
x
x
x
";...
us
.
Chassis (continued)
Electric back-up alarm With adjustable
tba.
Rear.DUd flaps.
set (2) front tow hooks.
Set (2) rear tow eyes.
thderCX)ating.
..--
tm
x
x
x
x
x
x
Por safety-tinted glass. ....
In dash air condit1oning, factory ,
inst:aJ.led .
Provis:lons for AH/FM radio.'
Fresh air blo speed cab pressuriZer
type beater end 4efroater with fresh
filtered inlet air.
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Contoured bucket seats with' adjustable
arm rests. r: ,
seat belts with automatic retractors.
Por safety ~ full QOIEPl1anc:e ~th Part
325 SUb Part D of Federalllotor
Carrier ti)ise '&D1ss1on st~rcSs
while operating end travel1DQ at
operator' s ear.
For safety - blo speed electric wipers
with .integral electric "',hers.
Cab mounted s~robe ..... with
liDbguard.
. ,.
x
x
x
x
x
.' :...r...:.~'..---~
.;"
"I., . . .~."''Ci.l
Engine
'l'Urbocbarged diesel, 190 R.i.
@ 2:500 R.P.M. end 475 Ft./Xbs. of
torque @ 1600 R.P.M. '
Eng.ine to be current uodel proCluction
and meet all Federal Emiss10D 'CoDpli-
ances .
Dual e.1emel'\t air filters.
M1n1mum blo (2) years or 50,000
miles warranty.
rueJ/water separator.
Engine to be certified in aU 50
states .
Anti-freeze to -34 4egrees r.
'l'Urbo II pre-cleaner. .
tow oil pressure/higb collant
teuperature/low coolant abut, Clown
controls.
E~s~rie.' ~US~ be" c'ompi~te'1y "'coY!3re'd 2
from the top"& all s1-des. ,. page-...!..-
x
x
x
x
x.
x
x
x
x
x
x
x
x
x
x
x
x
~LY
ID
YES
Transmission
Pour speed automatic Allison M54S. (or eQJal) x
Equjpped with oil to air QOOler. ' x
Transmission shift patterns 1l1l1minateCl X
for night use. x
El~rical
Vehicle lighting mst meet all DO'l
standards. .,
Fuel, water teup., oil pressure,
voltueter, speedometer/odometer,
tachometer and hourmeter gauges'
centrally located for good vision from
both operators positions (no
exceptions) .
Maintenance free battery 900 CCA @ 0
degree P ,reserve capacity 28S ',Min. @
80 degree P.
160 attp alternator.
Warning lights for glow plugs, service
brakes, failure, air filter restrict1on,
, high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hydraulic oil, low QOOlant,
high \later teup., transmiss10n oil teup
and water level indicator all centrally
located in cab.
All wiring DUst be color ooQed and
nUIlbared.
~au~ic SVstem
MiniJIum 25 gallon reservoir capacity.
Vat iable displacement piston pwIp
with flow and load sensing, powers
bopper raise and dUDp, gutter brooms,
lift/lower extend/retract" rotation,
pickup broom and elevator lift/lowr "
rotation.
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
10 micron return in-tank filter.
In tank suction side screen.
'l'enprature and capacity sight guages
on tank.
All hydraulic fittings to be m1nim.1m
37 degree J.I.C.
All pimp circuits to have pretapped
pressure check ports.
x
x
x
x
x
x
x
x
Page 3
CCMPLY
ro
...
Dual Side Brooms
Direct hydraulic drive.
Hydraulically retracable to 8 ft. for
travel.
42" m1ninum diameter/26" steel wire uamted
on steel disc with wearing edge.
Frte floating with full. sideway
oscillation.
Adjustable for broom pressure and
wear .
Broom light for each broom.
Hydraulically raise and lower from cab.
For safety - brooms to be visible
by operator '
~)l:.~r..~ ~ \b\::.. Q'd"\C..H Ii,RcIO""S, Rt.qt.J'~~r.> ON IlQT~
~~boiliVA..N leJ(, Rs:o.o,v:' t...Jl'C.U.b ~ ,t' (, II .
Min1uum 34-1/2 diameter,'x 58" in
lenQth.
Iiiai. t<<)rk lights (l-Ra,l-La).
Hydraulically driven1 self-aligning
anti-fr iction bearings.
Hydraulically raised and lowered
from. cab.
SWeeping path to be a minim.un of
7'-6" with one (1) gutter broom,
10 '-0 n with dual gutter brooms.
Conve~r
Hydraulically driven' _
Reversible without damage to
conveying system for extended
per iods of time for cleaning,
flushing, etc..
Elevator over load warning signal
in cab.
Selectable forward and reverse ro-
tation.
Integral conveyor flushing system.
MiniIrum (2) tt<<) years or 12,000
miles (pro-rated) warranty.
Elevator flusher.
Page 4
YES
x
x
x
x
x
x
x
x
x
x
x
x
x
y
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
cntPLY
ro
Ibooer
4.8) cubic yard miniImm capacity.
Mini.mJm var iable dUltp heights be-
tween 2 '-10~ and 9'-6-.
Ibpper location between front and
rear axles (side dtmp) .
Max1Dum time for dUltp cycle to top
30 -seconds.
MiniImm lift load capacity 9,000 lbs.
Mininum (2) t~ years unlimited miles
warranty - parts and labor.
-~
For safety - parking brakes ut auto-
matically apply whenever liopper is
elevated and released when bopper is
returned to sweeping or travel UDde.
(no exceptions).
Full hopper indicator. .
Water S,ystem
Mininum capacity of 285 gallons.
Cross linked polyethylene material.
Life time tank rust-through warranty.
Hi/low water indicator light and gauge
in cab.
Electric centrifugal water puup.
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
Shut off cock between water tank and
spray system with strainer in an
easily accessible position between
tank and water punp both accessible
from ground level.
Water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirenents.
For safety - Halogen headlights.
For safety - all lenses excluding
headlihts to be Lexap lenses.
Page 5
YES
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
CCMPLY
N)
CDtPLY
DB
N)
Lighting (continued)
Tr.'o clearance lights (3 each) front
and rear.
Tr.'o clearance lights each side.
Front and rear directjonal lights
w~ flasher.
FJDod lights for each gutter broom
and (2) l-RH & l-LH for rear broom.
Illuminated dash, gauges, etc.
Cab dome light with 2-separate map .
lights .
Automatic back-up lights.
Illuminated rear license plate light.
(2) rear reflectors. .
x
x
x
x
x
x
x
x
x
x
x
x
x
Paint
All metallic surfaces interior and
exter jor DUst be detergent cleaned,
phosphatized, rinsed and dried,
and pr!me painted before asseDbly.
After asssenbly, all vis1ble exterjor
metal surfaces are to be sanded,
detergent washed and reprimed with a
finish pr iDer .
Final painting and reprime DUSt be
performed in a pressurized dust free
environment.
Painting is to be a Dlpont Imron 2 part
paint - urethane enamel with activator'
then oven baked for a hard shell finish.
Color - Omaha Orange
service Manual .
x
x
x
x
x
x
x
x
x
x
x
x
x
x
:x
Qle Parts and service manual.
O1e operator's manual.
CUe engine parts manual.
O1e engine service manual.
CUe' tranSlll;ssion parts manual.
O1e transmission service manual.
x
x
x
x
x
x
a,pecial R:>tes
If mre than 6 dailv lubrication points are listed bv manufacturer an auto-
~tic lubrication $VS~8I!lIn.1~t be ~tted !it~ this b~._ :
List percenage and country of sweeper couponents
manufactured outside of U.S.A. if couponents exceed 101.
Page 6
., . . ,-.
o'
I' .~..' ....,.
Bidde.r is required to . show!!! variations from the published
.'specification. Failure to do so is. grounds for disqualification.
MAKE , MODEL BID
M-9B ABL-2 KEIL -1'OJ?Qti- SWEEPER
.
.-BID.PRICE $130.463.00
*
LESS TRADE 26,719.00
NET BID 103,774 .PO .
DELIVERY - PLEASE STATE
20 - 45 DAYS ARO
* The Town will be trading in their 1980 Mobile Sweeper. This
unit is avaiable for inspection from 7 AM'to 4 PM Monday thru
.Friday.
'I
..
NAME OF BIDDER
RALPH c. ~ g:J'1P~ r INC.
P.o. BOX 728 - ROOTE 9W
ADDRESS
MARI.8CR), NEJf YClU( 12542
Page. 7
~ ' .
. ..
: : :;';'.1'>~''!~'~:: :
" ,:.;.,...".-.It.II.'\'I:'
. ", ~..'..,t..~..:~/'~1 trJ..",'
. :!~ : :.,:~ :;\'\~':r~J. . l.~,
, . '~';J';' "'!:l:~!";~;'~/
.. ....
NON-CO~LUSIVE BIDDING CERTIrICATION
~'The bidder certifies that: ~a) the bid has been arrived
at by the bidder indepeud'eutly and has been sub,mitted without
collusion with any othe~ vendor of materials,' 8upplies or
equipment of the type desc:rbed. in the invitat10n for bids,
and (b) the contents of th. bid have not been communicated
by the bidder, nor, to the best of h~s knowledge and belief,
by any of his employees 0: agents, to any pe:son not an employee
or agent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The signature of the contractor to this bid shall be
deemed a specific subsc:iption to the certificate required
pursuant to Section.~39-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury. .
Da t ed : NOVEt4BER 30
19-=:
. .
BY:
~~7
. . [,
. . EXECUTIVE VICE PRESIDENl'
TITtE '
, .
"
.,'";.' .
,"".:~>'
.. ....
, ::;';~ ;'::' ' '::~i;;~:,i,;'~<:,;~('~
"", '..',t,
. ,,,;, ,,I'..
STATEMENT i '1
'. ~.:', ..
,
, . ,
.'~';,.,::. ~he unaersi~ea repr~sents that t>~S~t to Sections
l03-a an~ l03-b of the General Mun~cipal Law of the State
,;Qf,'New' York, :no person referrea to' in the" attached proposal
' who 'is a bidder or who is or was, a member, Partner, director
oro~ficer of the bidding firm Or 'entity~ this proposal
!la.s refuseCi to. sign a waiver of. immun;ty.' or to answer any
"revelan.t que,stions'relating to ~ny' ~i:'~sa;ctio~. o;r:' contract
.with the State 'of ~ew York, any pol~~ical ~UQd~vision thereof,
or .-any ~ublic, autho.rity, "'dur'ing the '~er'iod of five years','
'priQ.r to the 4at~-Fereof. The undersigned agrees that any
contract awarded ~~ a result of this bid may be cancelled
withou~ penalty Upon the grounds' set forth in 'Sections
'103~a"~d .J.O,3...~' o.t.~~e ,said ~Geheral MUnicipal Law. The
names and' addresses of all persons and parties interested,
in the. for'egoing b~d' are .as 'follows:" ,
r
r
"
RALPH c. HERMAN <:n!PANY, INC.
P.O. BOX 728 -:- RaJTE 9W
MARL~, NEW YOOK 12542
,STATEMENT if 2
'..
By submis,sA9n 'of:) ,this bid, each' bidd~r and each" person
sigi:Ung 'on behalf o'f, any bid.~er certif~es, and in the case
of :' a j oint bid: each party thereto certifies as to its own
'organization,', under penalty of perju-ry I that .to the best
' of ..knowiedge. and belief: (1) the prices, in th~s bid have
been. arrived at indep~ndently without collusion, conSUltation,
c~uniqation. or ag~eeme~t, for the PUrP.Qse of restricting ,
c9mPetition as. to anY.matter relating to .such prices with .
any' other-:~idder ,.or, with ~ny competitorr' (~) unless otherwJ..se
requi:tea by:Law, the prices which hav~ l?een quoted in this
bid 'h~ve"not been knowingly disclosed by' the bidder and
wi~~ not. knowingly be disclosed by the,bidder' prior to the
'open1ng , direc~ly or indirectly, to any'bidder or to ~y
competitor; anq' (3) no attempt has been'made Or will be:
1;l~d$':',by the bid~~r" to induce any other p'e'rson, partnership
~corporation'to ~ubmit or not sub~t a bid for 'the purpose
of . :re:S'b:ic~ing . cpmpe1:ition.. '
BY:~d~_-
.ES
IVE VICE PRESIDENT
-
-
-
..
SPECIFICATIONS FOR ONE NEW 1995 FOUR WHEEL SINGLE
ENGINE STREET SWEEPER WITH HIGH LIFT DUMP.
GENERAL SPECIFICATION
The street sweeper to be furnished under these specifications shall be
a four wheel type with a single engine to drive the vehicle and power
pick-up broom, dual gutter brooms, and elevator system. The sweeper shall
have a minimum of 4.0 cubic yard volumetric hopper capacity, shall be
regularly listed as a manufacturer's current model and shall comply
with standard specifications for the model offered with exceptions and
additions as contained herein.
Chassis
Minimum 116u wheelbase
Minimum 8,000 ib. front axle
Minimum 18,000 lb. rear axle
Active suspension during transport
Full power dual steering with dual
operators controls.
Rear axle 5.57:1 ratio with 2 year unlimited
mile warranty brakes are excluded.
Minimum 26,000 GVW certified rating.
55 MPH travel speed, fully loaded
tires (tubeless radials).
For safety - full compliance with
part 325 Sub part D of Federal Motor
Carrier Noise Emission Standards.
Turning radius 18'-6" maximum
Minimum 45 gallon fuel tank
(2) 6" x 16" West coast type rear
view mirrors with convex bottoms.
Minimum 1 year unlimited miles warranty.
COMPLY
YES NO
''dI,1/
X
X
x:
-L
X
y
)(
'IE
\( '<=t'll'
)(
~
y
[) Ir"'-
'1 1:::; G' '...' ,
.f../I/I2D
Dfe 0
J:1...4./NE 1 1995
ro~ .sNO~
'N Cl.E?!1/( 'O~'"
Eniine
'l'Urboc:barged diesel, 190 Be>>.
@ ~OO R.P.M. and 475 rt./Ibs. of
torqJ8 @ 1600 R.P .M. .
Engme to be current uOOel pz:oCIuct1on 'X
and meet all Federal Em1salcQ'CoDpl1- )(
m~. y
Dual elfomel'\t air filters. ~
Mi.n1m.uIl bD (2) years or 50,000
miles warranty. 'X
~V_terH~ator. ~
Engine to be certified in all 50 x
sutes. ~
Anti-freeze to -34 cSegrees ,. x
'1\1rbo II pre-cleaner. )(
Low oil pressure/h1gb oolllnt x
teuprature/low coolant shut. CIo\1D x
oonuo~. x
E~~~rie,' mus ~ b~" c'ompi~te'1y,' ':coy~re'd 2
from the top"& all slodes. - page ~
'..
.
Chassis (continued)
Electric back-up alarm' With adjustable
tba. '
Rear ,DUd flaps.
set (2) front tow books.
set: (2) rear tow eyes.
thderex>ating.
........
tab.
ror safety-tinted glass. ~
In c3ash air conditioning, factory ,
installed.
Provisions for AH/FM racUo.'
rresh air t~ spec cab ptessur1Zer
type beater and defroster witb fresh
filterc inlet air.
eontourc bucket seats with 'adjustable
arm rests. r. .
seat belts with automatic retractors.
ror safety ;.. full CODpl1ance ~tb Part
325 SUb Part 1) of reC!eral Motor
Carrier R)ise 'Emission ~rds
while operating and travellng at
operator' s ear.
~r safety - bo spec electric wipers
with mtegral electric Wll"~rs.
Cab mountc s~robe .. ..... with
liIbguard.
. ..
.- :..w...:'~....""~
.t;1 . . -;...." i.l
ttMPLY
DS
R)
)(
X
'X
X
X
.x
~
)(
y
)(
)(
y
Of
;i
X
~
.
)(
)f
)t.
.:"
y
'i..
)(
)(
')(
)(
')(
~
y.
Cu.mtr1l~
\ 1'5 1-\ P @... %tX:' (2.p (lI\
Y Q\ D Ib J::\ . &.. lbco (If' (VI
lvrbo (),e-;.e\
Transmission
..
Pour speed automatic Allison .us45. (or equal)
Equjpped with oil to air cooJ.et. '
'lrIf'Rmission shift patterns ll1n1l'liuateCl
for night use.
El~rical
Vehicle lighting DUst meet all 00:
standards. .,
Fuel, water teup., oil pressure,
voltmeter, speedometer/oCIometer,
tachometer end hourDeter gauges'
centrally J.oc::ated for good vision from
both operators positions (no
exceptions) .
Maintenance free battery 900 CCA @ 0
degree r ,reserve capacity 285 ',Min. @
80 degree P.
160 aq> alternator.
Warning lights for glow plugs, setvice
brakes, failure, air filter restr1c:tion,
, high beam, fasten seat belts, oil
pressure elevator stall, parking
brake, low hyClz:aulic oil, low coolant,
high \1Bter teup., transmission oil teup
and water level indicator all centrally
located in cab.
All wiring BUst be color c:oc:Sed end
nUIlbered.
~aulic SVstem
MiniDum 2S gallon reservoir capacity.
'Jar !able displacement piston pwrp
with flow and load sensing, powers
hopper raise and duup, gutter brooms,
lift/lower extend/retract Ii rotation,
pickup broom and elevator lift/lower Ii
rotation.
10 micron return in-tank filter.
In tank suction side screen.
Teuperature and capacity sight guages
on tank.
All hydraulic fittings to be minim.uD
37 degree J.I.C.
All puDp circuits to have pretappeC1
pressure check ports.
Page 3
ca.tPLY
YES
x
)(
)(
x
x
x
x
x
x
x
X
X
)(
Y
')(
'J. At-kr ~rs ,lo~l
-+-
><
..(
)(
)(
>(
~
::f::
~\ldYl ~o~r
~M Pvrnp
)(
V
~
X
x
x
)(..
')(
.,(
x
..,{
..,.(
'"
x
NJ
lCiO ClMf
..
,."
cn.tPLY
YES ro
Dual Side Brooms
Direct hydraulic drive. )t
Hydraulically retracable to 8 ft. for x:
travel. \('
... 42w miniuum diameter/26w steel wire DDUnted )(
on steel disc with wearing edge. X
Frte floating with full- sideway x
oscillation. )(
Adjustable for broom pressure and x
wear . X
Broom light for each broom. 'i--
Hydraulically raise and lower from cab. )(
For safety - brooms to be vis1ble )(
by operator ' X
C)N BQT~ 'x:
t..~~T:>"'-o '5. \1:) ~ Q~ F.\~ClO"'" 5- Rt.qul~t..r.> X
~~bojfUllL.NIWC. R;o.b\V~ L"eu..b~ It' c-"
Minimun 34-1/2 diameter.'x 58w in )c
lenClth. ')(
)(
Jiiii.. v.>rk lights (l-Ra,l-La). 'X.
'rt
Hydraulically driven; self-aligning ')(
anti-friction bearings. x
Hydraulically raised and lowered )(
from. cab. "-
sweeping path to be a minimJm of )(
71-6w with one (1) gutter broom, )(
101-0" with dual gutter brooms. ')(
Conv~r
Hydraulically driven' _ ~
'rt.
Y.
Reversible without damage to i
conveying system for extended "-
per !ods of time for cleaning, ~
flushing, etc.. --J..
Elevator overload warning signal )(
in cab. ')(
selectable forward and reverse ro- -/...
tation. --L.
-,(.
Integral conve~r flushing system. ~
Minimun (2) tv.> years or 12,000 ~
miles (pro-rated) warranty.
Elevator flusher. 'I..
Page 4
~wer
4.8) cubic yard m1nimlm capacity.
Minim.un var iable duup heights be-
tween 2'-10" and 9'-6".
li>pper location between front and
rear axles (side duup) .
Maxinum time for duup cycle to top
30 \eoonds.
M1niDum lift load capacity 9,000 lbs.
M1nimlm (2) two years unlimited miles
warranty - parts and labor.
. - ~
For safety - parking brakes Il118t auto-
natically apply whenever }X)pper is
elevated and released when mpper is
returned to sweeping or travel DDde.
(no exceptions).
Full hopper indicator. '
Water System
M1nimlm capacity of 285 gallons.
Cross linked polyethylene mater!al.
Life time tank rust-through warranty.
Hi/lOW water indicator light and gauge
in cab.
Electr ic centr ifugal water puIIp.
Shut off nozzles provided so that
left or right side spray nozzles can
run independent of each other.
Shut off cock between water tank and
spray system with strainer in an
easily accessible position between
tank and water punp both accessible
from ground level.
water fill with strainer.
Lighting
All lighting to meet D.O.T.
safety requirements.
For safety - Halogen headlights.
For safety - all lenses excluding
headlihts to be Lexap lenses.
Page 5
YES
)(
x
x
)("
)(
)(
X
X
X
x
x
)(
)c'
x
X
)(
)(
)(
.x
X
'X
)(
)(
~
.
.-L
X
i.
y
..,..
'Ji.
-{
i-..
-I..
...;..
''f...
)<..
'I.
'I(
~
CD!PLY
)(
v
ro
.~~..-..
;;
ca.tPLY
~
N)
.
Li9hting (continued)
'lW clearance lights (3 each) front
and rear.
'l'tI!O clearance lights each side.
Front and rear directJonallights
W~flasher. .
F lights for each gutter broom .
and (2) l-RH & l-La for rear broom.
Illuminated dash, gauges, etc.
Cab dome light with 2-separate map .
lights.
Automatic back-up lights.
Illuminated rear license plate light.
(2) rear reflectors.
^
*'
x
.,L
";t
-L
~
x
x
..f
...;
Paint
All metallic surfaces interior and
exter Jor DUst be detergent cleaned,
phosphatized, rinsed and dried,
and prime painted before uM1Ji"ly.
After asssenbly, all visjble exterJor
metal surfaces are to be sanded,
detergent washed and reprimed with a
finish pr 1uer .
Final pamting and reprime DUSt be
performed m a pressur ized dust free
environment.
Pamtmg is to be a 1);lpont Imron 2 part
pamt - urethane enamel with activator'
then oven baked for a hard shell finish.
Color - Omaha Orange
Service Manual '
'X
)t
~
.)(
)L
'I
::f=
)(
x
:<:
~
~
Q)e Parts and service manual.
Ole operator I s manual.
Ole engme parts manual.
Ole engme service manual.
cne transmi seion parts manual.
Ole transmission service manual.
.'1..
x
~
'f
-I.
~ial l-btes
If tlDre than 6 dailv lubrication ~ints are listed by manufacturer an auto-
~tic lubrication svs~8I!1 nu~t be ~tt~ ~i~~ this bi~._: 'ffS -On ~\\ 9~ ~l~ Lvbe
POI~~
List percenage and country of sweeper couponents
manufactured outside of U.S.A. if couponents exceed 10'.
page 6
""the? f1r.1t &ed loob
4 .
Bidder is required to show all variations from the published
specification. Failure to do-Bo is grounds for disqualification.
MAKE & MODEL BID
ELGINE EAGLE - SERIES F
;, BID PRICE
$133,739.00
*
LESS TRADE
$ 28,000.00
NET BID
$105,739.00
DELIVERY - PLEASE STATE
60-90 Days ARO
* The Town will be trading in their 1980 Mobile Sweeper. This
unit is avaiable for inspection from 7 AM to 4 PM Monday thru
Friday.
NAME OF BI DDER Wm. H. Clark Municipal Equipment, Inc.
ADDRESS 3rd Avenue Extension, R.D. #2
Rensselaer, NY 12144
Page 7
"
", ::'~"~'.~..:..\:'
. . I. "I:'. ~ I , "
':;;~ii',f;:::':::'\~ ·
',-:' ....-.'. "
:.. ;
. ~.:. ..
'0'
. "o'. ,/',.
. '.. ~.~ -'
. i "
,
,
r
,;. . . r
" ,':..';, .::. ~he undersi~ed repre,sents that t>~s~t to Sections
103-a an~ 103-b of the 'General Municipal Law of the State
,',Qf'New' York, ~o person referred to in tlie~ attached proposal
' who 'is a bidder or who is or was, a member, partner, director
or officer of the bidding 'firm o~ 'ent~ty'unde.r this proposal
ha,s r'efusec1 to, sign 'a ,waiver of, immun;ty,' or to answer any
"revelan:t que,stions'relating to any' ,ransa;ctio~ o~' contract
,~~th the Stats'of New Yo~k, any'poll~ical ~UQdivision th~reof,
or ,-any ];)ublic, a\1thority , "dur'ing the 'per'iodof five years,'
'priqr to the ~a~~:FereQf. ~he und~rsigned agrees that any
contract awarded eta:. a r'esul t of this bid may b'e cancelled
withou~ penalty upon the grounds' set forth in 'Sections
l03~a, 'aI?d -103...b, o,t' t;he ,said ',General MUnicipal Law. ~he
names and '..ad4J;esses of all persons and parties interested,
in the 'foregoing bid 'are .as 'follows: ,__' ,', ,
}JM. H. 'CLARK MUNICIPAL eQUIPMENT,
SRB A'IENUE EKf. ft. D. 2
RENSSELAER" N~YOr.K 12144
.PHO~
,STATEMENT i 2
'.
, By submis,sA9n 'of:'i,this bid, each' bidd~r and each..person
sisi:Ung 'on behalf ,if, any bid,Cl:er ce'rtif~es, and in the case
of:' a joint bid: each party thereto certifies as to its own
'organization.', under penalty of perju'.t'y, that 'to the best
, of ,.knowledge. and belief: (1) the prices, in th;i..s bid have
been' ~rrivea at independently without collusion, consultation,
c~uniqation, or ag~eeme~t, for the pUrp,Qse of restricting ,
c9mpetition as't~ any,matter relating to ,such prices with
any'other'~idder ,or with any competitorr'(2) unless otherwise
requit'ed by : Law , 'the prices which hav.e qeen quoted in this
b~d h~ve.nP:t be~~, ~owing~y disclosed by'the, bidder and
wil~ not'knowingly be d1sclosed by the bidder prior to the
'open~ng , direc~ly or indirectly, to any'bidder or to ~y
compe~itori an4' (3) no attempt has been: made or will be:
~~de',',by the bi~4~r" to induce any other p'erson" partnership
~corporation to ~ubmit or not submit a bid for the purpose
of ':restJ:ic~in9' .cpmpetition'. "
BY:
~
,~ -::I C)~
..
..
-
..
lL H.CLARI< MUNICIPAL EQUlPiI"ENT, !,'
3AD AVENUE 00. R. O. 2
RENSSELAER, NEWVOFlK 12144
PHONE: 518/286-5600
~ .
.
..; ',-~::~:<'\i*~~~;;....',.:
,;"""""\.I>""~EF'.'
. :~'''.' '~'..,~~'.J1,1\ri:i:t:\:
,. .'.~:"'" :', ~~ ~I:'.~: :;.:::~.;,~./"
'. ,
NON-COLLUSIVE BIDDING CERTIrICATION
~~: The bidder certifies that: ~a) the bid has been arrived
at by the b~dder independently and has been sub~tted without
collusion w~th any other vendor of materials, supplies or
equipment of the type descr~bed. in the invitation for bids,
and (b) the contents of the'bid have not been communicated
by the bidder, nor, to the best of h~s knowledge and b~lief.
by any of his employees or agents, to any person not an employee
or agent of the bidder to its surety on any bond furnished
herewith prior to the official opening of the bid.
The signature of the contractor to this bid shall be
deemed a specific subscription to the certificate required
pursuant to Section.139-d of the State Finance Law and the
contractor affirms that the statements therein contained are
true under the penalty of perjury.
Dated:
l\-~q
19:12.
BY: ~ ';:). (l1AR!:- ~
. '~le-"S Tfi&~~'~
~
H. CLARK MUNICIPAL E:JUIP1ViErn,
3RD,AVENUE EXT. R. D. 2
RENSSELAER, NEWVOr.K 12144
PHONE: 618/286-5600
...
......':~:..,. ~~ ~ ')'~>
,., .
. ,'~,~.
.;""(,,
, ":}".~!ft.
'NOTICE TO BIDDERS
NOTICE IS HEREBY 3~V.u tha.~ .e~led ,pr.opo...1. "will
.:", be received at the office. 'of the Town. Clerk of the
Town of Wapping.~,' ~O M:l.ddleb1.'l.h .R.oad, WappinseJ."s
Falls. New YorK., \.lnt111:00 EST on th.,...~ .
da.y of DECEMBER for the follow1nsc ,
. .
ONE'MECHANlc~t SWEEPER
All bids must be upon ~nd in ~o~ormity w1~b the
bidding form and spec1f1cation. which will be
available each working day'between the hours of
8:30 A.M.' and 3:30 P.M. at th~'office of the
Superintendent of Hi8hwayi; 20., Old Route 9. .
Wappingers Fall.,. New York.
The Town Board reaerie. the right to rej ect,any
O~ all bids, to waive any informalities 1~ any such
bids, o~ to contractw1th other than the low.,t ,
bidder, as provided by ~aw, or to write new ,propo.als.
Bids being submitted by mail should be maile4 to the
Town Clerk of Wappinge~, P:O. Box 324, Wappingers Falls,
N.Y. 12590.
Date of Publication NOVEMBER 22, 1995
By Order of the Town !oard
Elaine U~ Snowden
Town Clark
fiECEJVED
DEe 0 1 895
ELAINE SNOWDEN
TOWN CLERK
SPECIFICATIONS FOR ONE NEW 1995 FOUR WHEEL SINGLE
ENGINE STREBT SWEEPER WITH alGa LIFT DUHP.
GENERAL SPECIFICATION
The .treet eweeper to be furnished under the.. speoifications .ehall be
a four wheel type with a single eDgineto drive the vehicle and power
piok-up broom, dual gutter brooms, and elevator eyatem. The eweeper ahall
have a minimum of 4.0 cubic yard volumetric hopper capacity, shall be
regularly listed .. a manufacturer1s current model and shall comply
with standard specification. for the model offered with exceptions and
additions ae contained herein.
Chassi.
Minimum 116" wh.elbase
Minimum 8,000 ib. front aX~e
Minimum 18,000 lb. rear axle
Active suspension dur1ng transport
Full power dual steering with dUAl
operators controle.
Rear axle 5.57s1 ratio with.2 year unlimited
mile warranty brakes are excluded.
Minimum 2G,OOO GVW certified rating.
55 MPR trAvel speed, fully loaded
tire. (tubele.. radials).
For safety . full compliance with
part 325 Sub part D of Federal Motor
Carrier Noise Emis.ion Standard..
Turning radius 18'-6w maximum
Minimum 45 gallon fuel tank
(2) 6" x 16- West coast type rear
view mirrors with convex bottom..
Minimum 1 year unlimited miles warranty.
COMPLY
YES
NO
~
!/~
~/
V
CeAiPEt< ~
~~ '4f6: I
...-
./
./
/'
./
'"
.
.
";11 (j./ftA
~
:/
~~barged ~1, 110 ..>>.
I 3500 ..P". an4 .75 :rt.jU)a. of
to~~ . 1600 a.p.M. .
_me to be Q1ttlDt mcSe1 ~oc1uotioD
d .-t all raral ",."iaa'Coapli-
Inoea .
DIal .3AmM\t aU fUt...
1Ii~4t1'1tM bID (2) ~. or 50,000
mUM V&J:l:anty.
rueJ".ter ....ator.
lnriiMtobec.:ti!WiAaUso
atatel.
AAt1-er... to -~ 4e;r.. r.
'1\1tbo U pre-e'AM\.r. .
U>>w 011 p:~~ collt"f!
~[atm"1ow coo_t a1>>t.dowQ
control8. -
E~Q~n.' m\1S t bt;. completely -co.,:,~red 2 /
from the top'" all si.cS.s. - lag__
....
...
.
~.i. (con~)
IlIatr1c b&ck-\lP &JAm' V1th ~\altIb~
Dba. '
&Iar .U fllpa.
_ (2) !1'Ont tow bQOka.
Set (2) reu tow .-.
~coat1n;.
em
lor aa!et:r-tina4 ,laM. . ':'
In dub air con41tiDn1ne, fM:J;Qry. .
!a..' ,....
pJ:C7fllbw fDr >>VIM rllUo.
'r_ a1r tw) apee4 cab ~..-r1ler
type ....r lAd 4e!roatK vitia Irelb
flltlRlS SAlet a1r. .
coDtcuzed bucket aeata with l4juatlblt .
UTA r..1:8. " .
Seat belta with au.tclatJ.o retrlOtOn.
ror afet1 ;.. ~ OOIlWlb~ w1.tb Jut
325 ,QZ 'aR D ot! raral ~tot
curier )bile ....4.'1= st..
~ operat1n; .s tz~ at
operator" ear.
~r utet.y .. tv:) CMd e1eCtEic ~.
wWa- m~al alecltrlo wHIr..
CIb -.mtec5 .~o'b' .. ..... wit1'l
~cS.
~~ ;, ". .
.' ...._.,i;...;....~
.j~I. .....:i./
~m.
-
~
'US
/L
/"
/'
b... ./
./,...,
./
f?~<J'J. eo.9~
.~
r;
,
,/
J...-' ./
//
//
I'
r/
~
"/
'/
'L
//
//
"/
:::ft
" /
//
(/
1/
1/
,
~
//
,
.::::i
;~
1'.
/'
/L
1/
'/,
/-L
;~
/
7
8)
:t!~~<;
~y
111
.,
~Aft"'t...t.Nl.
rou.r ~ mtcPtio ~U4r' usa. tor ~) /IIbR.obJf)tJe"
JIllip~ with oU 1:.0 aU ~1er. . r ./
-rr.,..._4_i.cft abift pattemlln'.piftAtt4 ./ ./
for DiFt ua. "
Kl~dtWl
Vebicle 1igbt1ng mat mHt all DOl
ataDCII~. ..
Fuel, _tet ~., 011 FMIU.,
~r, ~.r/~.r,
tAlO~ an4 ~ pages.
cmtrally ]QCatel!l tor 900CI vi.lloD fraJI
bath operator. poI1t1cu (DO
~).
MamtenDCe !r.. batteIY 900 CD . 0
&.gr.. r, .r...rw oa;aIQity 28$ ~JUa. .
80 cStgr.. r.
160 _ altemator.
\laming 1!ghta for 910w plIlga, ..w~
br.ba, failure, air filter teKr1ctlcm,
. h1gh beIm, fMtc Mat belt8, oil
pr..u:. eleYator .tall, pmc.!Di
br.., low ~wic oil; 1tN ODO]pt,
bi9h -.ter tap., trlDmnf..icD oU teIp
and water l.vel iDdicatoz: aU oeDt.:allf
1oclater1 in aIb.
All wiring lUst be color coded and
m.mberel5 .
~
/
/;
/./
/L
f<:
7/
r ./
r,/
( ./
/,/
/,/
I'
./
/,/
r/
//
1'/
'/
~/
,
,/
//
/'
'.
~1II.t1ie SYstem
~
"/
/L
(
?'~
./'
~ "J /
//
'~
,,/
'/,
,
?.L
{/
MiD1zaDD 25 gal1cn r...zwu CllUlty.
...-im1e cUap~ pJatoA JilUIIl>
with flow .n4 1a:I ...iQg, powers
~r ra- .n4 ~, ~ bEOOI8.
lift/lowIr m8IXVretrlOt , rotationl
p.tckup broom and .1avator 11ft./1,owr ·
ro~.
1":.'
.
10 as.cton return :m-tank rUUr.
In tank 1NCt!Dn .1cSe lICtec.
-rc;er:atur. and capaclty __ 9UI'i"
on tank.
All ~aulic fitting- to be 1IUAi:Ium
37 cSegr" J.1 .C.
All PIIP c1rcuita to bave preUH*1
preuute cb8ck porta.
__3
~
F
,~
nnAl SM. ArnnmR
Direct ~-.Jlic cSr1ve.
~OIlU.cally retracable to 8 ft. for
travel.
42- JD1n1IaJm 41am1t8r/26- ,teel vire =unte4
on ,,_tee1 cStac with wariDg edge.
rtli fk>at.1ng witb fIlll.~
0a0lllAtion .
Mjuatable for broom preuur. D4
wear .
BrOOlll light for each broc:a.
~all1cally ra1M and 10wr !rom cab.
For safety - brOO!l8 to be vJ.a1b~
by operator .
~~~~ .. \~~ Q~ ...--...o~50 Atq",,,""'D ~,.J (10'1'\4
~"'LN'o.Ic, "...\",~ &.If_-...b'' I'"~ '"" ,
Minimml 34-1/2 diameter .,x 58- in
lanGth.
1iW,' 1llDrk lighta (l-U,l-LB).
~aullcally l5riwnl Mlfo1ligrling
anti-friction bearings.
Hydraulically ra:l8ed and ~ed
froa cab.
sweeping path to be a JDin1m.II of
71~. with one (1) gutter bxocD,
10'-0- with dual CJUtter brClOlll8.
"
('.on~r
~m~~lY driven- _
Reversible withQut duage to
c:onveying syatfa for ext.sees
pe%1cda of tid fbr cleaning,
f1u8hmg, etc..
B1evator overlol'1 \Iltnmg .igna1
in cab.
se1ecteble fonard Ill4 r~r" ro-
tation .
Integral conveyor flushing ~.
MiniIlml (2) two ~r. or 12,000
IDilee (pro-rat~) warranty.
Blev&tor flusher.
Page 4
~y
DB
--::;
./
/..
/' ./
/(""
r/
'/
/'L
//
~
.,/
- '~
/
r;
~,~
1'/
(/
(
./
/'
//
"./
L
I
./
r/
r---e:
)-
r;
(
/'
f,--
(/
€/
/,---
/,/
/~
//
f ./
./
/
V-
Ie
.
)I.L-
K)
~Wr
4 .tD cub:l.c yard miniJlum t!4'Jil'lci ty ..
M1n1Dum VB!able duap beiiht8 ~
bleen 2'-10" and 9'~..
Ibpptt locat:ion between front ad
rear ulee Ca:14e dl.1Ip).
Max1lUm t1me for ~ cycle to top
30~..
MiniJlum 11ft load capacity 9,000 lba.
M1n1Dum (2) bJo years unl1JlitAd ~
llartlnty - partl and labor.
- .
Por Hfety - park1ng brak.. mat aut0-
maticallY apply whenever t>>pper 18
elevated aDd re18l. tMD b>pper .ia
retumelS to aweepjng or traftl =&I.
(IX) uClPtUMui).
PUll hopper ln41cator. .
WIIlter 8V8t.1!IIl
MJnim.1m capacity of 285 ga1.1DD8.
~.. liDkcad pol~hylen. .ter1a1.
Lifetime tank ruat-through wrr:mty.
IU/low _ter indicator light and gauge
in CIIb..
Blectt 10 oentr1fu9al water puap.
Sblt off nol.Zl88 provided 10 tbat
left or r1gbt lide *pray nozzlel ean
run ~t of each o~.
Shut olt. cock betwen .ter tank and
apray ayateal with atrainer in an
euUy acceaa1ble poelticn betwMn
tank and _tee pmp both acou.1ble
from ground level.
*~r fill with atrainer.
L~in~
All lightin9 to meet D.O..'!'.
wety requirements.
ror aafety - Halogen headl1Qhte.
Per ufety - all lenaea uclD41n9
hec11btl to be ~ lenaea.
Plige 5
tnGILy
DB
s.'Kft.y~
,
//6 "
/../
",,""""
/'c
/<"
/'
//"
=?:
/"
"
-";.-
r
"';
/'
/;,--
/
/
,
/'
""
/'
1"/
/<
r
,,;
//
r
T5--
~
/
... ,,<'
)L
~
r
/'
~
./
,
",/
:Z
)I)
~< Q;mP
~7sIx- ~
.
aJI'LY
'US
lO
Li9~. (oondnued)
-rwo c1.earmce lightl (3 each) Cont
8NS r_r.
TwQ clearance lights -=h 1i.c1e.
prant ca4 rear cU.rec:t~1 l1ghta
w@ f1uber.
r:tDOd ~ for each guttc =oom
cad QBM .L~ '~tJI 2-"'-rerw MP
ligbta .
JUn:caat1c backooup ligbta.
Il1.um1nated rear licmae plate ligbt.
(2) rear reflectorl. .
~
,Z
/'
7
b1&
All -.J,llc aurface8 1Dt.der and
ext&riDr 1IUat be 4etergct e~,
pb(>~tillCl, r J.nI8CS and c!r1ed,
and sr- pa1nted ~fI)J:e u.4III>\Y.
After .1H&lbly, all v1a.tb1e atedot
metal surfacel ate to be uMMl,
~rgent wasbIlS d repru.s vith .
t:t.n1ah pr iJrar ·
rinal painting an4 r.pd. mat be
perfloriD14 in & p'..ur 111d c1Qat tree
.wlronDllDt.
pamting 18 to be a tupoDt :tmron 2 part
paint - urethane eI'J,IJDlll with activator'
then OftD baked !or a bard abe1.1 fin1ab.
~olqr - omaha Orange
IHnQt J4anual .
(r)e partl and ..r:vice 1lIDUAl.
ane oplrator' I aenual.
Ole qine partl UlIRual.
~e engine service DnIlU.
Q\e. trlll.~"io.n parta 1IlInIa1.
Ole transm1ssjt)n ..rvice .wal.
/
~
/'-
9'
_/
~
/i.-
-.;;"/
//
//
,
~~
o
'/
~
/
~lal lib~el
:. :f~",,~~~V '"bd""H"", DDinl:8 ore listed by ~rer on auto-
t i ~~lIml. .mAt. be .\Mi~~ed with tbl1 b14. .
~ -.. .-- .. -. ..... - . ..-
List percenage and CCUIltry of weeper COJIPOI"8ftt8
~ed OI1a14e of U.S.A. 1f ~ta exceed 10'.
'atJ8 <<5
~
',.
Bidder i8 r.qu1r.~ to show!!l variations from the published
specification. Failure to do 80 i8, grounds tor disqualification.
MAICE , MODBL lllll :fittAJoltJ/IJ r8,(/(J(;f)4Y}'jNd/Id g?
1:> . .
1~6,,?()(J .0-0
t:1 dOrJ . ~
<p 9fYo-o .cHJ
tf() /)/)-y~
.~BID PRICE
..
LESS TRADE
NET BID
DELIVERY . PLEASE STATE
* The Town will be trading in their 1980 Mobile Sweeper. Tbis
uni+ ;SA ""v""i""h'" f'nr ~nt:lnA"+:~nn ofrnm 7 A.M'+:n 44 PM MnndAv thru
NAME OF BIDDBR (/flAlfl;J ~~~ ~u/~oif- ~
....DD RES S /()~,J) 16- iS~/9~lJ:.). .
. rLdRlfJlV, IV. /' /O~/
Daallll .,
. ,,',. ..
'.
, ,,'11'.
. ';::~;.f~."':~;;,~
\',~ ,.:,/'. ,":'
. .' :" J:, '. ....' '.,.
S~A~WN'r i '1 '
.... '~','
'1.;-',;"1,:,
. j:
.
.
# ,
, . ~
'... ;; - !l'he \m4.r.1~ r.p~...ni:a that ~U:.~1: to 8.01:10n.
~03~a ~~ ~Q3-~ of theG.n~al Munioipal ~w of the State
.,,~ 'New York, ~o pc.on referred to ~ 1:tiep attached proposal
who'is a bidd.~ O~ who is or WAS a ~.mbe:, partner, director
0: officer o~ the b1ddin9fi~ o~ '.n~1ty'~~ this proposal
~. refU8e4 to. sign a~&:i.ver of. :I.mm~t.~{ ~r to answer any
"~.,veJ.an.t q\le.81;1on... relat,ing to any' ~anaa;ct1o: O%" contract
,w~~ the St~t.'of ~w ~o~k, _ny'poll~1ca1 .~1v181on thereOf,
or .cy public. autl1crity, "'during the 'P.~:i.04of five years .,'
'pri~r ~o the 4a:~. :pereof . 'l'he und,e:ra,ipec! agrees t:hA t any
con~ract.award~d __a result of this bi4m&1 be cancelled
without, penalt.y upon the grounds' set forth ':in Sections
'103:';;.'&J?d 'l03-~' ot'i;be ,said ',GensrAl Mwueipal Law. ~he
name. and ',,&d4res... of 00.11 p,ersons an.d Pa:1:1.. int.er. ted .
1n 1;he. forego1ng b~. are.... fol : . . a '
,S~Al];I:EUq;NT j 2
'.
By 8ubmia...1~n 'Of:~,this bid, each' bilSd,:r: anc:i each.. person
ai~g'on~.h4rf o't any bi~~ar ce~tif~.., and in the ease
of. II, :idint: hic!:eac:h party thereto cerUt1.. &8 to ita own
'ori&Dlzat!Q~, UA~et penalty of perjury, that 'to the best
. ot,.knowledge, and belief: (1) the priaes, 1n tb~s bid have
been. ~:rd.y.a.. at 1n(\e~~ndently, without oollu.ion, .consl.11tation"
c~un1~&tion, or &g~eement; for the P~Q.. gf restrioting
Q~~tition &a.t~ any.matter relating to ,auQb price. with
any'oth4U:'.QJ.ade:r .,Q~. with any competitor,.' (~) unles. otherwise
:equ1re4 ~y 'Law, the prices which have be. <<iuote4 in this
bi4 'hJve..not. be~ knowingly disclosed by'the b1dde:l! and
w!~~ notknowi~gl~ be disclosed by tne.b1d4e~' prior to the
opening t Qirec~ly or indirectly, to any bidder or to ~y
competitor, &n4 (3) no attempt h~8 been:~. or will be:
.48'''.by the bid~.:r: 'to induce any otheJ:' p's=ilon " partnership
~Qorporat1on'to .ub~it or not .ub~t & bid for the purpo..
of .J:....=io~ing' ,compet1t10n'. . .
BY:
-
-
-
-
...(.:,;~-~. ......
I,::.... ~ 't.' ..
'i".~ ~ .....
. ji~";~' I ~.!~t .
. '':''.. . ~
",
NON.CO~USIV1 lIDDING CEa:t'ICATION
.
.
~The bidder ~ert1f1.. that: ~a) the bia h&1 b..u arrived
at by the bidder indep_4'mtly and ba. b.,.n .~tt.c! without
eoll~.ion with any OCA.~ vcdOw of mate1:ial. ," 8i;lpplte. 0:-
equipment of tha type de.c~;bed' 1n the lnvitatlOD for bid.,
and (b) the contente of the' bid have not been oommun1caced
oy the biddarl nor, to the beet of ~. Knowle4se and belief,
by any of hi. -=ploy... O~' asentl, to any pe~.on not an employee
or agent of the biader to it. IU~ety on any bond furniaheo
herewith prior to the official opening of the biG.
The signature of the eont~&ctor to this bld .hall be
deemed a specific 8ub.=r1pt1oD to the certifioate required
p~rsUAnt to Section.13g.4 of the Seate Financt taw and the
contractor affirm. that the .tat~.nt. therein contained are
true unde~ the penalty of pt~jury. .
Dated: / I /3 c:J 19&-
/
. .
BY:
NOTICE TO BIDDERS
NOTICE IS HEREBY given that sealed proposals will be received
at the office of the Town Clerk of the Town of Wappinger,
P.O. Box 324, 20 Middlebush Road, Wappingers Falls, New York,
until 1:00 P.M. EST on the 17th day of March, 1995 for:
One Mechanical Sweeper
All bids must be upon and in conformity wih the bidding form and
specifications which will be furnished each working day between the
hours of 8:30 ~M and 3:30 PM at the office of the Highway
Superintendent of the Town of Wappinger, 20 Old Route 9,
Wappingers Falls, New YOrk.
The Town Board reserves the right to reject any or all bids, or
to contract with other than the lowest bidder, as provided by
law, or to write new proposals.
Bids being submitted by mail should be mailed to the Town Clerk
of Wappinger, P.O. Box 324, Wappingers Falls, New York, 12590
Dated: March 8, 1995
By Order of the Town Board of the Town of Wappinger
Elaine H. Snowden
Town Clerk