Loading...
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