City of Fargo Request for Proposal

Similar documents
Request for Proposal. Articulated Loader

City of Fargo Request for Proposal

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal Sign Truck & Crane August 11, 2014

Request for Proposal. Rear Load Refuse Truck

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal. Landfill Compactor

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

GALLATIN PUBLIC UTILITIES

CITY OF MARSHALL, MINNESOTA

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

Destin Beach Safety ATVs, UTV, and Waverunner

S STATE OF MINNESOTA PRICE PAGES S-843(5)

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

FLAT BED STAKE BODY TRUCK

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

NELSON COUNTY FISCAL COURT

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

TENDER HALF TON PICKUP TRUCK, 4x4

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

S STATE OF MINNESOTA PRICE PAGES S-843(5)

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

REQUEST FOR QUOTATIONS

THE BROOM BADGER FROM ELGIN SWEEPER COMPANY

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

Invitation for Bid # Tandem Axle Dump Truck

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

ELGIN SWEEPER IS YOUR PARTNER... Road Wizard

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

COMPANY SWIFT VENDOR COMPANY PHONE CONTACT NAME & LOCATION NO. STREET ADDRESS STATE NUMBER NAME

BID REQUEST FOR Four (4) SCHOOL BUSES

POWERFUL, PROVEN, SINGLE ENGINE MECHANICAL SWEEPER

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

Eagle with Waterless Dust Control

Request For Bids. Sewer Cleaning Truck

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS

City of Lewiston Finance Department Allen Ward, Purchasing Agent

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

RELIABLE, HEAVY DUTY, VERSATILE MECHANICAL BROOM SWEEPER

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

08/2015 SWEEPER 4 WHEEL S-843(5) Vendor Name: Contact Person: Street Address: P.O. Box: City, State, Zip Phone #: Toll Free #: Fax #: Address:

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

Waterless Eagle (Patented Dust Control System PM10/2.5)

08/2015 SWEEPER 4 WHEEL S-843(5) Vendor Name: Contact Person: Street Address: P.O. Box: City, State, Zip Phone #: Toll Free #: Fax #: Address:

CITY OF CORALVILLE th Street, Coralville, IA

Patented Filtration System

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

INVITATION FOR BID Bid #VRNTL-15-B-02, for Purchase of New Street Sweeper

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

MAKE AND MODEL. Engine: Tier 4 Compliant? Yes or No. Turning Radius Fuel Tank Size Rear Axle Rating 21,000. Rear Suspension Rating 21,000

S STATE OF MINNESOTA PRICE PAGES S-843(5)

SALT TRUCK - SHORT TANDEM

Engine Type (sleeved, counter balanced, etc.) Are air conditioning/tinted windows included?

Specially built for the most demanding jobs. Yet, cleverly designed to be the least demanding to operate.

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

Type 3 Fire Engine Model 346

Invitation to Tender. District of Taylor MOTOR GRADER

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH ONE (1) NEW 40 TON LANDFILL COMPACTOR

REQUEST FOR BID For Trucks. Bid Notice

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

Transcription:

Request for Proposal High Dump Street Sweeper May 12, 2017 1

City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) new or low hour used High Dump Street Sweeper. Sealed proposals will be received by the City of Fargo Auditor s Office at 200 3 rd Street North, Fargo, ND 58102, for the purpose of evaluating costs and operating parameters on a new High Dump Street Sweeper. Upon completion of the evaluation by the selection committee an order may be placed. Proposals will be received until 2:00 P.M. Central Standard Time May 26, 2017. CITY OF FARGO RIGHTS The City reserves the right to cancel this RFP in writing or postpone the date and time for submitting proposals at any time prior to the proposal due date. The City by this RFP does not promise to accept the lowest cost or any other proposal and specifically reserves the right to reject any or all proposals, to waive any formal proposal requirements, to investigate the qualifications and experience of any Proposer, to reject any provisions in any proposal, to modify RFP contents, to obtain new proposals, to negotiate the requested services and contract terms with any Proposer, or to proceed to do the work otherwise. The City hereby notifies all bidders that it will affirmatively insure that in regard to any contract entered into, pursuant to this request, minority business enterprises will be afforded full opportunity and are encouraged to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The City reserves the right to accept or reject any and all proposals that is in the best interest of the City. All questions and inquiries will be addressed to: Vehicle Specifications Street Dept Operational Questions Allan Erickson Mark Williams Fleet Management Specialist PW Services Manager Public Works Department Public Works Department 402 23 rd St. N 402 23 rd St. N Fargo, ND 58102 Fargo, ND 58102 Email: aerickson@cityoffargo.com mwilliams@cityoffargo.com Phone: (701) 241-1439 (701) 241-6606 Fax: (701) 298-6971 (701) 298-6971 2

GENERAL SPECIFICATION MODEL: Unit shall be a new or low hour used machine. WARRANTY: Minimum 1 year all-inclusive warranty on all components. DELIVERY: Proposer must perform a complete pre-delivery service prior to delivery of equipment. All units are F.O.B., Fargo Central Garage. Proposer must state the number of days for delivery from time of order and a $150.00 per day will be accessed against the purchase price with the total not to exceed 2.5% of purchase price. TRAINING Upon delivery to end-user Proposer will provide instruction to operators on proper operation and daily maintenance. Two days of training on repair procedures to be provided by a Factory Qualified representative to repair technicians. Onsite training at the City of Fargo Central Garage should be scheduled at time of order. BIDDER There shall be $500,000.00 minimum of product Liability coverage by the manufacturer and minimum of $500,000.00 liability coverage by the product installers to protect the City of Fargo. Certification shall be provided with proposal. Preference may be given to Proposer who has a local dealer with a reasonable amount of parts inventory for the unit that has been proposed and a complete service facility. On new models or equipment not previously purchased by the City of Fargo, the selection committee may elect to have a demonstration of the models being considered. 3

Street Sweeper Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of one (1) new or low hour used High Dump Street Sweeper to be used by the Fargo Public Works Department. The City of Fargo Public Works Department has evaluated different styles of Street Sweepers and has determined that this published specification is best suited for the PWD needs in terms of quality and features. This specification shall not be interpreted as restrictive but rather as a measure of quality and performance against which all other High Dump Street Sweepers will be compared. In comparing proposals, comparison will not be confined to price only. The successful proposer will be one whose product is judged as best serving the interests of the PWD when price, product, quality and delivery are considered. The PWD also reserves the right to reject any or all proposals or any part thereof, and to waive any minor technicalities. A contract will be awarded to the proposer submitting the lowest responsible proposal meeting the requirements. 2.0 EQUIVALENT PRODUCT Proposals will be accepted for consideration on any make or model that is equal or superior to the High Dump Street Sweeper specified. Decisions of equivalency will be at the sole interpretation of the PWD. A blanket statement that equipment proposed will meet all requirements will not be sufficient to establish equivalence. An original manufacturer s brochure of the proposed product is to be submitted with proposal. 3.0 INTERPRETATIONS In order to be fair to all proposers, no oral interpretations will be given to any proposer, as to the meaning of the specification documents or any part thereof. Every request for such a consideration shall be made in writing. Based on such inquiry, the PWD may choose to issue an Addendum in accordance with local state laws. 4.0 GENERAL The specification herein states the minimum requirements of the PWD. All proposals must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. The PWD will consider as irregular or non-responsive any and all proposals that are not prepared and submitted in accordance with the proposal document and specification, or any proposal lacking sufficient technical literature to enable the PWD to make a reasonable determination of compliance to the specification. It shall be the proposer s responsibility to carefully examine each item of the specification. Failure to offer a completed proposal or failure to respond to each section of the technical specification (COMPLY: YES NO) will cause the proposal to be rejected without review as non responsive. All variances, exceptions and/or deviations shall be fully described in the appropriate section. Deceit in responding to the specification will be cause for rejection. 4

5.0 SPECIFICATIONS CHASSIS ENGINE Yes No 1. Turbocharged Diesel, not less than 200 net H.P. 2. Inline 6 cylinder with auto shut down features. 3. Air compressor shall be 15.2 CFM. 4. Air dryer with heater, Bendix AD-IP or equal. 5. Air cleaner dual stage, dry type with element and restriction indicator. 6. 12 volt electrical system with 2 batteries (1300CCA min.) that is adequate for the equipment. 7. 100 amp alternator. 8. All filters shall be spin-on type. 9. Fuel filter/water separator. 10. Antifreeze to minus -34 F. TRANSMISSION CAB 1. Automatic, Allison series electronic (5 speed) with heavy duty oil cooler shall be provided or hydraulic drive will be accepted. 2. Remote spin-on filter shall be provided. 3. Allison approved synthetic ATF shall be used. 1. Purpose Built designed cab or cab forward style will be acceptable. State type. 2. Operator station shall have air suspension cloth seat(s) that are completely adjustable and include 3 point safety belt system. Arm rests incorporated in seat or door assembly. 5

Yes No 3. Interior shall have acoustical insulation for low operating noise. Give DB rating: 4. Steering shall be full power, center or right hand steer only. 5. West coast mirrors with separate convex mirrors (8.5 inch) to be mounted forward of the front wheels. 6. Warning lights and chimes for low coolant level, high coolant temperature, low air pressure, and low oil pressure. 7. Sweeper control console shall have left/right driver switch (if applicable). 8. Heavy duty heater with defroster with replaceable air filter. 9. Factory air conditioning. 10. Two speed electric windshield wipers/with delay. 11. Lighting shall include halogen headlights, stop, tail, signal, backup, clearance, illuminated gauge/instrument panel, and hazard lights. 12. Dome light. 13. Dual sun visors. 14. Cab shall have all tinted glass. 15. AM/FM radio with Weather Band. 16. Electric horn. 17. Power supply socket located in dash. 18. One permanent mounted, LED, rectangle flashing amber light (Federal Signal 454201 or equivalent). 19. One rear mount arrow stick and (4) white strobes, 2 front and 2 rear 6

CAB ELECTRONIC MONITORING SYSTEM (dual control) Yes No 1. Hydraulic functions for the sweeper shall be controlled from illuminated rocker switches on a sweeper control panel located in the cab. 2. Each switch shall be identified for each function for which the switch serves. 3. Fuel gauge. 4. Oil pressure gauge. 5. Coolant temperature gauge. 6. Engine oil pressure gauge. 7. Tachometer. 8. Air pressure gauge. 9. Speedometer and odometer. 10. Chassis and sweeper shall have separate engine hour meters. CHASSIS 1. Antilock air brakes with standard air parking brake. S-cam brakes with outboard drums and dust shields. 2. Auto slack adjusters. 3. Front axle & springs shall have a 10,000 lbs. minimum capacity 4. Rear axle shall have a minimum 18,500 lbs capacity. Rear axle shall be supported by an adequate suspension system for rating. 5. Solid axle performance during sweeping operations and full suspension during transport is preferred. 6. The two speed rear axle shall have a ratio to give the sweeper the correct sweeping speed. 7

Yes No 7. State wheel base of sweeper: 8. State turning radius of sweeper: 9. Minimum 26,500 GVWR. 10. Tow hooks, front. 11. Exhaust-vertical right hand behind cab. 12. 45 gallon fuel tank. 13. Lights shall follow D.O.T. regulations, tail and marker lights LED. WHEELS/TIRES 1. Steel, hub piloted 22.5, 10 stud, white. 2. Tire size shall meet the sweeper mfg recommendations. 3. Mud flaps shall be installed behind rear wheels. GENERAL 1. Sweeper shall be hydraulically driven; mechanical conveyor or elevator system. 2. Sweeper shall use a left and right gutter broom, and a main broom to direct debris to a conveyor to lift the debris into a hopper. 3. Hopper shall be a minimum of 5.0 cubic yards. 4. Sweeping path for left or right application (not dual) shall be no less that 90. Sweeping path with both gutter brooms shall be no less than 120. 5. Dealer shall be local with common parts on hand (broom, wear items, etc.) and availability to order parts over night when warranted. 6. Training shall be provided by the successful proposer on the complete operation of the sweeper. 8

DEDICATED REAR SWEEPER ENGINE (2 engine only) Yes No 1. Engine shall be a 4 cylinder diesel with a minimum of 47 HP. 2. Engine Coolant shall have protection to -34 F. 3. Engine shall be isolation mounted to an auxiliary frame and be easily accessible for service. 4. Oil filter shall be a spin-on full flow type. 5. Air will be filtered with a two stage dry type system, with Turbine type pre-cleaner. 6. An auto shutdown for high coolant temp/low engine oil pressure/low hydraulic level, to protect the engine from unacceptable conditions. HOPPER 1. The hopper shall dump from the right side or rear. 2. Hopper shall have a capacity of 4.5 cubic yards and no less than 3.3 yards of useable capacity and be urethane lined. 3. Hopper shall be made of 11 gauge AR steel or Stainless steel if available. 4. Lift capacities shall be no less than 11,000 pounds. 5. Lift mechanism shall be double stage, scissor lift or rear hinge lift. Pivot points shall be greaseable if available. 6. Two cylinders shall be provided for the dump mechanism and be of adequate size. 7. Hopper load shall be visible at all times from the operator compartment. If available a switched light shall be provided for viewing load from cab. 8. Sweeper shall not require stabilization jacks while dumping. 9. Safety props for both the hopper and lift cylinders. 9

CONVEYOR SYSTEM Yes No 1. Conveyor shall be able to load hopper to its rated useable capacity. 2. Conveyor rotation shall be forward or reverse and selectable from within the cab. Forward and reversing action shall be done without stopping or reversing brooms. 3. There shall be enough clearance to carry bulky debris (leaves, trash, etc.) up the conveyor. 4. The conveyor shall lift 9 from the ground to provide adequate clearance while transporting. 5. Conveyor shall stop and rise when the transmission is placed in reverse or the machine is put in transport mode. 6. An audible and visual stall warning alarm in cab for the conveyor shall alert the operator that the conveyor has stopped moving. 7. If available as an option heavy duty bearings shall be used for conveyor shafts. 8. If available as an option high abrasion resistant material (AR steel) shall be used under slat type conveyor assemblies. GUTTER BROOMS 1. There shall be one gutter broom on both sides of the machine. 2. Gutter brooms shall be driven by a hydraulic motor of adequate size. They shall be the vertical digger type design. Sectional preferred. 3. Adjustable side broom-tilt mechanism that is controlled from inside the cab. 4. Gutter brooms shall be a minimum 42 inches in diameter with adequate ground clearance in the transport mode. They shall also be five segment, oil tempered wire, and disposable. They shall protrude no less than 13 beyond the outside of the tire while sweeping. 10

5. Gutter broom shall have extended broom reach on the left and right side to provide a better sweep with the gutter broom while sweeping in cul-de-sacs. An in-cab control shall allow the operator to change the outward position of the gutter broom up to 10 beyond its normal sweeping position. 6. There shall be at least 3 water spray nozzles for dust control. 7. There shall be one light per side to flood the area around the gutter broom with light for night sweeping. Yes No 8. Broom rotation shall stop and rise when the transmission is placed into reverse or in transport mode. 9. Down pressure for the brooms shall be controlled inside the operators cab with an infinite adjustment control. Pressure gauges shall be included in the cab. MAIN BROOM 1. Main broom shall be a disposable poly broom with a minimum diameter of 34 inches and a minimum length of 58 inches. 2. Main broom will be driven by a hydraulic motor of adequate size. 3. Main broom down pressure shall be adjustable by the operator from the cab while moving. 4. Main broom shall have a hood to prevent debris from being ejected and have a minimum of four (4) water spray nozzles for dust suppression. 5. Main broom shall automatically stop and rise when transmission is placed in reverse or in transport mode. 6. Main broom shall have one work light per side of machine. 7. Spray bar shall have a minimum three (3) water nozzles for dust control. 11

WATER SYSTEM Yes No 1. Water tank shall be made of polyethylene and all system components shall be corrosion resistant with a minimum capacity of 250 gallons. 2. Water system is to be adjustable for each area from within the cab. 3. System shall have a run dry type, self priming pump rated to maintain a full spray pattern when all nozzles are open. 4. An in-line water filter with removable cartridge shall be provided to filter contaminants from entering into the system. 5. Water system shall have an anti-siphon valve, a fill port with a 2 ½ inch female quick coupler with a dummy plug. A minimum 16 foot long, 2 ½ inch fire hose with 2 ½ inch male quick couplers on both ends shall come with the machine to accommodate easy hook-up to the City s hydrants. 6. A wash down hose with a minimum of 50 feet will come with the machine. 7. Low water indicator to be located in the cab. 8. A spray bar located near the front bumper with a minimum length of 48 inches, a minimum of four (4) spray nozzles, and controlled from inside the cab will allow for additional wetting. 9. Sweeper shall be equipped with an internal hopper/conveyor flush wash down system. System shall have a manual bypass valve to divert hydrant water to the flush system while filling. Valve shall be located curb side. 10. Water nozzles to each area shall have separate controls activated by electrical switches in the operator s compartment located on the control panel for the sweeper. ELECTRICAL SYSTEM 1. Sweeper electrical system shall be 12 volt negative ground. 12

Yes No 2. All electrical circuits shall be protected by fuses or circuit breakers. 3. Alternator shall be a minimum 100 amp. 4. Sweeping components shall automatically rise when the unit is in the reverse gear to prevent damage while backing up. A self adjusting back-up alarm (Preco-Matic 1020 or equal) shall be incorporated to warn others while the machine is in the reverse mode. 5. Front and rear engine to have an auto engine shutdown feature for high coolant temperature/low oil pressure. 6. In cab gauges shall include tachometer, hour meter, oil pressure, fuel, voltage, and coolant temperature. 7. Warning lights to include hydraulic filter restriction, low spray water, hopper up, and full load. 8. All wiring shall be color coded, hot stamped and labeled every twelve inches to provide easy identification and troubleshooting. 9. Control panel for all sweep operation shall be located in a central location so operator can access controls from either left or right positions with a standard rocker switch configuration. 10. A one touch switch shall cancel all sweep operations and resume previous sweep settings when switched to sweep mode. HYDRAULIC SYSTEM 1. Reservoir capacity shall not be less than 18 gallons with an outside level indicator and a 10 micron vent filter. 2. Hydraulic system (which includes pump, valves, cylinder, etc.) shall be sized adequately for the operations of the unit. Dedicated pumps to the conveyor, main broom and gutter brooms are preferred. _ 3. The return line shall have a 10 micron full flow filter with bypass. Cab mounted restriction indicator shall light before bypass begins. 13

Yes No 4. All hydraulic circuits shall have quick disconnect test ports. PNEUMATIC SYSTEM 1. An air tank shall be provided for the sweeper system if required. 2. A PR 4 type pressure protector shall be included to protect the chassis system from air loss due to a failure within the sweeper system. MAINTENANCE 1. Grease zerks must be located in a central bank. 2. Auto lube automatic greasing system shall be included as an option. PAINT FINISH 1. Commercial grade Poly or Acrylic Urethane finish. Color, White 14

Exceptions & Deviations Proposer shall fully describe every variance exception and/or deviation. List the item number here and fully explain any items in non-compliance with specification. Additional sheets may be used if required. 15

Warranty High Dump Street Sweeper: Base Manufacture Hydraulics _ Other Warranties that apply: _ 16

Price W/Trade-in and Lease Payment Sweeper Make: Price Bid Per Unit: $ Model: $ Trade-in Allowance (optional) 2007 Elgin Eagle (659) Serial #49HAADBV27DX57906 $ Total equipment price $ Delivery Date Number of days for delivery from date of order: Company By: (Name) (Title) 17