THE RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY SPECIFICATIONS FOR STREET AIR SWEEPER CONTRACT NO. 14-13 OCTOBER 2014 Office of the Director P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835 Telephone (401) 423-0800
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID STREET AIR SWEEPER CONTRACT NO. 14-13 Sealed bids, in duplicate, plainly marked, Sealed Bid One (1) New Street Sweeper will be received until 3:00 PM Friday, November 14, 2014, at the Office of the Director at RITBA Administration Building, Route 138, and 1 East Shore Road, Jamestown, RI. Bids will be opened publicly and read at 3:00 PM. Copies of specifications may be obtained at above office on and after October 8, 2014 between the hours of 8:30 a.m. and 4:30 p.m. No bid may be withdrawn for a period of ninety (90) days subsequent to the opening thereof without permission of the Director. The Authority reserves the right to reject any or all bids, waive any informality in the bidding, or accept the bid deemed to be in the best interest of RITBA PURPOSE The Rhode Island Turnpike and Bridge Authority is seeking bids for one (1) new Street Air Sweeper. The required specifications of the vehicle are listed as separate line items on the last page of this document. Each line is to indicate with a yes or no, with any exceptions noted, those requirements being included in the bid response. Delivery date is to be on or before December 12, 2014. Delivery dates are firm and any past performance by vendors meeting delivery dates will be considered in this bid evaluation. Vendor may submit more than one bid of the specifications and may photocopy the bid specifications to submit more than one offering.
GENERAL TERMS AND CONDITIONS 1. RECEIPT AND OPENING OF PROPOSALS: Sealed Bids (Proposals) will be accepted and time stamped upon receipt in the Office of the Executive Director, until the time indicated on the attached Advertisement for Bids, for the commodities, equipment or services listed in the Specifications, and will then be publicly open and read. 2. FORM OF BID: Proposals shall be submitted in duplicate, on form provided, with supplemental information, drawings, warranties and other required documentation, literature and material to be provided, with the bid, on the bidders own form. 3. SUBMISSION OF BIDS: a. Envelopes containing bids must be sealed and addressed to the Office of the Executive Director, PO Box 437, Jamestown, RI 02835 and must be marked with the name and address of the bidder, date and hour of opening, and name of item in the bid call. b. The Director will decide when the specified time has arrived to open bids, and no bid received thereafter will be considered. c. Any bidder may withdraw his bid by written request at any time prior to the advertised time for opening. Telephonic bids, amendments, or withdrawals will not be accepted. d. Unless otherwise specified. No bid may be withdrawn for a period of ninety (90) days from time of bid opening. e. Negligence on part of the bidder in preparing the bid confers no rights for withdrawal of the bid after it has been opened. f. Proposals received prior to the time opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a proposal not properly addressed and identified
g. Any deviation from the Specifications must be noted in writing and attached as part of the bid proposal. The Bidder shall indicate the item or part with the deviation and indicate how the bid will deviate from Specifications. 4. RHODE ISLAND SALES TAX: RITBA is exempt from the payment of the Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, 44-18-30, Paragraph I, as amended. 5. FEDERAL EXCISE TAXES: RITBA is exempt from the payment of any excise tax or federal transportation taxes. The price bid must be exclusive of taxes and will be so construed. 6. QUALIFICATION OF BIDDERS: RITBA ( Authority ) may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work. The Bidder shall furnish the Authority with all such information and data for the purpose as may be requested. 7. ADDENDA AND INTERPRETATIONS: No interpretation on the meaning of the Plans, Specification or other Contract Documents will be made to any Bidder orally. Every request for such interpretations should be in writing, addressed to the Director of Maintenance, PO Box 437, Jamestown, RI 02835, or via email to Jim Romano at jromano@ritba.org and to be given consideration must be received at least seven (7) days prior to the date fixed for the opening of the bids. 8. AWARD OF BIDS: The Authority reserves the right to award in whole or part.
9. DELIVERY: All bids are to be FOB various locations within RITBA Administration Building at One East Shore Rd., Jamestown, RI, delivery to be supplied with the Purchase Order. No extra charges for delivery and set-up, where required, will be accepted. TAILGATE DELIVERIES WILL BE REFUSED. The vendor must notify the RI Turnpike & Bridge Authority twenty-four (24) hours prior to delivery. All claims for damage in transit shall be the responsibility of the successful Bidder. The Authority will not make payment on damaged goods, they must be replaced or adjustments made at the option of the authority. 10. HOLD HARMLESS: The successful Bidder ( Contractor ) shall be responsible for the vehicle, every part thereof, and for all materials of all the descriptions used in connection therewith. The Contractor agrees to indemnify and save harmless the Rhode Island Turnpike & Bridge Authority, its employees and agents, against loss or expense by reason of the liability imposed by law upon the Contractor, all subcontractors, or owner for damage because of bodily injuries, including person or persons, or on account of damage to property arising out of or damage to property are due or claimed to be due to any negligence, including gross negligence, of a sub-contractor, the owner, the general contractor, his or their employees or agents, or any other person.
SPECIFICATIONS FOR STREET AIR SWEEPER Sweeper Auxiliary Engine, Diesel Engine 4045t, 4 CYL. (TIER 3)- minimum requirement Displacement 275 cubic inches (4.5 L) Horsepower 99@2,400 RPM (74kw) Net torque 261 ft-lb @ 1600 RPM (354Nm) Air Cleaner, heavy duty Dry type Oil Filter, spin on Full flow Auxiliary engine shutdown system Blower, Rubber Lined Aluminum alloy high volume open face turbine Purpose Creates blast and suction Bearings- (2) sealed lifetime lube, anti-friction Bolt on-housing- Abrasion resistant, replaceable liner Drive Heavy Duty power band Dust Separator Type Cyclonic multi-pass, centrifugal separation Size 20 x 61 cylindrical area (508 mm x 1549 mm) Location Axial to blower within hopper super structure Particulate removal Through 61 (1549 mm) skimmer slot into hopper Inspection Hinged door, opened from hopper exterior Housing Abrasion resistant, w/replaceable wear resistant liner Hopper Capacity (volumetric) 7.3 cubic yards (5.6 m) Capacity (useable) 6 cubic yards (4.6m) Construction - Welded steel plate with integral stiffeners Floor Angle 22 Dump door opening -84 x 44 I.D. (2134 mm x 1118 mm) approx. Dumping method- Hydraulic with raker bar Dumping height 36 (914 mm)
Pick-Up Head Function- Air blast and suction chamber Width 87 I.D. (2210 mm) Head area 2,610 sq. inches (1.68m) Suspension 4 springs 2 drag links Skids Suction & pressure hose 14 diameter (356 mm) Pressure bleeder Integral for leaf/light material pickup Gutter Brooms, Dual Floodlights and parabolic mirrors Drive Constant speed non-reversible hydraulic motor Adjustment Adjustable for down pressure, pattern and wear Flexibility all directions integral anti-damage swing away relief valve Broom 43 dia. (914 mm) steel wire, vertical digger Hydraulic System Operates gutter broom(s) dump and pick-up head Drive (diesel) Gear driven from auxiliary engine Drive (CNG) Belt driven from auxiliary engine Capacity 8 GPM (30.3 LPM) Reservoir 25 gal. (94.6 L) with 80 mesh suction strainer, site/temperature gauge Dust Control System System of water spray nozzles for airborne dust suppression Pump Electric diaphragm Reservoir(s) Polyethylene 220 gal. (832.7 L) with hydrant fill hose Low water shut off safety shut-off with low water warning light in cab Spray nozzles: Around pick-up head, gutter brooms, hopper (inside) Controls Inside cab (lighted) Pick-up head, gutter broom(s), ignition and tachometer (auxiliary engine), voltmeter, low water warning system (for dust control), all safety lights, hour meter pressure bleeder Outside cap Dump Steering - Dual
Safety Warning Devices Amber rear mounted alternating flashing warning lights Amber beacon light with limb guard Back up alarm Optional Equipment list as a separate price/bid item Any auxiliary hand hose, hand hose hydraulic boom assist, hand hose catch basin cleaning package, hydraulic system, auto sweep interrupt Low emissions package Liquid recovery system Rear camera/monitor system Reverse pick-up head system Hose reel, 50 retractable Hopper drain system Hi/low pressure wash-down system Gutter broom tilt adjusters, gutter broom variable speed Magnet, Extra water capacity CAB/Chassis minimum requirements Model International 4300 M-7 GVW 30,000 lbs. (13,620 kg) Frame 50,000 PSI Engine (6.4 L) V8 Diesel -220 HP Transmission 5 speed automatic w/external oil filter Alternator 120 amp Batteries (2) 12v 1300 CCA Wheelbase 152 (3861 mm) Fuel tank 50 gallons (189 L) shared with sweeper Tires (2 front, 4 rear) Tubeless 11R x 22.5 Steering (Dual) with tilt Brakes Dual Air w/13.2 CFM air compressor Instruments & lights back-up alarm Dual gauge package Mirrors Electric remote controlled and heated Air conditioned cab Exterior color: white
BID PROPOSAL: ONE (1) NEW STREET AIR SWEEPER TO: The Rhode Island Turnpike & Bridge Authority C/o The Executive Director P.O. Box 437 Jamestown, RI 02835 BIDDERS: We the undersigned proposed to furnish to the Rhode Island Turnpike & Bridge Authority, one (1) New or Used Bucket Truck, per attached specifications: Manufacturer: NEW ONE (1) STREET AIR SWEEPER Model: Model Year: Price in Words: Dollars Price in Figures: $ Cost of Optional Equipment (if applicable) $ Total Bid Price $ Delivery by close of business on December 12, 2014 Commodity Code: Did you deviate from the Specifications in any way: YES NO (If yes, you must submit a detailed attached description of all deviations.) By: Authorized Signature PRINT Name & Title Company Address Telephone: Date: City State Zip Code Please submit Bid Proposal and any attachments, brochures in duplicate.