HomeMy WebLinkAboutStaff Report 358-10TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: SEPTEMBER 27, 2010 CMR:358:10
REPORT TYPE: CONSENT
SUBJECT: Approval of a Purchase Order with Municipal Maintenance
Equipment, Inc. for a Total Not to Exceed Amount of $275,844 for the
Purchase of a Compressed Natural Gas (CNG) Fueled Regenerative-Air
Street Sweeper
RECOMMENDATION
___ Staff recommends_that _ Council approve and authorize the City Manager or his designee to
execute a purchase order with Municipal Maintenance Equipment, Inc. (Attachment A) in an
amount not to exceed $275,844 for the purchase of one CNG-Fueled Regenerative-Air Street
Sweeper.
BACKGROUND
The vehicle and equipment replacement policy described -in City Policy and Procedures 4-1
(Vehicle and Equipment Use, Maintenance, and Replacement), provides for the on-going
replacement of City fleet vehicles and equipment. Replacements are scheduled using guidelines
based on age, mileage accumulation, and obsolescence.
The City's fleet currently includes four large truck mounted (four-wheeled) regenerative-air type
street sweepers. Policy 4-1 prescribes a replacement interval for four-wheeled street sweepers of
seven (7) years or 60,000 miles. The vehicle being replaced (Vehicle #4482) is eight years old
and has accumulated more than 75,000-miles.
DISCUSSION
Audit of Vehicle Utilization and Replacement
This purchase is being conducted with full consideration for the recent Audit of Vehicle
Utilization and Replacement. Vehicle #4482 was originally included in the FY 2011 Vehicle
and Equipment Replacement Schedule, which was submitted for inclusion with the FY 2011
Capital Budget. During the budget process, it was decided that this schedule would not be
included in the Capital Budget in order to comply with Recommendation #1 of the April 20lO
Audit of Fleet Utilization and Replacement -"PWD should continue to freeze replacement of
non-urgent vehicle and equipment until it can reduce the size of the fleet and increase
utilization."
The audit prescribes the establishment of a VehiclelEquipment Review Committee with
representatives from Public Works/Equipment Management, Administrative ServiceslBudget,
CMR:358:10 Page 1 of3
and the City Manager's office. A Fleet Review Committee (FRC) has been established, and one
of the Committee's primary functions is the review and approval of vehicle replacement
requests. The FRC reviewed the replacement of this street sweeper; determined that the
utilization exceeded standards, and that the need for its replacement was urgent given its age and
condition. Street sweeping operations are very demanding in terms of scheduling and field
conditions; therefore it is imperative that all street sweeping equipment be as reliable as possible.
The required level of reliability can only be achieved through a robust maintenance program and
timely equipment replacements. In addition, this replacement affords the City the opportunity to
replace an existing diesel fueled street weeper with a cleaner CNG street sweeper.
Staff found a current purchase order with the City of Fremont for a street sweeper that meets the
City's exact needs. The Fremont purchase order allows for a "piggyback" purchase opportunity.
The model proposed for purchase under this purchase order (Schwarze A-series) is identical to
three others already in the City's fleet allowing operational efficiency as no additional parts
inventory will be required and technician and operator training requirements will be minimal.
Staff from Administrative Services have reviewed the purchasing documents provided by
the City of Fremont and have determined that the purchasing process used by Fremont is
--sllbstantially-similar-to-the City's process.
Environmental Purchasing Policy
This purchase is being conducted in accordance with the City's Environmental Purchasing
Policy. A street sweeper is an ideal candidate for a CNG fuel system. Although current diesel
engiIles are very clean compared with those produced even a few years ago, a CNG-fueled street
sweeper still produces less exhaust emissions (including carbon dioxide) than its diesel-fueled
counterpart. The street sweeper being replaced employs two diesel engines that consume
approximately 3,500 gallons of fuel annually. It also operates on routes that bring it in close
proximity to populations particularly sensitive to diesel exhaust. In addition to lower exhaust
emissions, the fuel cost for the new CNG sweepers will be much lower, since the current cost for
CNG fuel is about two-thirds that of diesel. Equipment Management was successful in obtaining
$77,000 in grant funding from the Bay Area Air Quality Management District to offset a portion
of the purchase cost of this vehicle. After reimbursement, the net cost to the City for the
purchase of the street sweeper will be $198,844.
BIDDING AND SELECTION PROCESS
This is a "piggyback" purchase, exempt from competitive bidding under Section 2.30.360 (k) of
the City's Municipal Code. After reviewing the documentation provided by Municipal
Maintenance Equipment, Inc., staff recommends that the proposal submitted by Municipal
Maintenance Equipment, Inc. be accepted and that a Purchase Order be awarded to Municipal
Maintenance Equipment, Inc
Staff has checked references supplied by the vendor for previous contracts and has received only
positive responses.
RESOURCE IMPACT
Funding is available for this purchase in Vehicle Replacement Fund Capital Improvement
Project VR-09000.
CMR:358:10 Page 2 00
POLICY IMPLICATIONS
Authorization of the purchase order does not represent any change to the existing policy.
ENVIRONMENTAL REVIEW
The equipment being supplied is in confonnance with all applicable emissions laws and
r~gulations, and will emit· significantly fewer exhaust emissions than the equipment being
replaced. Accordingly, this purchase is exempt from the California Environmental Quality Act
. under the CEQA guidelines (Section 15061).
ATTACHMENTS
Attachment A: City of Fremont Purchase Order
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
CMR:358:10
~~ ~~--------------
Fleet Manager
GL~£'B'ERyg h,. 6-$1l
Director of Public Works
Page 3 of3
POLICY IMPLICATIONS
Authorization of the purchase order does not represent any change to the existing policy.
ENVIRONMENTAL REVIEW
The equipment being supplied is in conformance with all applicable emissions laws and
regulations, and will emit· significantly fewer exhaust emissions than the equipment being
replaced. Accordingly, this purchase is exempt from the California Environmental Quality Act
. Wlder the CEQA guidelines (Section 15061).
ATTACHMENTS
Attachment A: ·City of Fremont Purchase Order
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
CMR:358:10
(2;?~
~~--------------
Fleet Manager
GL~£'B~TiI h .. 6-$1l
Director of Public Works
Page 3 of3
_ ••• ~J~ ,
Fremont
p.o. Box 5006
Fremont, California 94537
PHONE (510) 494-4760
FAX (510) 494-4756
TO:
PURCHASE ORDER
ATTACHMENT A
NO.
SHIP TO:
~RANS/OPS/MAINT-FLEET
BID NUMBER DATE
DIRECTIONAL L;:GHT Bf:;RB
& REAR LED STRDBE LIGH~S
CCNTACT; MARK COLLINS
IVING: ~LEET SElVICES
MAIL IT2l FAX
PURCHASE ORDER NUMBER MUST APPEAR ON ALL
INVOICES AND SHIPPING DOCUMENTS.
SEE REVERSE FOR TERMS AND CONDITIONS.
FAX TERMS
7C::~~1,--:; , ~~.,-.
3.';'-'"fI 2 :;
T ~.){
-TO .... AL.
:lAN. 13. 2010 3:31PM PURCHAS1NG CITY FREMONT NO. 742 P. 1
ADDENDUM #1 FOR:
BID #10-030
PURCHASE OF TWO NEW eNG REGENERATIVE AIR
SWEEPERS
To Prospective Bidders,
THE BID OPENING HAS CHANGED TO:
JANUARY 21, 2010 @ 2:00 P.M.
BIDS WILL BE OPENED IN THE PURCHASING DEPARTMENT
LOCATED AT 3300 CAPITOL A VENUE, BUILDING B, FREMONT,
CA,94538.
CITY OF FREMONf
PURCHASING DEPARTMENT
BID FORI\!(
(This is not an Order)
Mail Bid To: For Further Information Can:
City of Fremont CORINA CAMPBELL
Purchasing Services Office Purchasing Manager
3300 Capitol Ave Bldg B (510) 494-4622
Fremont CA 94538
Bid # Mailed Date Quotation To Be Delivered To City Before
10-030
Item Quantity
2 Each
2 :2 Each
Delftvery Location
12122/09 Thursday, January 14,2010 @ 2:00 P.M.
Description Unit Price Extension
NEW CNG REGENERATIVE AIR SWEEPER
PER THE SPECIfiCATIONS IN BID DOCUMENTS. The $ 248, 988 .~O 497,976 00
City reserves the right to decide if alternate specifications
meet the City's needs.
License Fee 0.00 $ 0.00 ----'---
Attached spreadsheet with COS[S9 ability to 9.75%
comply and comments MUST 2ccompany bid. sales tax
Vehicles must be delivered to:
City of Fremont
Corporation Yard
42551 Osgood Road
Fremont, Ca 94539
Grand
Total 546,528.66
I Bid Prices To Be FOB DestinationlInside DeHvery
SWEEPER TRUCK CAB/CHASSISIDUMP BODY SPECIFICATIONS:
CAB/CHASSIS REQUIREMENTS:
COMPLY·
DESCRIPTION YES NO COMMENTS
1 SERVICEIREPAIRIP ARTS MANUALS:
The bidder shall supply a complete set of chassis
manuals.
II Two (2) Chassis Operator's manuals .. One (1) Chassis Parts manuals Some manuals .. One (1) Chassis Electrical Manual may be combined
.. One (1) Chassis Repair and maintenance with other
manual X manuals
.. One (1) ABS service and repair manual
e One (1) Chassis Engine service and repair
manual
e One (I) Auxiliary Engine service and repair
manual
" One (I) CNG systems service, parts and repair
manual
2 KEYS:
A minimum offive (5) keys for each type of lock,
i.e. door, tool boxes, and/or compartment doors. X
Door and ignition shall be keyed alike.
3 GVWR:
GVW to be minimum of32,900 lb. X 33,000 GVWR
" WHEELBASE:
Wheelbase to be a maximum of 165" and wheel 162"
base shall properly match the length and X
configuration of the sweeper equipment and weight
distribution of unit.
S CAB-TO-AXLE:
The successful bidder shall provide the chassis,
dump body and equipment in the list of
speci ficati ons and shall be responsible for
detennining the appropriate cab-to-axle dimensions X 1 21 "
to ensure proper installation of the chassis,
regenerative air sweeper equipment listed in the
specifications.
6 TURNING RADIUS:
List vehicle tuming radius. Shortest tuming radius X 22 ft.
is desired.
7 CAB:
II Cab Over Chassis X .. Cab shall have torsion spring tilt mechanism
2
8 GAGES:
All steering positions shall have the following
gauges:
.. Primary and secondary air pressure gauge,
.. Engine coolant temperature gauge,
.. Electronic speedometers with odometer and
trip meter,
.. Electronic tachometer,
.. Engine oil pressure gauge,
.. Transmission temperature gauge,
.. Fuel gauge,
.. Voltmeter
AN HOUR METER FOR CHASSIS
ENGINE. AN HOUR METER FOR THE
AUXTILLARY ENGINE MOUNTED ON
PASSENGER SIDE ONLY.
9 DRIVER EQUIPMENT LOCATIONS LEFT
AND RIGHT SIDES:
Equipment shall be provided on both the right and
left hand sides.
.. The foot throttles,
.. Foot brakes,
.. Self-canceling turn signal switches,
<II Separate hazard switches and horn buttons.
10 CENTER CONSOLE:
.. Parking brake control,
.. Transmission shift control,
<II Ignition switch, and
.. Left and right-hand steering selector switch
to be center shift tower console mounted if
applicable.
11 MIRRORS:
Chassis shall be equipped with stainless steel
7"x16" dual west coast min-ors mounted on the
chassis doors.
Electric min-ors on the Driver side.
12 PARABOLIC MIRRORS:
10" diameter chrome parabolic mirrors mounted
under dual west coast min-ors both right and left
sides.
13 AIR CONDITIONING, HEATER,
DEFROSTER:
Heater, defroster, and air conditioner with
recirculation switch to be provided.
14 HEADLIGHTS:
Headlights shall be halogen.
3
x
x
x
x
x
x
x
Hour meter for
sweeper located
in control
console
Dual electric
mirrors
15 CRUISE CONTROL:
Chassis to have cruise control with switch mounted X
in the center panel.
16 WINDSHIELD WIPER CONTROLS:
Windshield wiper control with delay shall be X
provided at both driving positions if applicable.
17 RADIO:
AM/FM radio shall be provided with two speakers. X
Radio to have seek and scan features.
18 DRIVERJP ASSENGER SEATS:
Both seats to be high back cloth bucket non-
X suspension seats with adjustable back angle and
lumbar sllQPort.
19 SEAT COVERS:
Dark cloth X
20 SEAT BELTS:
Three point seats belts to be provided X
21 STORAGE POCKETS: Roof pockets
Storage pockets on left & right-hand doors or on X provided
the roofofthe cab.
22 Grab Handles Exterior: Handles
Long grab handles mounted on outside of cab LH & X mounted inside
RH side.
23 Grab Handles interior:
Grab Handles mounted inside door frame above X
dash on LH and RH sides
24 AIR HORN: Mounted under
Single rectangular air hom 26in LH top of roof X cab
25 WINDOWSIDOORS:
All chassis windows to be tinted. X
Manual Roll Windows and locks.
26 FIRE EXTINGUISHER:
One 5 lb dry chemical type fire extinguisher X
mounted outboard of rider seat
27 TRIANGLE REFLECTOR KIT:
Kit consists of 3 triangles in fllastic carrying case X
28 ENGINE:
Engine shall meet the 2010 emission requirements X with a minimum of 5.9 liters, electronic inline CNG 7.6 liters
gas engine and be turbo-charged if available.
Engine shall be equipped with glow plugs.
29 ENGINE HORSE POWER: 265 HP @
Horsepower rating shall be a minimum of 195 HP X 1900 RPM
@ 2800 RPM. Torque rating shall be a minimum of 725 LB/FT @
420 LBIFT. 1900 RPM
4
30 ENGINE PROTECTIONS SYSTEM:
Engine shall be protected by an electronic engine
integral shutdown system. A warning light will
activate, then after 30 seconds, engine shutdown
X shall occur if the coolant, oil, or air intake
temperature is too high or if the oil pressure is too
low.
31 ENGINE FILTERS:
COOLANT: spin on water filter
OIL: full flow spin on oil filter
FUEL: spin on fuel filter
AffiFILTER:
The air cleaner shall be a heavy duty two stage dual X
element air cleaner with a safety filter element
inside a large capacity filter element. Air filter
restriction indicator shall be mounted on back of
cab on air cleaner bracket.
32 AffiINTAKE:
Air intake shall be vertical snorkel type. At no time
shall the air intake be lowered by the sweeper X
manufacturer to make room for sweeper
components
33 TRANSMISSION: Allison
Transmission shall be an electronic 5-speed X 3000 RDS
automatic Allison 2500 RDS
34 TRANSMISSION SHIFT HANDLE: Push Button
Transmission shall have a T-handle shift lever with X Control Console
park brake indicator.
35 TRANSMISSION COOLER:
Transmission shall be equipped with water to oil X
transmission oil cooler.
36 TRANSMISSION TEMPERATURE GAGE:
Transmission shall have a transm ission oil X
temperature gauge.
37 TRANSMISSION FILTER:
Transmission shall have oil filter and magnetic X
drain plug.
38 COOLING:
Shall be largest, heaviest duty, increased capacity
X system available for size of engine/transmission
offered.
39 RADIATOR FAN: X Radiator fan shall be a viscous drive type.
40 COOLANT:
Heavy duty ethylene glycol coolant shall protect
X engine down to -34 degrees Fahrenheit.
5
41 EXHAUST SYSTEM:
Shall be of a quiet design type with J11IllIITI um
backpressure restriction with the latest Emission
X Device for 2010 CNG engines that meets the
Executive Orders, CARB, and BAAQMD
Requirements for engine model year.
42 EXHAUST:
Engine exhaust shall be vertical left hand side with X
painted stack and rain cap. No exceptions.
43 EMISSION DEVICE:
Chassis engine shall meet the minimum emission
X requirements set forth by the BAAQMD and CARB
for the model year engine
44 AXLES:
Standard Heavy duty axels minimum weight Front: 12,000 lb
capacities: X
Front: 11,900 pounds.
Dual Rear: 21,000 pounds each
45 REAR AXLE:
Rear axle shall be compatible with the power train X
and highway/city speeds.
46 SUSPENSION REQUIREMENTS:
Sweepers that require specialized, non-standard rear
suspension for sweeping mode or transportation
mode and that require the operator to make X
adjustments in the cab to the suspension to allow
the sweeper to sweep or travel at highway speeds
will not be accepted.
47 FRONT SUSPENSION:
11,900 pound Taperleaf suspension w/heavy duty, 12,000 lbs.
direct double acting type shock absorbers with 50 X
degI·ee tum angle.
48 REAR SUSPENSION: 23,000 lb. Rear suspension shall be multi-leaf spring X a spring
suspension with a minimum capacity of 21 ,000 lbs.
49 WHEELS:
Manufacturer shall provide six (6) 10-hole hub-
X piloted steel disc 22.5 X 7.50 Wheels that are the
correct size for 11 R22.S Tires.
50 TIRES FRONTIREAR:
Manufacturer shall supply SIX (6) II R x 22.5 Goodyear G149
Michelin XZE cut and abrasion resistant tires that X
are appropriate for GVW. Front wheels and tires
shall be statically and dynamically balanced.
51 DUAL SIT -DOWN STEERING SYSTEM:
Steering system shall have dual integral power
steering gears if applicable. No dual steering X
installed by the sweeper manufacturer.
6
52 STEERING GEAR BOXES:
The left-hand and right-hand steering locations (if
applicable) shall have their own power steering gear
boxes. Steering gear boxes shall NOT be mounted X
inside the cab. Single or center mounted steering Dual Steering
will not be accepted. Must be right hand or dual
steering installed by chassis dealer.
53 RIGHT & LEFT STEERING SELECTOR:
Chassis to have a left hand/right hand steering X
selector switch in cab if applicable.
54 STEERING COLUMN:
Adjustable telescoping tilt steering column(s) with Non-telescoping
minimum 18 in. steering wheel for both left and X
right locations if applicable.
55 AIR BRAKE SYSTEM:
Dual AIR Brake System for Straight Truck X
Applications with Anti-Lock Brake System
56 ANTI-LOCK BRAKE SYSTEM:
Four channel anti-lock braking system to be X
provided with 4 sensors/ 4 modulators.
57. AIR COMPRESSOR:
Air compressor shall provide minimum 12.9 CFM. X
58 AIR DRYER:
Wabco 1200 series with spin on filter X
59 FRONT BRAKES:
Front brakes to be 15" X 4". WITH DUST X
SHIELDS
60 REAR BRAKES:
Rear brakes to be 16.5" X 7". WITH DUST X
SHIELDS
61 AUTOMATIC SLACK ADJUSTERS:
Front & rear brakes to have automatic slack X
adjusters.
62 AIR TANK DRAIN VALVES
All Air tanks will have drain valves with pull cables
mounted in an easily accessible location toward the X
exterior of cab for operators.
63 ELECTRICAL SYSTEM:
Shall be twelve (12) volt, negative ground system.
Wire piercing connectors are unacceptable; all body X
wiring shall be enclosed in nonmetall ic, flexible
loom, well supported.
64 ALTERNATOR:
Shall be not less than one hundred and thirty (130) X
amp manufacturer's rated capacity.
65 BATTERIES:
Two maintenance free batteries shall be provided X
with 1500 CCA
7
i-6(i1 FUEL TANK.: -----.-----------------; --
Chassis engine to share 51.6-gallol1 diesel
equivalent eNG STORAGE tanks and batteries X
with auxiliary engine. No exceptions.
I 67 TOW HOOKS:
I Front tow hooks to be provided and shall be frame X
mounted.
i
I
68 FRAME RAILS:
Strength shall be compatible to GYWR of the
chassis. Frame rails to be constructed to be 120,000
PSI with RBM of 1,522,800 and 12.69 cubic inch
section modules.
69 ELECTRIC BACKUP ALARM:
Meets SAE J994 and OSHA
70 PAINT CAB/CHASSIS:
The cab and body shall be painted manufacturer's
standard white. The gutter brooms,
pick-up head, sweeper and truck frame shall be
painted polyurethane black.
X
X
X
110,000 PSI
frame rails
SWEEPER EQUIPMENT REQUIREMENTS
COMPLY
DESCRIPTION
71 OPERA TOR CONTROLS:
If applicable, the chassis shall have right hand
steer or dual steering controls. Each steering
location shall have electric controlled foot
throttle, standard gages for oil pressure, water
temperature, voltmeter, tachometer, and an hour
meter for chassis at both steering locations (if
applicable) and one hour meter for auxiliary
engine located on right side of cab or at center
console.
72 SWEEPER CONTROLS:
The sweeper control console shall be mounted in
the middle of cab and shall have the standard
gages for oil pressure, water temperature,
voltmeter, tachometer, and hOllr meter for the
YES NO
X
auxiliary rear sweeper engine. The sweeper X
o ("I
console shall also have the following controls
mounted in a convenient location to the driver for
easy access while driving: leaf bleeder control,
separate switches for left and right gutter brooms,
pickup head switch, hopper dump switch, and
individual spray nozzle switches.
COMMENTS
73 CONSOLE CONTROLS:
Console shall have a water pump on/off switch,
low water level warning light and independent
water control switches for the water nozzles
located at the left gutter broom, right gutter
broom, pickup head, hopper, front bumper, front X
axle, left gutter broom tilt and GEO, right gutter
broom tilt and GEO, and pickup head suction
tube. All switches shall be lighted and have
international symbols for easy identification
74 SWEEPER AUXILIARY ENGINE:
The auxiliary sweeper engine shall be a CNG
fueled, water-cooled industrial engine. Piston
displacement shall not be less than 350 cubic inch
(5.7L) developing not less than 150 HP at 3000
RPM. The engine shall be governed at 65 amp
alternator. X
The cooling system and radiator shall be built in a
manner that they are isolated from vibration.
The engine shall have a full flow oil filter and
heavy-duty dual stage dry type air cleaner with
safety element
75 AUXILIARY ENGINE EMISSION DEVICE:
The auxiliary sweeper CNG engine shall have the
latest LIp to date Engine emission system that is
compliant to current 2010 or newer X
Environmental Protection Agency (E.P.A.) and
California Air Resources Board (CARB) Tier 4
air regulations. The emissions system shall be
installed by the manufacturer as standard
equipment and not as an aftermarket retrofit.
76 HYDRAULIC SYSTEM:
The hydraulic system shall be capable of
providing a minimum of 12 gallons per minute @ X
1800RPM of hydraulic fluid and provide a
minimum 25 gallon reservoir with outside level
indicator.
9
77 WATER SYSTEM:
® The water system shall have a minimum
240-gallon (largest available) water tank 220 gallon
constructed of polyethylene with a low-water capacity
level water alal111.
III Unit shall be equipped with an anti-siphon
water fill with strainer and 25 feet of
wash-down hose.
® The water system shall have a water pump
that will provide sufficient flow and
pressure to the following spray nozzle
locations: left gutter broom, right gutter
broom, pickup head, hopper, front
bumper, front axle, pickup head suction
tube, and a front bumper mounted spray
bar.
® Successful bidder shall install a water
meter in a convenient location on the
passenger side that connects to the water
tank fill inlet. The water meter is
approximately 36 inches long, 8 inches X
wide and 8 inches high. The water meter
must be mounted so it will have sufficient
clearance between existing equipment,
sheet metal, and/or the body and shall
allow for easy connection of plum bing
from the tank inlet to the water meter with
normal plumbing materials.
® Box mounted in a convenient location by
the water meter on the passenger side to
hold the hydrant water hose.
® The water system that feeds the water
spray system shall have filtration device
model Pentek filter %"NPT, model
4BA 78 with filter caJ1ridge # 4BA85
before the water pump and a Pentek filter
W'NPT, Model 150522 with filter
cartridge 3FRT9 after the water pump, but
before the water control spray bar
manifold. Or equal.
78 LOW WATER INDICATOR:
The unit shall have water tank level gage in the X
cab for the water supply tank.
79 BROOM EXTENSION OVERRIDE:
The gutter brooms shall have the capability to
scrub directly in front of the pickup head. The in X
and out gutter broom controls must be controlled
from inside the cab at the sweeper center console.
10
80 GUTTER BROOM EXTENSION:
The gutter broom shall have the capability of
increasing the total sweeping width to X
144" wide.
81 REVERSE OPERATION:
A III Sweeper shall have the capability to sweep
in reverse with head in the lowered
position without causing damage to the X B pickup head.
II> Pick-up head and gutter brooms must not
retract or rise when the chassis is put into
reverse.
82
FAN SYSTEM:
Heavy-duty steel blower shall be used to
A create air pressure and suction (regenerative
air) for removing debris from road surface.
Sweepers that clean road surfaces by using
suction only (pure vacuum) will not be
accepted.
X
Blower to be powered by the sweeper
B auxiliary engine.
The blower shall be a closed face turbine
C Type. Fan to be fully balanced within 1.5
grams on both sides for long fan and bearing life.
FAN BLOWER BEARINGS:
D The fan blower bearings shall have remote
mounted grease zerks for easy access and
greasing.
83 PICKUP HEAD:
The pickup head shall not be less than 90 inches
wide and 36 inches long giving a total head area X
of 3240 square inches for picking up large
volumes of debris.
II
84 PRESSURE AND SUCTION HOSES:
A I> The pressure and sLlction hoses shall be a 14" diameter minimum of 12-inches diameter and
composed of heavy-duty molded wire-
B reinforced rubber.
I> The suction pick-up hose length from the X
pickup head to the hopper shall not exceed
52 inches to provide easy access for
cleaning and removing debris when it
becomes clogged.
85 DRAG SHOES:
A I> Unit must be equipped with carbide drag
shoes to reduce normal wear. X
B I> A two-year warranty shall be provided on
the drag shoes.
86 HOPPER:
Hopper shall be a rear dump design:
It Hopper shall have a minimum volumetric
A capacity of 8.0 cubic yards, with a
minimum usable capacity of not less than
B
7 cubic yards.
It Hopper shall have removable two-piece
screens.
I> The two-piece screens shall be designed in C a manner that they shall drop down for
easy cleaning.
<II The rear drop down portion of the screens X D
will be operated up and down from the
rear of the hopper.
E <II The hopper shall have two side access
doors, one on the left and the right rear of
hopper that allows the operator to clean
the filtration screens from the outside.
F I> Dumping shall be accomplished to the
rear of the unit utilizing a dumping
hydraulic system.
G .. Hopper internal surfaces shall be coated
with an anti-wearlanti-seize coating or
powder coating surface.
87 HOPPER SCREENS: .. Must have the capability of lowering the X
hopper screens from their fixed position
for easy operator access.
12
88 HOPPER DRAINS:
The hopper drain shall provide a minimum 6-inch
hopper drain with shut-off valve to be located X
behind the hopper dump door to allow for the
removal of water prior to emptying debris.
89 HOPPER CLEANER:
It The hopper cleaning system shall have the
capability of providing a complete intemal X
wash down system by the use of conical
spray nozzles located inside the hopper
assembly.
90 STROBE BEACON LIGHTS:
Install LED Tir 3 on front of cab by the cab
running lights on the left and right side of cab X
roof. Install LED Beacon light on rear roof of
sweeper with steel mesh protective covering. On
switch shall power up all LED lighting system.
91 CAMERA:
It A rear-mounted camera with extra camera
head located at right hand gutter broom
side shall be provided.
It The unit shall be equal to a Safety Vision
model SV-CLCD-65-620 with capability X
of seeing up to four screens.
III Cameras and swivel bracket for monitor. .. The monitor swivel bracket will pivot
right to left for operator to view from both
operator positions if applicable.
92 GUTTER BROOM/GROUND LIGHTS:
The OEM gutter broom lights and the rear corner
ground lights shall be Trucklite 80394 lights
instead of OEM supplied lights. X
Front right and left ground lights. All Ground
lights shall have individual light switches.
93 ELECTRICIHYDRAULIC BACKUP
SYSTEM:
The unit shall be equipped with a 12-volt electric X driven hydraulic pump that has the capability to
operate all hydraulic controls using electric power
without using the auxiliary engine.
13
94 SOUND SUPPRESSION:
• The sound suppression system design and
materials used for the auxiliary sweeper
engine shall reduce engine and sweeper
equipment noise to no more than 73
decibels at operating RPM (2,000 RPM)
to diminish early moming disturbance in
residential areas.
., The Hopper shall have a shroud enclosing
the auxiliary engine, muffler, blower
housing, fuel tank, battery box, and
hydraulic tank and cooler. Shroud shall
be designed to help protect components
from the elements and vandals .
., The shroud shall have a screened area
over the auxiliary engine to prevent debris
from falling down around the engine.
x
OPTIONAL EQUIPMENT:
Bidder shall list costs for optional equipment separately from the standard specifications total
cost
DESCRIPTION
95 HOPPER CAPACITY OPTION:
96
If available, provide the additional cost if the
City of Fremont decided to go with a larger
capacity hopper. State the cost of the largest
hopper capacity you can offer and the hopper
size. Stated hopper size shall be the USABLE
capacity in yards.
HOPPER PROTECTNE LINER:
Bidder shall list what type of protective liner that
they can provide, if any, to protect the hopper
interior.
97 DIRCTIONAL LIGHT BAR:
14
The directional light bar shall be equal to a
LED style Whelen Series 500 Model
T A 125NF arrow board mounted on the upper
center of the Hopper dump door.
COMPLY
YES NO COMMENTS
x
x
x
$6,750.00 + salEs tax
8.0 cubic yards
usable capacity
Line-X Special
$3,200.00
$1,650.00
98
SIDE AND REAR LED STROBE LIGHTS:
There shall be Eight (8) Whelen model TlR3
LED Strobes lights mounted in the following
locations using R V03ZCR for vertical mounting
and RSA 032ZCR for horizontal mounting:
Two (2) LED strobes shall be mounted to the
front face of vehicle facing forward.
Two (2) LED strobes shall be mounted below X $850.00
rear hopper door at the left and right sides.
Two (2) LED strobes shall be mounted on the
left side, one in the front and one at the rear in
convenient locations approximately just above
wheel height.
Two (2) LED strobes shall be mounted on the
right side, one in the front and one at the rear in
convenient locations approximately just above
wheel height.
For a total of eight (8) LED Strobe lights
99 REMOTE GUTTER BROOM SWITCHES:
If gutter brooms do not rotate freely, install
remote water proof momentary switches
mounted in a convenient location on the left
and rear of cab to activate the gutter broom X Not required that shall be powered by the electric over
hydraul ic power pack system so that the
operator can replace the brooms or in the cab
passenger and driver side door in a protected
area easily accessible to operator.
MANUFACTURE WARRANTY AND
PARTS AND SUPPORT
15
100 PARTS AND SUPPORT:
Ii> It is necessary that the successful bidder
be able to provide prompt parts and
service support.
Ii> The successful bidder shall maintain parts
inventory and service facilities within
Northern California within 140 miles
from the City of Fremont.
Ii> Parts inventory shall be of sufficient size
and variety to offer an availability of
approximately 95% within 48 hours of
order by this agency.
Ii> A vailability of normal wear items will X
not exceed 24 hours.
Ii> The bidder shall provide a service support
program for evaluation, a daily, weekly,
and monthly operator's maintenance
program, and attach a proposed parts list
for all sweeper equipment. With the
exception of expendables, i.e., light
bulbs, fuses, lubricants, all replacement
parts shall be original equipment
manufacturer (OEM) provided parts.
Ii> No after-market parts shall be accepted.
101 WARRANTY:
Ii> Unit shall be provided with a 12-
MONTH warranty on entire equipment
package.
BASIC VEHICLE WARANTY:
Ii> Basic vehicle warranty to be 2
years/unlim ited distance.
DRIVE TRAIN COMPONENTS
WARRANTY:
Ii> Drive train components warranty to be 3 X
years/un I im ited distance
CHASSIS ENGINE AND AUXILIARY
ENGINE WARRANTY:
Ii> The chassis engine and sweeper auxiliary
engine shall be warranted for 24 months.
CAB STRUCTURE AND SHEET METAL
WARRANTY:
Ii> Cab structure and sheet metal, cab
corrosion, and frame rails & cross
members warranty to be 5
years/unlimited distance.
16
WATER TANK WARRANTY:
$ 250-gallon (or larger) water tank
constructed of polyethylene shall have a
five (5) year warranty.
$ The pickup drag shoes shall be warranted
for two-years.
01> All warranties shall commence on the
date that the completed unit is placed
into service at the City of Fremont and
accepted by fleet services.
01> If the warranty service provider is located
more than 30 miles from the City of X
Fremont, the City will be authorized to
make minor emergency warranty repairs
without pre-authorization.
01> The City of Fremont shall be reimbursed
by the successful bidder for parts and
labor, not to exceed three hundred dollars
($300.00) per incident.
01> For warranty repairs greater than $300.00
the City will request approval before
beginning repairs.
PRE-DELIVERY INSPECTION AND
DELIVERY
102 PRE-BUILD MEETING:
A pre-build meeting shall be held between the
City and the successful contractor to discuss X
locations and dimensions for the water meter,
water supply hose storage, lighting system, and
other equipment details.
103 PRE-TRIP INSPECTION:
The successful bidder shall provide in their bid
price the cost of transporting City Fleet
Representatives (including Final Inspection
below) to and from the factory location via the
most expedient manner, as well as providing
lodging for a one night on-site visit to check the X
project status. The inspection trip shall be
scheduled at a time mutually agreed upon
between the Manufacturer's Representative and
the City of Fremont. An acceptance inspection
shall be conducted at the manufacturer's plant
prior to shipping. The manufacturer shall notify
the City of Fremont 14 days prior to completion
of the unit. All deficiencies noted in the
acceptance inspection shall be corrected before
delivelY to the City of Fremont.
17
,----
FINAL INSPECnON:
I The final inspectioll shall be performed at the
I successful bidder's facility to ensure all
X
I
specifications of the bid have been met before
formal acceptance of the unit by the City of
I Fremont. f------A.~ 104 DELIVERY DATE: 150-210 days
Bidder to state del ivery date.
.0.
105 DELIVERY:
The unit shall be delivered completely assembled
serviced and ready to operate_
The successful bidder shall have a qualified
service representative in attendance with the
sweeper during start up operations to make any X
adjustillents needed and to provide operator and
mechanic training for proper operations and
maintenance that covers the daily, weekly. and
monthly service checks of the unit The unit shall
be equipped with t\\O complete operator-s
manuals, one parts manual and one service
manual --
TRAINING
106 FACTORY SERVICE TECH TRAINING:
The successful bidder shall provide in their bid
price factory service training for two (2) people
that shall include airfare, food, and lodging for X
the duration of the training. This training will be
scheduled when convenient for the City of
I
Fremont within a two-year period from delivery
of the uniL
18
107 VEHICLE REGISTRATION:
The Contractor shall supply at the time of
delivery all vehicle certification and registration
necessary for operation in the State of Cali fornia.
1. Vehicle weight ceI1ificates shall be
supplied when vehicle has been
constructed from a cab and chassis
configuration.
2. Vehicles shall be registered with X
California exempt licensing using DMV
Forn15050.
3. Vehicle registration shall be as follows:
City of Fremont
42551 Osgood Road
Fremont Ca 94539
19
BID FORM CON'f.
BID TO: Purchasing Services
City of Fremont
3300 Capitol Ave., Bldg B.
Fremont, California 94537-5006
BID FROM: Municipal Maintenance Equipment, Inc.
Insert Full Legal Name of Bidder (Fim1 Submitting Bid)
NOTE: The "Bidder" may be referred to herein as the "Bidder" or the "Contractor."
1. ADDENDA. A failure by the Bidder to acknowledge Addenda in this section of the Bid Form may render
the bid non-responsive. Bidder hereby acknowledges receipt of the following Addenda (identified by
Addenda number and date issued):
No.1 issued 1-13-10
2. SCOPE OF BID.
Firm Offer to Provide Goods: Bidder hereby offers to provide to the City the Goods (which may also
referred to herein as "Materials" or "Equipment" or "Property") described on the Bid Spreadsheet (section 5,
below), in accordance with the requirements of the Contract Documents for the amounts quoted in this Bid.
Bidder will not withdraw its Bid for at least sixty days (60) calendar days after the Bid Deadline, unless
otherwise extended by the written agreement of the City and Bidder.
Submittal of Complete Bid. All portions of these Bid Fonns (including the Bid, and any documents
required by the Supplemental Instructions to Bidders [if any] must be properly completed, signed, and
submitted with the Bid. Failure to do so may result in the Bid being deemed non-responsive by the City.
Submittal of Additional Documents. If Bidder is selected as the Lowest Responsible Bidder, Bidder
shall, within ten working days after receipt of notice from the City, deliver to the City all submittals
required (if any) by the Supplemental Instructions to Bidders.
3. CONTRACT TIME.
20
Time of the Essence: Time is of the essence in the perfonnance of all obligations under this Contract,
and all timing requirements shall be strictly adhered to unless otherwise modified by the City in
accordance with the Contract. If awarded the Contract, Bidder agrees to provide the Service within the
time specified in the Invitation For Bids and Contract Documents. The Contractor shall submit all
requests for extensions of time to the City, in writing, with reasonable specificity, no later than ten (10)
working days after the start of the condition which purportedly caused the delay, and not later than the
date on which Goods are due.
4. BID AMOUNT.
21
Total Bid Amount: The Bidder shall identify the Total Bid Amount, which shall equal the total dollar
amount to be paid by the City to the Bidder in retum for the Bidder's performance of all Work in
accordance with the Contract Documents (and payment of all Bidder's costs required thereof, whether or
not specifically identified herein). The Total Bid Amount may also be referred to in the Contract
Documents as the Contract Amount.
Taxes. Contractor shall pay all applicable state and local taxes. The City of Fremont is exempt
from Federal Excise Tax (Registration Number 94830067K). A copy of the exemption certificate
is available upon request.
Packaging and Transportation Costs. Contractor shall pay all packaging, boxing, crating,
cartage, handling, insurance, transportation, loading, and unloading to the delivery points
identified in the Contract Documents. Unless otherwise specifically identified, all shipments
shall be F .O.B. to the Destination identified on the Purchase Order, inside delivery.
Unit Price Bids. For each bid item identified in the Bid Spreadsheet (section 5, below), the
Bidder shall provide a bid item unit price and a bid amount extension (bid item unit price
multiplied by unit quantities equals bid amount extension). In case of a math error or ambiguity,
bid item unit prices shall prevail over the bid amount extensions, and bid amount extensions shall
prevail over the Total Bid Amount.
Modification of Unit Quantities. Until the City's award of the contract for this Project, the City
reserves the right to modify the unit quantities by providing prior written notice to the Bidder.
Bidder agrees to provide the bid items in the revised unit quantities for the unit price set forth in
the Bid Spreadsheet (and the Total Bid Amount to be paid by the City to the Contractor shall be
modified accordingly).
Alternate Bids. If the Bid form does not specifically identify altemate bid items, altemate bids
proposed by the Bidder shall not be considered by the City. However, if the Bid form does
specifically identify altemate bid items, the Bidder shall set forth an Altemate Item Amount for
each Altemate Item. For the purpose of detem1ining the "Lowest Monetary Bidder" for Altemate
Bid Items, in accordance with the Instructions to Bidders, the City will follow: the "Fonnula
Method" identified below.
Formula Method. If the City follows the Formula Method, the Project Manager shall announce
the amount of revenue available for the Project prior to the bid opening. The Lowest Monetary
Bidder shall be the bidder with the lowest Total Bid Amount; provided, however, if the City
detennines that there is insufficient revenue available to fund the Total Bid Amount, the City
may remove Altemate Items in accordance with this subsection, and recalculate the Lowest
Monetary Bidder, accordingly. To the extent that altemates are removed in accordance with this
subsection, the City shall remove alternates one at a time beginning with the last altemate (as
listed in section 5, below), recalculate the Lowest Monetary Bidder accordingly, and compare
with the amount of revenue available to fund the Project.
Local Business Preference. Pursuant to Fremont Municipal Code section 2-9404(f), for the
purpose of comparing bid amounts, the City shall deduct five percent from the Total Bid Amount
of any local owned business for bids from $25,000 to $200,000 (as defined in Fremont Municipal
Code section 2-9101).
Cash Discounts. Must be indicated on Bid Sheet. City's standard payment terms are net 30 days,
as set forth on the Purchase Order. We will accept discount on payment temls, however they will
not be a factor in determine the lowest monetary bidder.
Bid Sheet. Bidder hereby offers to provide to the City the Goods required by the Contract
Documents (as defined in the Supplemental Instructions to Bidders), for the amounts quoted in
this Bid, on Bid Sheet.
5. REPRESENTATIONS OF BIDDER.
22
By SUbmitting this Bid, Bidder declares under penalty of perjury the following representations are
true and con-ect:
Bidder has read and understands all requirements of the Contract Documents, and this Bid is made in
accordance with those requirements. The Contract Documents are more particularly defined in the
Supplemental Instructions to Bidders.
Any questions by the Bidder regarding the meaning of any part of the Contract Documents have been
submitted, in writing, by the Bidder to the City, pursuant to section 2 of the Instructions to Bidders.
Bidder is familiar with all the conditions related to the proposed work, including the availability of
labor, materials (including transportation, handling, delivery, and storage), equipment, and utilities
(including water and electricity), and is familiar with local conditions (including weather, road
access and truck routes) as related to requirements of the Contract Documents.
The Bid is based upon the materials, equipment, and systems required by the Bidding Documents.
The Contract Time, as specified in the Invitation For Bids, is reasonable for performing the Work
and that Contractor is able to perfonn the Work within the Contract Time.
Bidder has the expertise and financial capacity to perform and complete all obligations required by
the Contract Documents.
Bidder is aware of and, if awarded the Contract, will comply with applicable legal requirements,
including all City Regulations (including payment of City business license tax) in its performance of
the Work.
Pursuant to Govemment Code Section 4552, in submitting a Bid to the City, Bidder offers and
agrees that, if the Bid is accepted, it will assign to the City all rights, title and interest in and to all
causes of action it may have under Section 4 of the Clayton Act (15 U.S.c., Section 15)
or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of
the Business and Professions Code), arising from purchases of goods, materials, or services by
Bickler for the sale to City pursuant to the Bid. Such assignment shall be made and become effective
at the time City tenders final payment to Bidder.
Bidder acknowledges that, unless the bidder submits a request for substitution of"equal" materials in
accordance with the requirements of the Contract. and unless the City approves the substitution, the
Bidder I Contractor shall fumish and install the specified material for the Bid Amollnt.
IN WITNESS WHEREOF, the individuals signing this Bid represent and warrant that they have
the right, power, legal capacity, and authority to sign this Bid on behalfofthe Bidder, and have
caused this Bid to be executed by setting hereto their names, titles, and signatures at Sacramento
County, in the State of Cali fornia
HloDER ':rL1>2ZCflJdVT,/tVn-)
(SignClture( C
Nancy Steffan, Corporate Secretary
(Name and Title or Signatories)
1-20-10
(Date)
Munici 1 Maintenance Inc.
(Legal Name or Bidder)
2360 Harvard street
(Bidder's Street and Mailing Address)
Sacramento, CA 95815 -----
(City. Slate. Zip elide)
_~~~-=922-11 01 9 1 6 - 9 2 2 - 1 Dl4 _______ _
(Telephone Number) \L'l,\ Number)
Subject: Purchase of Two New eNG Regenerative Ail'
Sweepers
CITY OF FREMONT
Alameda County, California
Bid #10-030
CONTRACT DOCUMENTS FOR:
PURCHASE OF TWO NEW CNG
REGENERATIVE AIR SWEEPERS
BID #10-030
BID OPENING:
JANUARY 14, 2010 @ 2:00 PeM.
CITY PROJECT MANAGER:
Mark Collins
Fleet Maintenance Supervisor
42551 Osgood Road
510-979-5739
510-979-5749 (Fax)
mcollins@fremont.gov
Page 1 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
NOTICE OF INVITATION FOR BIDS
Bid #10-030
PUBLIC NOTICE IS HEREBY GIVEN THAT the City of Fremont hereby invites
sealed bids for a Contract for the "Project" entitled: Purchase of Two New CNG
Regenerative Air Sweepers.
RECEIPT OF BIDS AND BID OPENING: Bids must be received at: Purchasing
Services, 3300 Capitol Ave., Bldg B; Fremont, Califomia 94537-5006, not later than the
Bid Deadline of2:00 p.m. Thursday, January 14,2010 at which place and time the bids
will be publicly opened and read aloud. The form of the bids shall be in accordance with
the Instructions to Bidders.
PROJECT DESCRIPTION: The Project is more specifically defined in the Contract
Documents, but generally includes the following: Purchase of Two New CNG Regenerative
Air Sweepers.
INTENT: These specifications describe the minimum requirements for the type of
product requested. It is the City's intent to purchase these goods.
CONTRACT DOCUMENTS: Copies of the Contract Documents are available from
Purchasing Services, 3300 Capitol Ave., Bldg. B. Fremont, California 94537-5006 or
online at www.fremont.gov I departmentsifinancel purchasing! currentprojects. No partial sets
will be issued. Call (510) 494-4620 to confinn availability of copies before coming to
pick up documents. Bidders are encouraged to recycle Contract Documents which are no
longer needed.
INQUIRIES ADDRESSED TO PROJECT MANAGER: Any questions regarding
this Project, should be submitied in writing to: Mark Collins, Fleet Maintenance
Supervisor, 42551 Osgood Road, Fremont CA 94539. 510-979-5739, 510-979-5749
mcolIins@fremont.gov.
Page 2 of30
Purchasing Manager
City of Fremont
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
INSTRUCTIONS TO BIDDERS
1. OBTAINING COPIES OF CONTRACT DOCUMENTS
Bid #10-030
Bidders may obtain complete sets of the Contract Documents, at the location designated
in the Invitation for Bids.
Each bidder shall use a complete set of Contract Documents in preparing its bid.
The Contract Documents are more particularly defined on the Supplemental Instructions
to Bidders, and generally include: all Bidding Documents (including the Invitation For
Bids, these Instructions to Bidders, Supplemental Instructions to Bidders, Addenda [if
any], and Bid Forms), the Purchase Order (including the Standard Tenns and
Conditions), and the Specifications.
The City makes copies of the Contract Documents avai lab Ie, on the above terms, for the
sole purpose of obtaining Bids for the Work and does not confer a license or grant
pennission for any other use of the Contract Documents.
2. INTERPRETATION OR CORRECTION OF CONTRACT DOCUMENTS
Bidder shall, before submitting its Bid, carefully study and compare the components of
the Contract Documents, and the conditions under which the Work is to be performed.
Bidder shall review the Supplemental Instructions to Bidders to determine if there are any
particular requirements for this Project which may impact the preparation of the Bid,
including requirements (if any) for: Bid Security, Bonds, Insurance, and any other
req uirements.
In the event Bidder has any question as to the meaning of any paIi of the Contract
Documents, or Bidder finds any enor, omission, inconsistency, or ambiguity in the
Contract Documents, Bidder shall make a written Request for Clarification prior to
submitting its Bid. Requests for clarification or interpretation of the Contract Documents
shall be addressed only to the Project Manager designated in the Invitation for Bids. It
shall be the Bidder's responsibility to ensure that any such request is submitted to the
City in a timely manner, in order to allow for the City to issue a written Addendum.
If necessary, the City shall make clarifications, interpretations, corrections, and changes
to the Contract Documents by Addenda issued as provided in Section 4 of these
Instructions to Bidders, below. Purported clarifications, interpretations, corrections, and
changes to the Contract Documents made in any other manner shall not be binding on the
City, and Bidders shall not rely upon them.
Page 3 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
3. PREFERENCE FOR MA TERIALS
Bid #10-030
If the Contract Documents identify any particular material (including product, thing,
equipment, or service), by patent, proprietary or brand name, or by name of
manufacturer, followed by the phrase "no substitution," the Contractor shall furnish the
specified material for the Bid Amount and within the Contract Time.
If the Contract Documents identify any particular material without using the phrase "no
substitution," the reference to the particular material is used for the purpose of facilitating
its description and shall be deemed to be followed by the words "or equal." A listing of
materials is not intended to be comprehensive, or in order of preference.
Unless a successful bidder (the Contractor) submits a request for substitution of "equal"
materials conculTently with its bid, and the Contractor submits substantiating
documentation to the satisfaction of the City's Project Manager (no later than 10 working
days after the Bid Deadline) which demonstrates that the proposed substitution material is
"equal" to the material specified in the Contract Documents (equal in quality, utility,
reliability, durability, or any other requirements identified in the Contract Documents),
and unless the City's Project Manager approves the substitution, the Contractor shall
furnish the specified material for the Bid Amount and within the Contract Time. If the
City's Project Manager approves the substitution, the Contractor shall furnish the
substitute material for the Bid Amount and within the Contract Time.
4. ADDENDA
Addenda will only be issued in writing. The City will make reasonable efforts to deliver
(via facsimile or U.S. Mail) Addenda to all Bidders who are known by the City to have
received a complete set of Contract Documents and who have provided a street address
for receipt of Addenda.
Each Bidder shall be responsible for ascertaining, prior to submitting its Bid, that it has
received all issued Addenda. City makes no guarantee that all Bidders will receive all the
Addenda. Copies of Addenda will be made available for inspection at the office where
Contract Documents are on file for inspection, as indicated on the Invitation for Bids.
Addenda withdrawing the Invitation for Bids or postponing the Bid Deadline may be
issued anytime prior to the Bid Deadline. If any Addenda results in a material change
(addition or deletion) to the Contract Documents, the Bid Deadline shall be extended by
the City by not less than 72 hours.
Each Bidder shall acknowledge receipt of all Addenda on the Bid F0Il11. Failure to
acknowledge receipt of Addenda may render the bid non-responsive.
Page 40f30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
5. FILLING IN BID FORMS BY BIDDERS
Bid #10-030
Bids shall be submitted on the Bid FOIll1S included within the Bidding Documents. A
complete bid package, with all Bid Forms, must be submitted, including: The Bid Form.
Any other information or documents required by the Supplemental Instructions to
Bidders.
All blanks on the Bid Forms shall be filled in by typewriter or printed legibly in ink.
Interlineations, alterations, and erasures must all be individually initialed by the Bidder.
Bidder shall acknowledge receipt of all Addenda.
Bidder shall not modify or qualify the Bid Forms in any manner.
The Bid Forms shall be signed by a person or persons legally authorized to bind Bidder to
the Contract. The individuals signing each document shall warrant that they are
authorized to bind the legal entity of the Bidder.
6. SUBMISSION OF BIDS
All Bid Fonns, including all documents required to be submitted with the Bid, shall be
enclosed in a sealed opaque envelope. The envelope shall be clearly marked on its face
with the Bidder's name and address, and the notation "SEALED BID ENCLOSED,
CITY OF FREMONT" with an identification of the project name and number as
identified on the Invitation for Bids.
Bids may be mailed or delivered by person or messenger. It is the Bidder's responsibility
alone to ensure that the Bid is received at the place (and prior to the Bid Deadline)
specified in the Invitation for Bids. Any Bid received after the exact time of the Bid
Deadline shall be returned unopened. The exact time of the Bid Deadline shall be
detennined by the City Project Manager (or other City employee designated as
responsible for the bid opening).
Oral, telephonic, facsimile, telegraphic, or electronically transmitted Bids are
invalid and will not be accepted.
Page 5 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
7 . WITHDRAW AL OF BIDS
Bid #10-030
After a Bid is received by the City, the Bid may be withdrawn only by a written request
signed by the Bidder. In order to cause a withdrawal of the Bid, the request must be
received by the City at the place (and prior to the Bid Deadline) specified in the Invitation
for Bids.
No oral request for withdrawal will be considered. No oral or written request for
modification will be considered.
The withdrawal of a Bid shall not prejudice the right of the Bidder to submit a new Bid,
provided the new Bid is submitted in accordance with these Bidding Requirements.
After the Bid Deadline, no bidder shall withdraw its bid for a period of at least one
hundred and twenty days (120) calendar days following the Bid Deadline, subject to the
exceptions stated in this section 7. The one hundred and twenty (120) day review period
may be extended upon the written request by the Project Manager, and written approval
by the affected Bidders.
A Bidder shall be permitted to withdraw a Bid after the Bid Deadline only if the Bidder
establishes, to the satisfaction of the Project Manager, all of the elements identified in
Fremont Municipal Code section 2-9403, including the following:
.. A clerical error was made by the Bidder in filling out the Bid; and the error was
not due to error in judgment or to carelessness in determining the Project
requirements.
.. The clerical error caused the Bid to be materially different than the Bidder
intended the Bid to be.
The Bidder gave the City written notice within five calendar days after the Bid
Deadline of the mistake, specifying in the notice in detail the nature of the
mistake and how the mistake occurred.
Page 6 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
8. OPENING AND INITIAL REVIEW OF BIDS BY THE CITY
Bid #10-030
Bids which have been submitted in accordance with the requirements of the Bidding
Documents, and which are received on or before the Bid Deadline will be opened
publicly, and the dollar amounts of each bid shall be read aloud.
The City shall have the right to reject all Bids.
The City shall have the right to reject any Bid not accompanied by Bid Security (if
required by the Supplemental Instructions to Bidders) or any other item required by the
Bidding Documents, or a Bid which is in any other way incomplete or irregular.
The City shall have the right to waive irregularities in a Bid, and to award the Contract to
the Lowest Responsible Bidder (as detennined by the City), only if the irregularities are
non-material and inconsequential.
9. CITY'S DETERMINATION OF LOWEST RESPONSIBLE BIDDER
The term "Lowest Responsible Bidder" shall mean the "Lowest Monetary Bidder" whose
Bid is "responsive," and who is "responsible" to provide the Goods required by the
Contract Documents, as those terms are defined by State law and the City'S Purchasing
Code (Fremont Municipal Code title 2, chapter 9). This section 9 summarizes the
procedure by which the City will detennine the "Lowest Responsible Bidder" in
accordance with State law.
The City shall detennine the "Lowest Monetary Bidder" on the basis of the Bid Amount,
in accordance with the calculation criteria set fOlih on the Bid.
After the "Lowest Monetary Bidder" has been determined, the Lowest Monetary Bidder's
Bid will be evaluated by the Project Manager in order to determine whether or not that
Bid is "responsive." The term "responsive" generally means that the Bid has been
prepared and submitted in accordance with the requirements of the Bidding Documents.
If the Lowest Monetary Bidder's Bid is responsive, that Bidder's qualifications will be
evaluated by the Project Manager to detemline whether or not the Bidder is "responsible"
to perfonn the Work required by the Contract Documents. The Project Manager shall
review "responsibility" of Bidders in accordance with the criteria set forth in Instructions
to Bidders section 10.
If the Project Manager finds that the Lowest Monetary Bidder's Bid is not responsive, or
that the Lowest Monetary Bidder is not responsible, then the Project Manager may
review the responsiveness and responsibility of the next Low Monetary Bidder. This
process may continue until the Project Manager finds the Lowest Monetary Bidder which
is also responsive and responsible. In the event that one or more Low Monetary Bidders
Page 7 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Bid #10-030
are found by the Project Manager to be non-responsive or non-responsible, those Bidders
will be given notice and a reasonable opportunity to present additional relevant evidence
to the Project Manager, within five working days after the Bidder receives the notice.
All findings by the Project Manager shall be reported as recommendations to the City's
Authorized Representative. The City reserves the right to reject any or all Bids, and to
waive any irregularity. If the City's Authorized Representative detennines that it is in the
City's best interest to award the Contract, notice shall be provided to the Lowest
Responsible Bidder. No Bid shall be binding upon the City until after the Purchase Order
is signed by the City.
The City may investigate the responsibility and qualifications of all Bidders to whom the
award is contemplated for a period not to exceed one hundred and twenty (120) days after
the Bid Deadline. The one hundred and twenty (120) day review period may be extended
upon the written request by the Project Manager and written approval by the affected
Bidders.
10. CITY'S DETERMINATION OF RESPONSIBILITY
The tel111 "responsible" generally means that the Bidder is able to demonstrate that it
possesses: (1) the capacity to provide the Goods required by the Contract Documents
with respect to financial strength, resources available, and experience; and (2) the
integrity and trustworthiness to complete performance of the Work in accordance with
the Contract Documents. The City may consider the following factors, in relation to the
Goods to be purchased for this Project, in detennining whether or not a Bidder is
"responsible": Demonstrated financial strength including, but not limited to, resources
available.
11. OTHER PUBLIC AGENCIES.
Use of this Contract may be extended to other tax supported agencies that have not
contracted for their own requirements and who may desire to participate in the contract.
The contractor will be requested to service these agencies and will be given the
opportunity to accept or reject the additional requirements. If the contractor elects to
service them, orders will be placed directly by the agency and each agency will make
payment directly to the contractor.
12. F.O.B POINT
All shipments shall be FOB Destination, unless otherwise indicated in the bid
specifications. Any charges for boxing, packing, crating, cartage, handling, insurance,
unloading, inside delivery, and any other related charges shall be included in the bid price
provided on the Bid Fonn.
Page 8 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
13. INVOICING AND PAYMENTS
Bid #10-030
City shall make payments to Contractor for all commodities delivered by Contractor
pursuant to this Contract. Contractor shall submit an invoice, in duplicate, for
commodities delivered and City shall pay the invoiced fee within thirty (30) days after
receipt and acceptance that invoice is correct.
Invoices shall be submitted to:
14. PAYMENT
City of Fremont
Financial Services
Attention: Accounts Payable
PO Box 5006
Fremont Ca 94537
The vendor shall be paid upon delivery and acceptance of items and upon receipt of
correct invoice(s). The vendor must invoice the City of Fremont, Accounts Payable
Division, PO Box 5006, Fremont, Ca 94537-5006, in order to initiate the payment
process. Invoices shall conspicuously display the City's purchase order number.
Payment discounts of 20 to 30 days will be considered in the bid evaluation. If no
discount is given, terms will be Net 30 Days from the receipt of correct invoices.
Payment terms of less than 20 calendar days are not acceptable.
15. BID RESULTS
Bid results can be found on the city website at:
www.fremont.gov/depm1ments/finance/purchasing/bidresults. Results are usually posted
on the website within 48 hours.
16. VEHICLE REGISTRATION
The Contractor shall supply at the time of delivery all vehicle certification and
registration necessary for operation in the State of California.
I. Vehicle weight certificates shall be supplied when vehicle has been constructed
from a cab and chassis configuration.
2. Vehicles shall be registered with California exempt licensing using DMV form
5050.
Page 9 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
3. Vehicle registration shall be as follows:
City of Fremont
42551 Osgood Rd
Fremont Ca 94539
17. REFERENCES
Bid #10-030
The following documents must be submitted with your bid. Bids that do not include
these documents may be considered incomplete and may disqualify your bid.
Bidders shall provide a user reference list with a minimum of (3) three local users.
References shall include the company name, address, telephone number and contact
person of customers whom bidder authorizes the City to contact.
Page 10 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Bid #10-030
GENERAL MINIMUM SPECIFICATIONS FOR NEW REGENERATIVE AIR
STREET SWEEPER
It is the intent of these specifications to describe a 2010 or newer CNG Regenerative Air
Sweeper cab over chassis which is sufficiently rated to transport a full load of sweeping
debris at speeds up to 55 MPH. For safety and comfort of the operator and for quick,
local service along with local availability of repair parts, the chassis will NOT be a
purpose built chassis built by the sweeper manufacturer. The chassis shall be equipped
with spring suspension on both axles, single right hand drive or dual steering and
operator controls, and automatic transmission. All tires shall be the same size and have
dual tires on each side of the rear axle (six-wheel configuration). No material deviations
to these specifications will be allowed as determined by the City's Fleet Manager.
OPTIONAL EQUIPMENT:
Listed at the end of the bid specifications are requests for the incremental cost increases
for optional equipment. These costs shall be listed separately from the standard
specifications total cost.
GENERAL VEHICLE SPECIFICATIONS:
The purchase will be for two (2) 20 I 0 or Newer Model CNG Regenerative Air Sweepers
UD Nissan Chassis with a minimum Gross Vehicle Weight Rating of32,900 pounds. The
Regenerative Air Sweeper and chassis shall meet all specifications listed below under
Sweeper Truck Cab/Chassis Specifications.
GENERAL CONDITIONS:
The 2010 or newer CNG Regenerative Air Sweeper, cab, and chassis, and sweeper
equipment shall be completely equipped as specified and shall be ready for service upon
delivery. It is the responsibility of the prime bidder to insure body/Chassis integrity. The
complete unit shall comply with the latest editions of the California Vehicle code,
California Code of Regulations, SAE Standards, Federal Motor Vehicle Standards, and
provisions of Cal OSHA. The omission from the specifications of any standard feature as
shown in the manufacturer's brochure shall not alleviate the successful bidder from the
responsibility of furnishing a complete truck, cab, and chassis with installed dump body
with all of the manufacturer's latest improvements in current production unless
specifically deleted in the specifications. The complete units and all components shall be
standard and cataloged by the major manufacturer.
INSTRUCTIONS:
The bidder shall indicate his compliance with a "Yes" or non-compliance with a "No" for
each line item specification and state exceptions under comments column. Any space left
blank shall be considered non-compliant. State comments and/or exceptions in the blank
spaces provided for each section regarding the vehicle or equipment offered
corresponding to the specifications set fOlih.
Page 11 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Bid #10-030
FAILURE TO COMPLETE ALL BLANK SPACES WILL OTHERWISE BE
DETERMINED AS VENDOR NOT MEETING SPECIFICA nONS MINIMUMS.
SWEEPER TRUCK CAB/CHASSISfDUMP BODY SPECIFICATIONS:
CAB/CHASSIS REQUIREMENTS: ..
. ..... ...... ' ' ... :, . COMPLY
DESCRIPTION YES NO COMMENTS
1 SERVICEIREPAIRIP ARTS MANUALS:
The bidder shall supply a complete set of chassis
manuals. .. Two (2) Chassis Operator's manuals
II> One (1) Chassis Parts manuals
II> One (1) Chassis Electrical Manual .. One (1) Chassis Repair and maintenance
manual .. One (1) ABS service and repair manual
II> One (1) Chassis Engine service and repan
manual
II> One (1) Auxiliary Engine service and repmr
manual
II> One (l) CNG systems service, parts and repair
manual
2 KEYS:
A minimum of five (5) keys for each type of lock,
i.e. door, tool boxes, and/or compartment doors.
Door and ignition shall be keyed alike.
3 GVWR:
GVW to be minimum of32,900 lb.
4 WHEELBASE:
Wheelbase to be a maximum of 165" and wheel
base shall properly match the length and
configuration of the sweeper equipment and weight
distribution of unit.
5 CAB-TO-AXLE:
The successful bidder shall provide the chassis,
dump body and equipment 111 the list of
specifications and shall be responsible for
determining the appropriate cab-to-axle dimensions
to ensure proper installation of the chassis,
regenerative air sweeper equipment listed in the
specifications.
6 TURNING RADIUS:
List vehicle turning radius. Shortest turning radius
Page 12 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
is desired.
7 CAB:
.. Cab Over Chassis
.. Cab shall have torsion spring tilt mechanism
8 GAGES:
All steering positions shall have the following
gauges:
.. Primary and secondary air pressure gauge,
.. Engine coolant temperature gauge,
.. Electronic speedometers with odometer and
trip meter,
.. Electronic tachometer,
.. Engine oil pressure gauge,
.. Transmission temperature gauge,
.. Fuel gauge,
.. Voltmeter
AN HOUR METER FOR CHASSIS
ENGINE. AN HOUR METER FOR THE
AUXTILLARY ENGINE MOUNTED ON
PASSENGER SIDE ONLY.
9 DRIVER EQUIPMENT LOCATIONS LEFT
AND RIGHT SIDES:
Equipment shall be provided on both the right and
left hand sides.
.. The foot throttles,
e Foot brakes,
.. Self-canceling tum signal switches,
.. Separate hazard switches and horn buttons.
10 CENTER CONSOLE:
.. Parking brake control,
.. Transmission shift control,
.. Ignition switch, and
.. Left and right-hand steering selector switch
to be center shift tower console mounted if
applicable.
11 MIRRORS:
Chassis shall be equipped with stainless steel
7"x 16" dual west coast mirrors mounted on the
chassis doors.
Electric mirrors on the Driver side.
12 PARABOLIC MIRRORS:
1 0" diameter chrome parabolic mirrors mounted
under dual west coast mirrors both right and left
sides.
13 AIR CONDITIONING, HEATER,
Page 13 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
DEFROSTER:
Heater, defroster, and air conditioner with
recirculation switch to be provided.
14 HEADLIGHTS:
Headlights shall be halogen.
15 CRUISE CONTROL:
Chassis to have cruise control with switch mounted
in the center panel.
16 WINDSHIELD WIPER CONTROLS:
Windshield wiper control with delay shall be
provided at both driving positions if applicable.
17 RADIO:
AM/FM radio shall be provided with two speakers.
Radio to have seek and scan features.
18 DRIVERIPASSENGER SEATS:
Both seats to be high back cloth bucket 11011-
suspension seats with adjustable back angle and
lumbar support.
19 SEAT COVERS:
Dark cloth
20 SEAT BELTS:
Three point seats belts to be provided
21 STORAGE POCKETS:
Storage pockets on left & right-hand doors or on
the roof of the cab.
22 Grab Handles Exterior:
Long grab handles mounted on outside of cab LH
& RH side.
23 Grab Handles interior:
Grab Handles mounted inside door frame above
dash on LH and RH sides
24 AIR HORN:
Single rectangular air hom 26in LH top of roof
25 WINDOWS/DOORS:
All chassis windows to be tinted.
Manual Roll Windows and locks.
26 FIRE EXTINGUISHER:
One 5 Ib dry chemical type fire extinguisher
mounted outboard of rider seat
27 TRIANGLE REFLECTOR KIT:
Kit consists of 3 triangles in plastic carrying case
28 ENGINE:
Engine shall meet the 20 I 0 emission requirements
with a minimum of 5.9 liters, electronic inline CNG
gas engine and be turbo-charged if available.
Engine shall be equipped with glow plugs.
Page 14 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
29 ENGINE HORSE POWER:
Horsepower rating shall be a minimum of 195 HP
@ 2800 RPM. Torque rating shall be a minimum of
420 LB/FT.
30 ENGINE PROTECTIONS SYSTEM:
Engine shall be protected by an electronic engine
integral shutdown system. A warning light will
activate, then after 30 seconds, engine shutdown
shall occur if the coolant, oil, or air intake
temperature is too high or if the oil pressure is too
low.
31 ENGINE FIT.. TERS:
COOLANT: spin on water filter
OIL: full flow spin on oil filter
FUEL: spin on fuel filter
AIR FILTER:
The air cleaner shall be a heavy duty two stage dual
element air cleaner with a safety filter element
inside a large capacity fi Iter element. Air filter
restriction indicator shall be mounted on back of
cab on air cleaner bracket.
32 AIR INTAKE:
Air intake shall be vertical snorkel type. At no time
shall the air intake be lowered by the sweeper
manufacturer to make room for sweeper
components
33 TRANSMISSION:
Transmission shall be an electronic 5-speed
automatic Allison 2500 RDS
34 TRANSMISSION SHIFT HANDLE:
Transmission shall have aT-handle shift lever with
park brake indicator.
35 TRANSMISSION COOLER:
Transmission shall be equipped with water to oil
transmission oil cooler.
36 TRANSMISSION TEMPERATURE GAGE:
Transmission shall have a transmission oil
temperature gauge.
37 TRANSMISSION FILTER:
Transmission shall have oil filter and magnetic
drain plug.
38 COOLING:
Shall be largest, heaviest duty, increased capacity
system available for size of engineitransmission
offered.
39 RADIATOR FAN:
Page 15 of30
Bid #10~030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Radiator fan shall be a viscous drive type.
40 COOLANT:
Heavy duty ethylene glycol coolant shall protect
engine down to -34 degrees Fahrenheit.
41 EXHAUST SYSTEM:
Shall be of a quiet design type with IniniITIUlTI
backpressure restriction with the latest Emission
Device for 2010 CNG engines that meets the
Executive Orders, CARB, and BAAQMD
Requirements for engine model year.
42 EXHAUST:
Engine exhaust shall be vertical left hand side with
painted stack and rain cap. No exceptions.
43 EMISSION DEVICE:
Chassis engine shall meet the minimum emission
requirements set forth by the BAAQMD and
CARB for the model year engine
44 AXLES:
Standard Heavy duty axels
capacities:
Front: 11,900 pounds.
Dual Rear: 21,000 pounds each
45 REAR AXLE:
minimum weight
Rear axle shall be compatible with the power train
and highway/city speeds.
46 SUSPENSION REQUIREMENTS:
Sweepers that require specialized, non-standard
rear suspension for sweepll1g mode or
transportation mode and that require the operator to
make adjustments in the cab to the suspension to
allow the sweeper to sweep or travel at highway
speeds will not be accepted.
47 FRONT SUSPENSION:
11,900 pound Taperleaf suspension w/heavy duty,
direct double acting type shock absorbers with 50
degree tum angle.
48 REAR SUSPENSION:
Rear suspension shall be a multi-leaf sprIng
suspension with a minimum capacity of 21,000 Ibs.
49 WHEELS:
Manufacturer shall provide six (6) lO-hole hub
piloted steel disc 22.5 X 7.50 Wheels that are the
con-ect size for 11 R22.5 Tires.
50 TIRES FRONTIREAR:
Manufacturer shall supply SIX (6) II R x 22.5
Michelin XZE cut and abrasion resistant tires that
Page 16 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
are appropriate for GYW. Front wheels and tires
shall be statically and dynamically balanced.
51 DUAL SIT -DOWN STEERING SYSTEM:
Steering system shall have dual integral power
steering gears if applicable. No dual steering
installed by the sweeper manufacturer.
52 STEERING GEAR BOXES:
The left-hand and right-hand steering locations (if
applicable) shall have their own power steering
gear boxes. Steering gear boxes shall NOT be
mounted inside the cab. Single or center mounted
steering will not be accepted. Must be right hand
or dual steering installed by chassis dealer.
53 RIGHT & LEFT STEERING SELECTOR:
Chassis to have a left handlright hand steering
selector switch in cab if applicable.
54 STEERING COLUMN:
Adjustable telescoping tilt steering column(s) with
minimum 18 in. steering wheel for both left and
right locations if applicable.
55 Am BRAKE SYSTEM:
Dual AIR Brake System for Straight Truck
Applications with Anti-Lock Brake System
56 ANTI-LOCK BRAKE SYSTEM:
Four channel anti-lock braking system to be
provided with 4 sensors! 4 modulators.
57 Am COMPRESSOR:
Air compressor shall provide minimum 12.9 CFM.
58 Am DRYER:
Wabco 1200 series with spin on filter
59 FRONT BRAKES:
Front brakes to be 15" X 4". WITH DUST
SHIELDS
60 REAR BRAKES:
Rear brakes to be 16.5" X 7". WITH DUST
SHIELDS
61 AUTOMATIC SLACK ADJUSTERS:
Front & rear brakes to have automatic slack
adjusters.
62 Am TANK DRAIN VALVES
All Air tanks will have drain valves with pull
cables mounted in an easily accessible location
toward the exterior of cab for operators.
63 ELECTRICAL SYSTEM:
Shall be twelve (12) volt, negative ground system.
Page 17 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Wire piercing connectors are unacceptable; all body
wiring shall be enclosed in nonmetallic, flexible
loom, well supported.
64 ALTERNATOR:
Shall be not less than one hundred and thiliy (130)
amp manufacturer's rated capacity.
65 BATTERIES:
Two maintenance free batteries shall be provided
with 1500 CCA
66 FUEL TANK:
Chassis engll1e to share 51.6-gallon diesel
equivalent CNG STORAGE tanks and batteries
with auxiliary engine. No exceptions.
67 TOW HOOKS:
Front tow hooks to be provided and shall be frame
mounted.
68 FRAME RAILS:
Strength shall be compatible to GYWR of the
chassis. Frame rails to be constmcted to be 120,000
PSI with RBM of 1,522,800 and 12.69 cubic inch
section modules.
69 ELECTRIC BACKUP ALARM:
Meets SAE J994 and OSHA
70 PAINT CAB/CHASSIS:
The cab and body shall be painted manufacturer's
standard white. The gutter brooms,
pick-up head, sweeper and truck frame shall be
painted polyurethane black.
Bid #10-030
SWEEPER EQUIPMENT REQUIREMENTS
COMPLY
DESCRIPTION YES NO COMMENTS
71 OPERATOR CONTROLS:
If applicable, the chassis shall have right hand
steer or dual steering controls. Each steering
location shall have electric controlled foot
throttle, standard gages for oil pressure, water
temperature, voltmeter, tachometer, and an hour
meter for chassis at both steering locations (if
applicable) and one hour meter for auxiliary
engine located on right side of cab or at center
console.
72 SWEEPER CONTROLS:
The sweeper control console shall be mounted in
the middle of cab and shall have the standard
Page 18 of30
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
gages for oil pressure, water temperature,
voltmeter, tachometer, and hour meter for the
auxiliary rear sweeper engine. The sweeper
console shall also have the following controls
mounted in a convenient location to the driver for
easy access while driving: leaf bleeder control,
separate switches for left and right gutter brooms,
pickup head switch, hopper dump switch, and
individual spray nozzle switches.
73 CONSOLE CONTROLS:
Console shall have a water pump on/off switch,
low water level warning light and independent
water control switches for the water nozzles
located at the left gutter broom, right gutter
broom, pickup head, hopper, front bumper, front
axle, left gutter broom tilt and GEO, right gutter
broom tilt and GEO, and pickup head suction
tube. All switches shall be lighted and have
international symbols for easy identification
74 SWEEPER AUXILIARY ENGINE:
The auxiliary sweeper engine shall be a CNG
fueled, water-cooled industrial engine. Piston
displacement shall not be less than 350 cubic inch
(5.7L) developing not less than 150 I-IP at 3000
RPM. The engine shall be governed at 65 amp
alternator.
The cooling system and radiator shall be built in a
manner that they are isolated from vibration.
The engine shall have a full flow oil filter and
heavy-duty dual stage dry type air cleaner with
safety element
75 AUXILIARY ENGINE EMISSION DEVICE:
The auxiliary sweeper CNG engine shall have the
latest up to date Engine emission system that is
compliant to current 2010 or newer
Environmental Protection Agency (E.P.A.) and
California Air Resources Board (CARB) Tier 4
air regulations. The emissions system shall be
installed by the manufacturer as standard
equipment and not as an aftermarket retrofit.
76 HYDRAULIC SYSTEM:
The hydraulic system shall be capable of
providing a minimum of 12 gallons per minute @
1800RPM of hydraulic fluid and provide a
minimum 25 gallon reservoir with outside level
indicator.
Page 19 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
77 WATER SYSTEM:
• The water system shall have a minimum
240-gallon (largest avai lable) waler tank
constructed of polyethylene with a low-
level water alann.
1& Unit shall be equipped with an anti-siphon
water fill with strainer and 25 feet of
wash-down hose.
• The water system shall have a water pump
that will provide sufficient flow and
pressure to the following spray nozzle
locations: left gutter broom, right gutter
broom, pickup head, hopper, front
bumper, front axle, pickup head suction
tube, and a front bumper mounted spray
bar.
• Successful bidder shall install a water
meter in a convenient location on the
passenger side that connects to the water
tank fill inlet. The water meter is
approximately 36 inches long, 8 inches
wide and 8 inches high. The water meter
must be mounted so it will have sufficient
clearance between existing equipment,
sheet metal, and/or the body and shall
allow for easy connection of plumbing
from the tank inlet to the water meter with
normal plumbing materials.
G Box mounted in a convenient location by
the water meter on the passenger side to
hold the hydrant water hose.
G The water system that feeds the water
spray system shall have filtration device
model Pentek filter Y.,"NPT, model
4BA 78 with filter cartridge # 4BA85
before the water pump and a Pentek filter
y,,"NPT, Model 150522 with filter
cartridge 3FRT9 after the water pump, but
before the water control spray bar
manifold. Or equal.
78 LOW WATER INDICATOR:
The unit shall have water tank level gage in the
cab for the water supply tank.
79 BROOM EXTENSION OVERRIDE:
The gutter brooms shall have the capability to
Page 20 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
scrub directly in front of the pickup head. The in
and out gutter broom controls must be controlled
from inside the cab at the sweeper center console.
80 GUTTER BROOM EXTENSION:
The gutter broom shall have the capability of
increasing the total sweeping width to
144" wide.
81 REVERSE OPERATION:
A • Sweeper shall have the capability to
sweep in reverse with head in the lowered
position without causing damage to the
B pickup head.
82
• Pick-up head and gutter brooms must not
retract or rise when the chassis is put into
reverse.
FAN SYSTEM:
Heavy-duty steel blower shall be used to
A create air pressure and suction (regenerative
air) for removing debris from road surface.
Sweepers that clean road surfaces by using
suction only (pure vacuum) will not be
accepted.
Blower to be powered by the sweeper
B auxiliary engine.
The blower shall be a closed face turbine
C Type. Fan to be fully balanced within 1.5
grams on both sides for long fan and bearing life.
FAN BLOWER BEARINGS:
D The fan blower bearings shall have remote
mounted grease zerks for easy access and
greasing.
Page 21 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
83 PICKUP HEAD:
The pickup head shall not be less than 90 inches
wide and 36 inches long giving a total head area
of 3240 square inches for picking up large
volumes of debris.
84 PRESSURE AND SUCTION HOSES:
A III The pressure and suction hoses shall be a
minimum of 12-inches diameter and
composed of heavy-duty molded wire-
reinforced rubber.
B " The suction pick-up hose length from the
pickup head to the hopper shall not exceed
52 inches to provide easy access for
cleaning and removing debris when it
becomes clogged.
85 DRAG SHOES:
A " Unit must be equipped with carbide drag
shoes to reduce normal wear.
B " A two-year wan·anty shall be provided on
the drag shoes.
Page 22 of 30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Ail'
Sweepers
86 HOPPER:
Hopper shall be a rear dump design:
" Hopper shall have a minimum volumetric
A capacity of 8.0 cubic yards, with a
minimum usable capacity of not less than
B
7 cubic yards.
GO Hopper shall have removable two-piece
screens. .. The two-piece screens shall be designed C in a manner that they shall drop down for
easy cleaning.
" The rear drop down portion of the screens D
will be operated up and down from the
rear of the hopper.
E " The hopper shall have two side access
doors, one on the left and the right rear of
hopper that allows the operator to clean
the filtration screens from the outside.
F " Dumping shall be accomplished to the
rear of the unit utilizing a dumping
hydraulic system.
G .. Hopper internal surfaces shall be coated
with an anti-wear/anti-seize coating or
powder coating surface.
87 HOPPER SCREENS:
.. Must have the capability of lowering the
hopper screens from their fixed position
for easy operator access.
88 HOPPER DRAINS:
The hopper drain shall provide a minimum 6-inch
hopper drain with shut-off valve to be located
behind the hopper dump door to allow for the
removal of water prior to emptying debris.
Page 23 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
89 HOPPER CLEANER:
.. The hopper cleaning system shall have the
capability of providing a complete internal
wash down system by the use of conical
spray nozzles located inside the hopper
assembly.
90 STROBE BEACON LIGHTS:
Install LED Tir 3 on front of cab by the cab
running lights on the left and right side of cab
roof. Install LED Beacon light on rear roof of
sweeper with steel mesh protective covering. On
switch shall power up all LED lighting system.
91 CAMERA: .. A rear-mounted camera with extra camera
head located at right hand gutter broom
side shall be provided.
• The unit shall be equal to a Safety Vision
model SV-CLCD-65-620 with capability
of seeing up to four screens. .. Cameras and swivel bracket for monitor. .. The monitor swivel bracket will pivot
right to left for operator to view from both
operator positions if applicable.
92 GUTTER BROOM/GROUND LIGHTS:
The OEM gutter broom lights and the rear corner
ground lights shall be Trucklite 80394 lights
instead of OEM supplied lights.
Front right and left ground lights. All Ground
lights shall have individual light switches.
93 ELECTRICIHYDRAULIC BACKUP
SYSTEM:
The unit shall be equipped with a I 2-volt electric
driven hydraulic pump that has the capability to
operate all hydraulic controls using electric power
without using the auxiliary engine.
94 SOUND SUPPRESSION:
• The sound suppression system design and
materials used for the auxiliary sweeper
engine shall reduce engine and sweeper
equipment noise to no more than 73
decibels at operating RPM (2,000 RPM)
Page 24 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
to diminish early morning disturbance in
residential areas.
II> The Hopper shall have a shroud enclosing
the auxiliary engine, muffler, blower
housing, fuel tal1k, battery box, and
hydraulic tank and cooler. Shroud shall
be designed to help protect components
from the elements and vandals.
e The shroud shall have a screened area
over the auxiliary engine to prevent debris
from falling down around the engine.
OPTIONAL EQUIPMENT:
Bid #10-030
Bidder shall list costs for optional equipment separately from the standard specifications total
cost.
95
DESCRIPTION
HOPPER CAPACITY OPTION:
If available, provide the additional cost if the
City of Fremont decided to go with a larger
capacity hopper. State the cost of the largest
hopper capacity you can offer and the hopper
size. Stated hopper size shall be the USABLE
capacity in yards.
96 HOPPER PROTECTIVE LINER:
Bidder shall list what type of protective liner that
they can provide, if any, to protect the hopper
interior.
97 DIRCTIONAL LIGHT BAR:
98
The directional light bar shall be equal to a
LED style Whelen Series 500 Model
TAI25NF arrow board mounted on the upper
center of the Hopper dump door.
SIDE AND REAR LED STROBE LIGHTS:
There shall be Eight (8) Whelen model TIR3
LED Strobes lights mounted in the following
locations using RV03ZCR for vertical mounting
and RSA 032ZCR for horizontal mounting:
Two (2) LED strobes shall be mounted to the
front face of vehicle facing forward.
Two (2) LED strobes shall be mounted below
rear hopper door at the left and right sides.
Two (2) LED strobes shall be mounted on the
left side, one in the front and one at the rear in
convenient locations approximately just above
wheel height.
Page 25 of30
COMPLY
YES NO COMMENTS
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Two (2) LED strobes shall be mounted on the
right side, one in the front and one at the rear in
convenient locations approximately just above
wheel height.
For a total of eight (8) LED Strobe lights
99 REMOTE GUTTER BROOM SWITCHES:
If gutter brooms do not rotate freely, install
remote water proof momentary switches
mounted in a convenient location on the left
and rear of cab to activate the gutter broom
that shall be powered by the electric over
hydraulic power pack system so that the
operator can replace the brooms or in the cab
passenger and driver side door in a protected
area easily accessible to operator.
MANUFACTURE WARRANTY AND
PARTS AND SUPPORT
100 PARTS AND SUPPORT:
e It is necessary that the successful bidder
be able to provide prompt parts and
service support.
$ The successful bidder shall maintain
parts inventory and service facilities
within N0I1hern California within 140
miles from the City of Fremont.
OIl Parts inventory shall be of sufficient size
and variety to offer an availability of
approximately 95% within 48 hours of
order by this agency.
$ Availability of normal wear items will
not exceed 24 hours.
e The bidder shall provide a service
support program for evaluation, a daily,
weekly, and monthly operator's
maintenance program, and attach a
proposed parts list for all sweeper
equipment. With the exception of
expendables, i.e., light bulbs, fuses,
lubricants, all replacement parts shall be
original equipment manufacturer (OEM)
provided parts.
OIl No after-market parts shall be accepted.
101 WARRANTY:
e Unit shall be provided with a J 2-
MONTH warranty on entire equipment
package.
Page 26 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
BASIC VEHICLE WARANTY:
<& Basic vehicle warranty to be 2
years/unlimited distance.
DRIVE TRAIN COMPONENTS
WARRANTY:
<& Drive train components warranty to be 3
years/unlimited distance
CHASSIS ENGINE AND AUXILIARY
ENGINE WARRANTY:
<& The chassis engine and sweeper auxiliary
engine shall be warranted for 24 months.
CAB STRUCTURE AND SHEET METAL
WARRANTY: .. Cab structure and sheet metal, cab
corrosion, and frame rails & cross
members warranty to be 5
years/unlimited distance.
WATER TANK WARRANTY:
<& 250-gallon (or larger) water tank
constructed of polyethylene shall have a
five (5) year warranty.
IJ) The pickup drag shoes shall be warranted
for two-years.
IJ) All warranties shall commence on the
date that the completed unit is placed
into service at the City of Fremont and
accepted by fleet services.
" If the warranty service provider is located
more than 30 miles from the City of
Fremont, the City will be authorized to
make minor emergency warranty repairs
without pre-authorization.
" The City of Fremont shall be reimbursed
by the successful bidder for parts and
labor, not to exceed three hundred dollars
($300.00) per incident. .. For waJranty repairs greater than $300.00
the City will request approval before
beginning repairs.
PRE-DELIVERY INSPECTION AND
DELIVERY
102 PRE-BUILD MEETING:
A pre-build meeting shall be held between the
City and the successful contractor to discuss
locations and dimensions for the water meter,
water supply hose storage, lighting system, and
Page 27 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
other equipment details.
103 PRE-TRIP INSPECTION:
The successful bidder shall provide in their bid
price the cost of transporting City Fleet
Representatives (inc! uding Final Inspection
below) to and from the factory location via the
most expedient manner, as well as providing
lodging for a one night on-site visit to check the
project status. The inspection trip shall be
scheduled at a time mutually agreed upon
between the Manufacturer's Representative and
the City of Fremont. An acceptance inspection
shall be conducted at the manufacturer's plant
prior to shipping. The manufacturer shall notify
the City of Fremont 14 days prior to completion
of the unit. All deficiencies noted in the
acceptance inspection shall be corrected before
delivery to the City of Fremont.
FINAL INSPECTION:
The final inspection shall be performed at the
successful bidder's facility to ensure all
specifications of the bid have been met before
formal acceptance of the unit by the City of
Fremont.
104 DELIVERY DATE:
Bidder to state delivery date.
105 DELIVERY:
The unit shall be delivered completely assembled
serviced and ready to operate.
The successful bidder shall have a qualified
service representative in attendance with the
sweeper during stmi up operations to make any
adjustments needed and to provide operator and
mechanic training for proper operations and
maintenance that covers the daily, weekly, and
monthly service checks of the unit. The unit shall
be equipped with two complete operator's
manuals, one parts manual and one service
manual
TRAINING
106 FACTORY SERVICE TECH TRAINING:
The successful bidder shall provide in their bid
price factory service training for two (2) people
that shall include airfare, food, and lodging for
Page 28 of30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
the duration of the training. This training will be
scheduled when convenient for the City of
Fremont within a two-year period from delivery
of the unit.
107 VEHICLE REGISTRATION:
The Contractor shall supply at the time of
delivery all vehicle certification and registration
necessary for operation in the State of Califomia.
1. Vehicle weight certificates shall be
supplied when vehicle has been
constmcted from a cab and chassis
con figuration.
2. Vehicles shall be registered with
California exempt licensing using DMV
Form 5050.
'") Vehicle registration shall be as follows: j.
City of Fremont
42551 Osgood Road
Fremont Ca 94539
Page 29 of 30
Bid #10-030
Subject: Purchase of Two New eNG Regenerative Air
Sweepers
Bid #10-030
SUPPLEMENTAL INSTRUCTIONS TO BIDDERS
Contract Documents.
Identification of Contract Documents. The Contract Documents are hereby defined to
include the following documents: all Bidding Documents (including the Invitation For
Bids, Instructions to Bidders, Addenda [if any], and Bid Forms), the Purchase Order.
Total Cost:
The total cost of the vehicles shall include all of the minimum specifications, including
delivery costs, tire fees, and taxes. Bidder shall list the individual costs of the optional
items on the bid cost sheet.
Page 30 of30
Munid
L3GO rlzlIvcllCl SLrect . S,lU,llliCillo, C/l.. <J5B 15 I~J I ('J) (~22-1 I U! ' rd.\: (~) 16) 922-1 Cl34
106 I N. ShepLlI"Ci Strcd. U!l it [j . ,'\l1ai1cilll, CA 928()(j . 17 14) 6.3 2-2Wi! . rCa.'(: (7 I It) 6.32-2874
4750 Ccltcrpillal' Roael, Uilil D . ll,cdeling, Cf\ 96003· (5.30) 2/L3.!+856 . rOilX: (5.30) 2 Lt3-I 447
1930 W. Wi!1ton /'.\ic,. SuiLc H . tiaywal'cL Cf\ 9-'lSc5 . (') I ()) 670-0230' Fax: 15! 0) 670-9003
Reference List
City of Fremont 42551 Osgood Road Mark Collins 510-979-5739
Fremont, CA 94539
City of Union City 34650 ih Street Mike Klinkner 510-675-5370
Union City, CA 94587
City of Palo Alto 3201 East 8ayshore Rd. Keith LaHaie 650-496-6948
Palo Alto, CA 94301
"Custmner Satisfaction is Our Goal"
J~::~ Caljforn:i.D En~inmrr.Lntal Prot«tion Agrncy ... ExE"CuTlvE-0-RD'E:C=Rc--A--3-S-S---0-00-2---1'
(~:, AIR RESOURCES BOARD EMISSION SOLUTIONS, ING. New On-Road HeavY·Duty Engines
Pursuant to the authority vested in the Air Resources Board by Health and Safety Code Division 26, Part 5, Chapter 2;
and pursuant to the authority vested in the undersigned by Health and Safety Code Sections 39515 and 39516 and
Executive Order G-02-003;
IT IS ORDERED AND RESOLVED: The engine and emission control systems produced by the manufacturer are certified
as described below for use in on-road motor vehicles with a manufacturer's GVWR over 14,000 pounds. Production
engines shall be in all material respects the same as those for which certification is granted.
I MODEL
1 STANDARDS INTENDED 3 6
ENGINE FAMILY ENGINE FUEL TYPE & TEST SERVIC~ ECS & SPECIAL FEATURES DIAGNOSTIC
. YEAR SIZES (Lj PROCEDURE CLASS TWC, CAG, TC, TBI, ECM, H02S,
2010 AEMSH07.6NGE 7.6 CNG Diesel MHDD 02S N/A
PRIMARY ENGINE'S IDLf
ADDITIONAL IDLE EMISSIONS CONTROL
5
EMISSIONS CONTROL
EXEMPT N/A
ENGINE (Ll I ENGINE MODELS I CODES (rated power, In hpj
7.6 I ESI0308 (260), ESI0326 (297)
no! apphcable; GVWR-groS5 vehicle weIght rating: 13 CCR xyz Tille 13. Califorflia Code of Regulations, Section xyz: 40 CFR BS.abczTIt\e 40 Code of Federal Regulations, Section S6.abc;
L=llter; hp=horsepower; kw=kllowatt: hr-hour; I, .
CNG/LNG=compressed/hquefled natural gas; LPG=liquefled petroleum gas; EB5:;:;85% ethanol fuel, MF=mulh fuel a k a. BF=bl fuel. OF=dual fuel, FF=flexlble fuel;
. 2 UM/H HDD~lighUmedium/hea'Jy heavy-duly diesel: UB~urban bus. HDO~heavy duly Ollo.
,J ECS=-emisslon control system; TWC/OC=thres-way/oxidizlng calalyst; NAC=NOx adsorption catalyst; SCR-U I SCR-N=selectlve catalytic reductIon -urea 1--ammonia; WU (prefix) =warm
I up catalyst, DPF=diesel particulate filter, PTOX=periodic trap oxidizer; H02S/02Szheated/oxyge~ sensor, HAFS/AFS:;:;heated/alr-fuel-ratlo sensor (a k.a., .unlve~sal or linear oxygen sensor).
: TBlzthroltle body iuelllljection; SFIIMFI=sequential/mulli port fuel injection, OGI=direct gasoline injection; GCARBzgaseous carburetor, IDlI001=lndlrecUdlrect diesel injection, TC/SC=turbo/
Isuper Charger, CAC=charge air eaole.r; EGR' EGR-Czexhaust gas reCIrculation' cooled EGR: PAIR/AIRzpulsed/secondary air injection; SPLzsrnoke puff limiter: ECM/PCM=engine/powertrain
control module. EM=engine modificatIon; 2 (prcfix):;:;parallel, (2) (suffix)zin series; I' ESS=engine shutdown syslem (per 13 CCR 1956 8(a)(6\(A}(1): 309=30 g/hr NO, (per 13 CCR 1956 8(a)(6)(Ci: APS =internal combustion auxiliary power system; AL T=alternative method
! koer 13 CCR 1956 8(a)(6)(D): Exempt=exempled per 13 CCR 1956.8(a)(6}(B) or for CNG/LNG fuel systems; N/A=not applicable (e 9 . Otto engines and vetllcles).
1 EMOzengine manufacturer diagnostic system {13 CCR 1971}: OBO=on-board diagnostic system (13 CCR 1971.1),
Following are: 1) the FTP exhaust emission standards, or family emission limit(s) as applicable, under 13 CCR 1956.8;
I
2) the EURO and NTE limits under the applicable California exhaust emission standards and test procedures for heavy
duty diesel engines and vehicles (Test Procedures); and 3) the corresponding certification levels, for this engine family.
"Diesel" CO, EURO and NTE certification compliance may have been demonstrated by the manufacturer as provided
under the applicable Test Procedures in lieu of testing. (For flexible-and dual-fueled engines, the CERT values in brackets [l are those
when tested on ,p0nventional test fuel. For multi-fueled engines, the STD and CERT values for default operation permitted in 13 CCR 1956.8 are in
parentheses.) .
lin NMHC NO" NMHC+NOx CO PM HCHO
tg/bhp-hr FTP EURO FTP EURO FTP EURO FTP EURO FTP EURO FTP EURO
iSTD 0.14 0.14 0.20 0.20 . . i5.5 15.5 0.01 0.01 . ·
jFEL . . . . . . . . . . . ·
iCERT 0.06 0.08 0.20 0.06· * * 9.2 13.2 0.01 0.01 * ·
INTE 0.21 0.30 * 19.4 0.02 .
I ~ g/bhp·hr-grams per brake horsepower·hour, FTP=FederalTesl Procedure: EURO~Euro III European Staady·Slate Cycle, including RMCSET=ram mode cycle supplemental emissions
testing; NTE=Not-to-Exceed, STD=standard or emission lest cap; FEL=family emission limit, CERT=certification level. NMHC/HC=non-melhane/hydrocarbon, NOx=oxides of nitrogen,
CO~carbon monoxide: PM=particulale matler, HCHO=formaldehyde; (Rev.: 2007-02-26)
BE IT FURTHER RESOLVED: Certification to the FEL(s) listed above, as applicable, is subject to the following terms,
limitations and conditions. The FEL(s) is the emission level declared by the manufacturer and serves in lieu of an
emission standard for certification purposes in any averaging, banking, or trading (ABT) programs. It will be used for
determining compliance of any engine in this family and compliance with such ABT programs.
,
i
1
BE IT FURTHER RESOLVED: For the listed engine models the manufacturer has submitted th e materials to demonstrate
certification compliance with 13 CCR 1965 (emission control labels) and 13 CCR 2035 et seq. (emission control warranty).
Engines certified under this Executive Order must conform to all applicable California emission regulations.
The Bureau of Automotive Repair will be notified by copy of this Executive Order.
This Executive Order hereby supersedes Executive Order A-366-0002 dated May 12, 2009.
Executed at EI Monte, California on this 7 day of July 2009.
/;--:yj;t-.-C/ / ~/---
/" /z.4.---v .• ""....-·_--. /~
L.---'
Annette Hebert, Chief
Mobile Source Operations Division
EMISSIONSOL U nOI'JSINC
Tomorrow's TechnoloGv Toda\l.
"Replacing Older Diesel Engines with Clean Gaseous Fueled Engines"
265hp( 198kw)
Phoen ix NG 7.6L Durabilitv through innovative design
General Data
Ratings:
(hp/torque mapped to meet critical payloads)
Combustion System
After Cooler
Engine Type
Aspiration
Compression Ratio.
Displacement
Features and Benefits
Product Specification
175-265 hp
460-820Ib-ft
Dedicated Spark-Ignited
Air to Air
Four cycle, In-Line Six
Turbocharged
10.5:1 Fumigation
7.6 Liters
Delivers up to 265 hp with superior torque rise (up to 820 I b-ft) , for quicker
response, improved acceleration and pulling power. Designed with Wet-Type
cylinder liners and cryogenically hardened combustion components for
im proved heat dissipation and heat resistance to extend product and
emission life cycle. Two Year parts & labor warranty (unlimited miles).
Fuel System
Stoichiometric, Closed loop Adaptive Learn Technology
Com puterized control management for on-demand peak
performance and emission control
Adaptive Fuel Types: CNG, LNG, Propane
SwRI test results (g/bhp-hr): NOx 0.513, NMHC 0.059, PM 0.009
CARB Executive Order & EPA Certification (g/bhp-hr): NOx+NMHC:: 0.8, PM:: 0.01
Specifications and design subject to change without nou'ce
Emission Solutions, Inc. (ESI), 2001 Central Circle, Suite 106, McKinney, TX 75069-8230, Phone 972.369.0099
http://www.emissionsolutionsinc.cominfo@emissionsolutionsinc.com
Patent No.: US 6,910,269
900
800
7'00 -
GOO .
'7
.0 500 .
Cil
::.:l
~ 400-
o
I-
300
200
100 -
o -
EMISSIONSOLU nONSINC
Tomorrow's Technoloqy Today_
PHOENIX 1.6 NG HOE PERFORMANCE
265 H P (198 I(~'V)
Torque
300
. 250
. 2()D
100
, 50
-0
500 700 900 ·1100 1300 1500 1700 ·1900 2-100 2300 2500 2700
Speed, rpm