Loading...
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