Six Wheel Regenerative Air Street Sweeper

From: Hammond(City)
24-23

Basic Details

started - 28 Feb, 2024 (1 month ago)

Start Date

28 Feb, 2024 (1 month ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
24-23

Identifier

24-23
City of Hammond

Customer / Agency

City of Hammond
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

City Of Hammond Purchasing Department RFP #24-23 SIX WHEEL REGENERATIVE AIR STREET SWEEPER with MID DUMP HOPPER OR EQUIVALENT Sealed Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles Street P.O. Box 2788 Hammond, Louisiana 70404-2788 Until 10:00 A.M. April 12, 2024 Proposals shall be accepted only on the RFP forms furnished by the City of Hammond Purchasing Department. Advertisement in the Official Journal, Daily Star, to be published Three (3) Times March 14, 21 & 28, 2024 PURCHASING DEPARTMENT P.O. BOX 2788 | HAMMOND, LOUISIANA |70404| PURCHASING@HAMMOND.ORG 985-277-5633| WWW.HAMMOND.ORG mailto:PURCHASING@HAMMOND.ORG This is the Proposal of: Date: Company: Section 3 Business/WBE/SBE/MBE/DBE: Address: City: State: ______ ZIP Code: Person to Contact: Phone: Fax: Email: Your Proposal is important to us. However, should you
choose NOT to submit a Proposal for this project, the City would still ask you to complete this sheet and indicate "No Proposal". This shall NOT affect your participation in future RFPs, but only serve as a means of verifying you received notification of this RFP. Section 3 Business/WBE/SBE/MBE/DBE The City encourages Proposals from Section 3 businesses, Woman Business Enterprises, Minority Business Enterprises, Small Business Enterprises, and other potentially Disadvantaged Business Enterprises. If your company is one of these types of businesses, please indicate "Section 3," "WBE," "SBE," "MBE," or "DBE" in the space provided above. Nondiscrimination Requirements By submitting and signing this Proposal, the Proposer agrees to comply with Title VI and VII of the Civil Rights Act of 1964 as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1974; Section 503 of the Rehabilitation Act of 1973; Section 202 of Executive Order 11246 as amended; and the Americans with Disabilities Act of 1990. The Proposer also agrees to keep informed of and comply with all federal, State, and local laws, ordinances, and regulations which affect the Proposer's employees or prospective employees. Instructions to proposers PROPOSERS ARE URGED TO PROMPTLY REVIEW THE REQUIREMENTS OF ALL SPECIFICATIONS AND SUBMIT QUESTIONS FOR RESOLUTION AS EARLY AS POSSIBLE DURING THE SUBMITTAL PERIOD. QUESTIONS OR CONCERNS MUST BE SUBMITTED TO THE PURCHASING MANAGER DURING THE PROPOSAL PERIOD AND SHALL BECOME PART OF YOUR PROPOSAL PACKAGE. OTHERWISE, THIS WILL BE CONSTRUED AS ACCEPTANCE BY THE PROPOSERS THAT THE INTENT OF THE SPECIFICATIONS IS CLEAR AND THAT COMPETITIVE PROPOSALS MAY BE OBTAINED AS SPECIFIED HEREIN. PROTESTS WITH REGARD TO THE SPECIFICATION DOCUMENTS SHALL NOT BE CONSIDERED AFTER PROPOSALS ARE OPENED. RFP Packages are mailed only as a courtesy. The City of Hammond does not assume responsibility for proposers to receive RFP packages. Proposers should rely on advertisements in the local newspaper, City Website www.hammond.org, online at www.bidexpress.com or personally pick up RFP packages with specifications. Full information may be obtained, or questions answered, by contacting the Purchasing Department, Hammond City Hall Complex, 310 East Charles Street. These specifications are written in a manner to invite open competition. Any manufacturer’s names, trade names, brand names, or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive unless the RFP states that only the brand name will be considered for reasons of compatibility, etc. The RFP number, Proposers name, address and RFP opening date shall be clearly printed or typed on the outside of the Proposal envelope, if mailed. Only one (1) proposal shall be accepted from each proposer. Alternates shall not be accepted unless specifically requested in the RFP specifications. Proposals can be delivered mailed or electronically submitted through bid express. The method of delivery of proposals is the responsibility of the proposer. All proposals shall be received by the Purchasing Department, Hammond City Hall Complex, 310 East Charles Street Hammond, Louisiana on or before the specified RFP opening date and time. Normally, bid bonds will not be required on bids for materials, supplies, annual contracts or small labor contracts. If a bid bond is required, it will be specifically requested on the RFP form and included in the specifications. Proposals shall be accepted only on the RFP forms furnished by the City of Hammond Purchasing Department. The City of Hammond shall only accept proposals from those proposers in whose name the RFP forms and or specifications were issued. Altered or incomplete proposals forms, or use of substitute forms or documents, shall render the proposal non-responsive and subject to rejection. The RFP, including the specifications and acknowledgement of addenda issued shall be submitted to the Purchasing Department as THE RFP. All proposals must be typed or written in BLUE/BLACK INK. Any erasures, strikeover and/or changes to prices shall be initialed by the proposer. Failure to initial shall be cause for rejection of the proposal as non-responsive. All proposals shall be signed. Failure to do so shall cause the proposal to be rejected as non- responsive. http://www.hammond.org/ Where one (1) or more vendor’s exact products or typical workmanship is designated as the level of quality desired or equivalent, the Streets Director after study and review, reserves the right to determine the acceptability of any equivalent offered. The decision, after study and review, shall be final and binding. If proposing “equivalent” products, specifications, illustrative literature and any deviations shall be submitted with proposal. Representative samples shall be submitted upon request, if appropriate. Liability: The Contractor at all times during the term of the contract shall maintain and pay for property damage and public liability insurance with limits of at least ($1,000,000.00) one million dollars inclusive of bodily injury and property damage for any one occurrence. Prior to commencing work under this contract the Contractor must file with the City a “certificate of insurance” meeting aforementioned requirements with the City of Hammond named insured by added endorsement. All premiums and expense incurred with this insurance shall be paid for by the Contractor. The Contractor shall assume the defense of and indemnify and save harmless the City and its Officers and Agents from all claims relating to work. The Contractor shall be responsible for any and all damages or claims for damages or injuries or accidents done or caused by him or his employees, or resulting from the execution of the work, or any operations, or caused by reason of existence or location or condition of facilities or of any materials, supplies, or machinery used thereon or therein, or neglect or omission on his part, or all of the several acts or things required to be done by them, under and by these conditions, and covenants, and agrees to hold the City harmless and indemnified for all such damages and claims for damages. The Contractor shall indemnify and save harmless the City from and against all losses and all claims, demands, payments, suits, actions, recoveries, all attorney fees, and judgments of every nature and description made, brought or recovered against the City by reason of any act or omission of the Contractor, his agents or employees, in the execution of his work. Worker’s Compensation: The Contractor shall, at all times, pay or cause to be paid, any assessment or compensation required to be paid pursuant to the Worker’s Compensation Act. The Contractor shall, at the time of entering into a Contract with the City, provide satisfactory proof that all assessments or compensation payable to the Worker’s Compensation Board have been paid and the City may, at any time during the performance or upon the completion of such Contract require a further declaration such Contract require a further declaration that such assessments or compensations have been paid. TECHNICAL SPECIFICATIONS FOR SIX WHEEL REGENERATIVE AIR STREET SWEEPER with MID DUMP HOPPER Section A - Chassis 1.0 CHASSIS Freightliner M2 (Dual) OR EQUAL) 1.1 Chassis shall be conventional design with 33,000 GVW rating. State chassis make, model and point of manufacture: 1.2 1.3 1.4 Wheelbase shall not exceed 176 inches. Cab to axle shall be not more than 110 inches. Yield strength of the Rail, High Strength, 80,000 PSI, 9/32” X 3 7/16” X 10 1/8”. 1.5 For safety, the rear of the sweeper shall be equipped with a rear adjustable bumper to provide under ride protection and maintains clearance from adjacent ground level containers. 1.6 1.7 1.8 Front tow hooks shall be provided One - (1) 50-gallon fuel tank shall be shared by both engines and shall be easily accessible without raising or shifting any components. A fuel gauge, in cab, shall be supplied. Sight tube is not acceptable. Diesel emissions shall be 2021 - 2016 on board diagnostics/2010 EPA/CARB/Final GHG21 and have a minimum capacity of 6 U.S. gallons diesel emissions fluid 2.0 CHASSIS ENGINE COMPLY Yes No 2.1 Cummins ISB 6.7-200 or equivalent, turbocharged diesel, 200 HP @ 2400 RPM, 520ft-lbs. @ 1600 RPM. 2.2 Truck engine shall be equipped with a single LH b-pillar vertical exhaust system. 2.3 The cooling system shall be protected to -34o F. 2.4 Engine shall be equipped with a 750 watt block heater. COMPLY Yes No ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ ___ 3.0 TRANSMISSION, AXLES, WHEELS & BRAKES COMPLY Yes No 3.1 An Allison 2500 RDS series (or approved equal) automatic transmission shall be provided. 3.2 The single speed rear axle shall have a ratio of 6.43:1 for proper sweeping speeds. 3.3 Front axle shall be 12,000 and be equipped with taperleaf front suspension and shock absorbers. 3.4 The rear axle shall be 21,000 lb. 3.5 For safety, and to allow the emergency interchange of tires at a job site, the front and rear tires and rims shall be interchangeable. 3.6 Tires shall be tubeless radial tires 14 ply 11R22.5 "G" load rated. The rear axle shall include dual tires for load capacity; singles will not be acceptable. 3.7 Rims shall be 10 hole steel hub piloted 22.5 x 8.25 3.8 Parking brake shall be spring applied rear wheel drum and shoe. 3.9 Brakes shall be full air brakes S Cam with a 18.7 CFM capacity compressor, with automatic slack adjusters and ABS. 3.10 Air system shall include a Bendix AD-9 air dryer with heater. 4.0 CAB COMPLY Yes No 4.1 Maximum visibility, forward line of sight from the chassis front bumper to the point on the ground visible to the operator shall not exceed 8 feet for an SAE 98th percentile size operator. 4.2 Steering shall be full power with dual operator controls. 4.3 Passenger (RH) seat shall be adjustable, high back, air-suspension, Cordura cloth covered for air circulation and include 3 point seat belt. 4.4 Driver (LH) seat shall be high back, non-suspension, Cordura cloth covered for air circulation and include 3 point seat belt. 4.5 Sweeper shall include two (2) heated and remote control, outside west coast type mirrors with lower 8 inch convex lens for easy viewing of the side broom during sweeping. 4.6 To maximize operator visibility of the curb and sweeping gear, an 8” outside RH fender mirror shall be mounted forward of the front wheels. 4.7 For safety during night sweeping, switches shall be illuminated so that they can be readily identified without the use of the cab dome light. 4.8 Switches shall be clearly identified by name and symbol. 4.9 Cab interior environment shall be fully air-conditioned including a fresh air heater/ventilator/defroster. 4.10 Cab shall have full flow through ventilation for optimal temperature control and operator comfort. 4.11 Wipers shall have intermittent feature. 4.12 Interior of cab shall have acoustical insulation for low operating noise, automotive type trim, and center sweeper console. 4.13 Dash shall be faced with soft molded plastic. 4.14 All glass shall be tinted safety glass. 4.15 Each operator position shall have adjustable sun visor. 4.16 LH and RH doors shall be keyed alike. 4.17 Door windows shall be roll up type. 4.18 Side windows shall have defogger. 4.19 Cab shall include 12V power supply 4.20 Cab shall include two speakers, roof mounted antenna, and AM/FM radio equipped with Bluetooth. 4.21 Dual Electric horns shall be provided. 5.0 INSTRUMENTS COMPLY Yes No 5.1 Chassis left side operator instrument panel shall be chassis OEM, full vision illuminated with tachometer, speedometer, odometer, trip odometer, hour meter, fuel gauge, water temperature gauge, oil pressure gauge, transmission temperature gauge, air pressure gauge, and volt gauge. 5.2 Chassis right side operator instrument panel shall be chassis OEM, full vision illuminated with tachometer, speedometer, fuel gauge, water temperature gauge, oil pressure gauge, transmission temperature gauge, air pressure gauge, and volt gauge. 5.3 5.4 5.5 Chassis engine instruments shall include warning light and chime for low coolant level and high coolant temperature to warn the operator of a potential problem before any damage to the engine occurs. Console shall have left/right primary driver switch. Hydraulic functions shall be controlled by rocker switches located in the cab mounted control panel. 5.6 Truck instruments shall include warning lights for battery. 5.7 All chassis console switches including transmission controls and all gauges shall be illuminated. 5.8 Intake mounted air restriction indicator with graduations. 6.0 ELECTRICAL COMPLY Yes No 6.1 Batteries should be in an enclosed accessible environment for long life and ease of service. 6.2 Chassis shall have two (2) maintenance free batteries rated at not less than 1850 CCA total, 12 volt. 6.3 Chassis engine shall have a 160 amp alternator. 6.4 Chassis lighting shall include sealed multi-beam halogen head-lights, stop lights, tail lights, backup lights, license plate lights, clearance lights, signal lights, illuminated gauges and instrument panel, and directional lights with hazard switch. Section B - Sweeper Module COMPLY Yes No 1.0 INTENT It is the intent of this specification to provide for the purchase of one (1) new and unused regenerative air street sweeper having a six-wheeled, truck chassis with dual diesel engines, sweeper controls and switches, 8.0 cubic yard hopper with minimum 56” dump height, automatic transmission, 265 gallon water tank, and left and right side broom with variable down pressure controlled from cab. The following specification is based upon an ELGIN REGENX Part Number REGENX- RM-33K street sweeper, mounted on a Freightliner Conventional Chassis. The City of Hammond has evaluated different types of street sweepers and has determined that this product is best suited for the City of Hammond Street Department needs in safety, quality, performance, and standardization. This specification is not to be interpreted as restrictive, but rather as a measure of the safety, quality and performance against which all sweepers proposal will be compared. In comparing proposals, consideration will not be confined to price only. The successful proposer will be one whose product is judged as best serving the interests of the City of Hammond when price, product performance, safety, quality and delivery are considered. The City of Hammond reserves the right to reject any or all proposals or any part thereof, and to waive any minor technicalities. A contract will be awarded to the Proposer submitting the lowest responsible proposal meeting the requirements of this specification. COMPLY Yes No 2.0 EQUIVALENT PRODUCT Proposals will be accepted for consideration on any make or model that is equal or superior to the sweeper specified. Decisions of equivalency will be at the sole interpretation of the City of Hammond Director of Streets. A blanket statement that equipment proposed will meet all requirements will not be sufficient to establish equivalence. Original manufacturer's brochures of the proposed unit are to be submitted with the proposal. All modifications made to the standard production unit described in the sweeper manufacturer's brochures must have written chassis manufacturer approval and submitted with the proposal, or the proposal will be deemed "non-responsive" and rejected without further review. Proposer must be prepared to demonstrate a unit similar to the one proposed, if requested. COMPLY Yes No 3.0 INTERPRETATIONS In order to be fair to all proposers, no oral interpretations will be given to any proposer as to the meaning of the specification documents or any part thereof. Every request for such a consideration shall be made in writing to the Purchasing Director. Based upon such inquiry, the City of Hammond Purchasing Department may choose to issue an Addendum. COMPLY Yes No 4.0 GENERAL The specification herein states the minimum requirements of The City of Hammond. All proposals must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. The City of Hammond will consider as "non- responsive" any proposal not prepared and submitted in accordance with the RFP documents and specifications, or any proposal lacking sufficient technical literature to enable the City of Hammond to make a reasonable determination of compliance to the specifications. It shall be the proposer’s responsibility to carefully examine each item of the specification. Failure to offer a completed proposal or failure to respond to each section of the technical specification (COMPLY: YES NO) will cause the proposal to be rejected without review as "non-responsive". All variances, exceptions and/or deviations shall be fully described in the appropriate section. Deceit in responding to the specification will be cause for rejection. ____ ____ 5.0 SWEEPER COMPLY Yes No 5.1 Diesel engine shall be 4 cylinder, turbocharged, dynamically counter balanced 276 CID (John Deere 4045T or equal). Engine must be EPA Tier 4 FINAL Emission compliant. 5.2 Horsepower rating shall not be higher than 74 (55 kW) @ 2400 RPM, torque 224 lb-ft @1600 RPM; without Diesel Exhaust Fluid (DEF). 5.3 Auxiliary engine shall drive the blower “fan” by a heavy-duty two (2) "V" groove power belt for simplicity and ease of maintenance. 5.4 A fluid coupler shall be installed between the auxiliary engine and the power belt drive, which allows for smooth starting and stopping of the engine, while preventing the momentum of the fan system from driving the engine when the engine is turned off. 5.5 There shall be no control modules required for sweeper functionality. 5.6 Auxiliary engine shall be protected by a dual safety element dry type air cleaner & restriction indicator that indicates it is time to service the filter element. 5.7 Auxiliary engine shall be filled with 50/50 mixture anti-freeze/water for cold weather storage and or operation. 5.8 For greater heat dissipation, less noise and lower cost of maintenance, auxiliary engine shall have individually replaceable wet sleeve cylinder liners. 6.0 BLOWER COMPLY Yes No 6.1 Blower shall be driven by a two (2) "V" groove power belt for maximum performance and simplicity of construction, with spring-loaded tensioner; not requiring repositioning of the auxiliary engine for adjustment. 6.2 Blower speed shall not exceed 3050 RPM to minimize strain on the drive system while still effectively conveying the bulk of material into the debris hopper; debris types such as but not limited to trash, sand, gravel, dirt, leaves and other organics. 6.3 Blower shall be a closed face turbine type, 33 3/8 in. diameter, with 9 vanes constructed of Hardox® steel for optimal combination of hardness and abrasion resistance for maximum service life. An open faced fan will not provide adequate combination of air flow and vacuum, and is not acceptable. Blowers constructed of material other than Hardox® steel will not be accepted. For longevity of the fan and maximum bearing life, the impeller must be balanced to within .5 ounce- inches. 6.4 The blower shall be constructed using a robotic arc welder for accuracy and repeatability to a minimum of 0.0225 in., including features such as touch sensing, weaving and seam tracking information to precisely lay a quality weld that’s in accordance with AWS D1.1 standards. Blowers constructed from cast aluminum are not acceptable. 6.5 Blower housing shall have an inspection door for access to blower without removing the blower housing or looking into the air exhaust opening. 6.6 Blower housing shall not be an integral part of the hopper. Replacement of the blower housing must be possible without any cutting and/or welding of the housing and or hopper. 6.7 The blower shall be mounted and supported using a singular heavy-duty sealed bearing assembly. 6.8 The blower is mounted on a keyed & tapered shaft, with singular castle nut, for repeatability of balance and ease of replacement. 6.9 Replacement of the blower shall be service friendly; requiring minimal tools and can be removed independently of shaft support bearing. 6.10 The blower belt drive system shall be easily accessible and shall not require the removal of more than two (2) fasteners. 6.11 The blower belt change shall not require tools and shall not exceed five (5) minutes of labor. Belt tension shall not exceed 20 Hz. 6.12 The blower housing shall include Flow Blocker feature which provides automatic enhanced dust control through eliminating airflow prior to raising the pickup head for transport, reversing, and prior to deployment of sweep gear. 6.13 Flow Blocker feature shall use an effective method of shutting off system airflow via an automated, pneumatically actuated, butterfly valve located at fan housing exhaust/outlet; preventing dust and organics from blowing out from under the sweeper in instances prior to the pickup head breaking its seal with the sweeping surface. 6.14 The Flow Blocker feature shall eliminate the need for sweeping in reverse, with the pickup head lowered, during instances where fugitive dust is not desired. 7.0 PICKUP HEAD COMPLY Yes No 7.1 The pickup head is a spring-supported, all steel fabricated pickup head with separated upper and lower chambers where pressurized air is blasted from the upper chamber through an elongated blast orifice, to the lower vacuum chamber. 7.2 The pickup head shall not be less than 90 inches wide and 30 inches long for a total area of 2700 square inches. 7.3 The pickup head shall have a minimum of 14 inch diameter pressure hose that connects the blower outlet with the pickup head. Urethane transition pieces between the pressure hose and the pickup head are not acceptable. 7.4 The pickup head shall have a minimum 13 inch diameter suction hose with a quick disconnect coupling at the lower end near the pickup head and the higher end near the hopper inlet. The quick disconnect enables the operator to inspect the suction hose as well as the inlet area of the pickup head without tilting the hopper. The steel portion of this suction tube shall be no shorter than 19 inches to enable smooth airflow transition from pickup head to debris hopper. 7.5 The pressure side shall be equipped with an in-cab steel cable-controlled pressure relief valve/vacuum enhancer/leaf bleeder no smaller than 116 square inches for optimum settings for leaf and light debris sweeping. 7.6 The suction chamber shall be equipped with a washout port that does not restrict the sizing of washout nozzle(s) used. 7.7 The front and rear debris curtains shall be removable through the loosening of four (4) slotted bolts without removing the pickup head from the unit. 7.8 The pressure slot shall be rigid steel and adjustable without the use of curtains; protected by a steel ramp with hardox wear plates. 7.9 Sweeping paths: Pickup head only = 90 inches One side broom and pickup head = 117 inches Two side brooms and pickup head = 144 inches 7.10 The pickup head shall be equipped with side-mounted adjustable steel runners with carbide inserts with a minimum width of 1 1/8 inches for long life. Both LH and RH side-mounted steel runners shall be reversible and interchangeable to minimize inventory and maximize runner wear & usage. 7.11 The pickup head shall be raised and lowered hydraulically by a rocker switch on the control panel inside the cab. 8.0 SIDE BROOMS COMPLY Yes No 8.1 The right and left side broom shall be a free floating trailing arm design intended to prevent damage when sweeping and encountering a fixed obstacle. The trailing arm shall be of a parallelogram design for simple, non-binding action/motion and for constant bristle and wear pattern. 8.2 The side brooms shall be 42-inch diameter minimum, with hydraulically driven rotation. 8.3 Brooms shall be pneumatically raised, lowered and suspended. 8.4 Adjustable down pressure shall be pneumatically controlled by the operator from the cab in order to maintain proper surface contact consistently during vertical broom travel. 8.5 The broom hydraulic motor drive shall provide not less than 6045 in-lbs. of torque for superior digging power and speed. 8.6 The side broom assemblies shall have greaseless pivot pins, and only one (1) grease zerk for the side-to-side tilt plate. 8.7 The side broom assemblies shall be held in the storage position by a positive means to support broom during travel. 8.8 Each side broom shall be controlled from in the cab by rocker switches. 9.0 HOPPER COMPLY Yes No 9.1 Volumetric capacity shall be 8 cubic yards class hopper with all fore-and-aft edges being minimum of 6” radius to provide ease of cleaning and debris evacuation. 9.2 Hopper shall be constructed of 10 gauge steel sides, and 1⁄4 in. steel floor. 9.3 The hopper floor angle when dumping shall be a minimum of 50o. Dumping shall be accomplished by tilting the hopper via two (2) single-stage telescoping cylinders. Relying solely on a moving raker bar, which is attached to the rear door inside the hopper, in lieu of tipping the hopper for dumping shall not be acceptable. 9.4 The hopper shall have external hopper props. No exception to this feature shall be accepted. 9.5 The hopper inlet shall be a bolt-on design, external of the hopper for ease of replacement. 9.6 A removable, steel deflector shall be located at the suction inlet. This deflector is to direct material to the rear-center of the hopper for optimal loading. 9.7 The hopper rear door shall be locked by 2 hydraulic cylinders. The hopper door shall open first prior to tilting the hopper. The hopper rear door should open at a minimum angle of 100o. The 0 has evaluated many styles and considers this design to be the most effective for dumping and cleaning. No exceptions to this requirement will be acceptable. 9.8 Dump control shall consist of weatherproof toggle switches located on the exterior right side of sweeper along with optional in-cab dump switches – hopper raise/lower and hopper door open/close – shall also be available. 9.9 The rear hopper door shall have an external door prop. No exception to this feature shall be accepted. 9.10 The hopper rear door shall include an automatic locking-pins mechanism for a tight fit and optimal sealing between the hopper and the rear door. Removable spacers shall be provided to easily adjust the hopper door to retain a tight seal throughout the useful life of the door seal. 9.11 The rear door seal shall be a water resistant heavy-duty reinforced D style rubber seal for optimal sealing. Foam seals that can absorb moisture and freeze are not acceptable. 9.12 A single screen assembly with total surface area of 3970 square inches, constructed of not less than 11 gauge steel, shall be installed to allow air to move freely from the hopper into the centrifugal dust separator. The hopper screen shall be hinged and easily lowered via a pneumatically controlled cable drop-down system for easy cleaning and inspection without tools or pin’s removal. Standard screen drop system must be controlled from outside the hopper for safety. 10.0 DUST SEPARATOR COMPLY Yes No 10.1 Dirt separation from the air stream shall be accomplished by means of a centrifugal style dust separator that is installed external to the hopper and bolted on for ease of servicing and replacement. The separator shall be designed so that it will not plug with debris. 10.1.a To allow inspection and cleaning of the separator interior, the dust separator shall have minimum of two hinged inspection doors. Both doors are self-opening when tilting the hopper. 10.1.b To allow automatic discharge of debris when tilting the hopper, the dust separator shall have a self-opening door made of steel. Cable or other manual/mechanical means required for discharging the separator are not allowed. 11.0 SPRAY WATER SYSTEM COMPLY Yes No 11.1 The water tank shall be a removable, 265 gal. total capacity. Constructed of rust- proof polyethylene. 11.2 The water tank shall be frame mounted with no part sharing any common wall with the hopper and shall not rise during hopper dumping for better weight distribution. 11.3 A 16 ft. 8 inch fill hose with NST coupling with strainer shall be supplied. 11.4 An external water level gauge that is visible from the operator’s position shall be provided. 11.5 All water lines shall be color coded for easy identification. 11.6 The water filter must be accessible and cleanable from ground level without tilting the hopper. A ball valve must be provided at the filter inlet to allow cleaning of the filter without the loss of water from the water tank. . 11.7 All water piping shall be external to the operator cab. No water lines capable of leaking or bursting shall be within the cab. 11.8 Three (3) water spray nozzles are located at each side broom for optimal dust control. A pivoting bracket is provided to allow for optimum positioning of the side broom spray nozzles. 11.10 Three (3) removable water spray nozzles are located at the lower portion of the suction hose for lubrication of the suction hose and to further enhance dust control. 11.11 One (1) electric 12 volt, diaphragm type pump will provide a capacity of 4 GPM to the pickup head, the suction hose and the side brooms. The system pressure shall be sized for 40 PSI operation. 11.12 Water pump must have two flow rates, selectable by the operator from within the cab and capable of running dry without damage. 11.13 Water system shall be capable of winterization without the use of an air purge system. 12.0 HYDRAULIC SYSTEM COMPLY Yes No 12.1 Hydraulic pump shall be a gear driven, gear style pump for maintenance free operation, having a flow capacity of 7.0 GPM @ 2100 RPM and 8.3 GPM @ 2500 RPM. 12.2 Reservoir capacity shall be not less than 11 gallons and have an exterior sight gauge. The reservoir must be located for quick inspections without tilting the hopper. 12.3 All hydraulic circuits shall have quick disconnect pressure check ports for ease of maintenance. 12.4 Hydraulic oil cooler shall be standard to provide adequate cooling with fresh air intake and accessible without raising the hopper. The hydraulic system shall operate below 200°F. 12.5 To minimize the hazards of potential leakage, all high pressure fittings shall be O- Ring Face Seal (ORFS) type. Other systems shall not be acceptable. 13.0 PNEUMATIC SYSTEM COMPLY Yes No 13.1 There shall be a PR4 protector type pressure protector for the chassis air system. 13.2 All pneumatic cylinders shall be interchangeable. 13.3 All pneumatic cylinders must be rated to 150 PSI and have a separate rod seal and wiper to prevent contamination entering the cylinder. 13.4 Each cylinder shall be controlled by a single, two position, solenoid valve mounted on a manifold with common input and exhaust. 13.5 There shall be a filter with a polycarbonate bowl to filter out contaminants down to 5 microns to prevent contamination in the air system. 14.0 ELECTRICAL SYSTEM COMPLY Yes No 14.1 Sweeper shall have an electronic back-up alarm for additional warning and safety when chassis is in reverse. 14.2 Sweeper shall have a rear facing back-up camera for additional safety and operator awareness of surroundings. 14.3 Sweeper shall have a pickup head camera for visibility of the front of the pickup head while sweeping. 14.4 Sweeper lighting shall include rear identification lights and rear clearance lights. 14.5 Sweeper warning lights shall include hopper up and hopper door open (when equipped with in-cab tilt), screen down, and hopper full load. 14.6 Sweeper wiring harnesses shall be color-coded and “function stamped” with appropriate circuit name every four inches, i.e. "Ignition", "Side Broom" on each wire. 14.7 All electrical circuits must be protected by automotive style blade fuses. 15.0 CONTROLS COMPLY Yes No 15.1 All sweeper controls shall be mounted on a stationary central console that allows for use and visibility from either right or left operating positions. 15.2 The controls shall include sweep, spray water and lighting functions. 15.3 The controls for sweeping, spray water, and lighting functions shall be rocker switches. 15.4 Controls for auxiliary engine ignition and throttle, side broom down pressure shall be located in the control console. 15.5 Controls for the auxiliary engine throttle is a pre-set rotary knob, and shall include individual settings for “idle,” “light,” “medium,” “medium/heavy,” and “heavy” to provide clarity to the operator of proper throttle setting for any given application. 15.6 Controls for sweep system shall include sweep/resume feature; allowing the automatic raise when chassis transmission gear selector is put into reverse of side brooms and pickup head. 16.0 INSTRUMENTS COMPLY Yes No 16.1 Sweeper engine instruments shall include tachometer, hour meter, oil pressure, voltage, and coolant temperature for complete information for the operator on the condition of the auxiliary engine, visible from both operator positions. 16.2 Sweeper engine to include an auxiliary engine air intake restriction gauge for ease of maintenance (mounted external at air filter). 16.3 Sweeper instruments shall include diagnostic information for the sweeper engine and sweeper functional information to sweeping mode and transport mode. 16.4 Sweeper instruments shall include a "raised" hopper indicator and “open” hopper door indicator (when equipped with in-cab dump) and a "full" hopper indicator to notify the operator. 17.0 PAINT COMPLY Yes No 17.1 All visible exterior metallic surfaces shall be coated prior to assembly with polyester powder coat. The paint must be a minimum of 2 mils thick. The uses of acrylic enamels and/or polyurethane’s are not acceptable. 17.2 Color shall be the 0 of 0's color or "White". 17.3 Vehicle shall have an accent color of Grey on the components and lower portions of the unit. 18.0 MANUALS COMPLY Yes No 18.1 An operation manual shall be provided. 18.2 A parts manual shall be provided. 19.0 WARRANTY COMPLY Yes No 19.1 Manufacturer's warranty shall be not less than one (1) year on entire sweeper, including all parts and labor. 19.2 Manufacturer's warranty shall be not less than three (3) years on chassis engine, including all parts and labor. 19.3 Manufacturer's warranty shall be not less than lifetime protection against rust- through of the water tank. 19.4 Proposer’s submitting literature stating warranties which do not fully comply with warranty requirements of this specification, must submit a letter from the manufacturer certifying warranty compliance as an integral part of their proposal. Failure to comply may cause the proposal shall be deemed "non-responsive" and rejected without further review. 20.0 SERVICE AND TRAINING COMPLY Yes No 20.1 Vendors shall have a full parts and service facility within a reasonable distance from The City of Hammond Maintenance Yard. State location and distance._______________________________________________ 20.2 A qualified technician shall provide complete training to The City of Hammond personnel at the City of Hammond Maintenance Yard. Training shall include safety, operation, maintenance and service. 21.0 DELIVERY COMPLY Yes No 21.1 Sweeper shall be delivered F.O.B. to The City of Hammond in first class operating condition. (18104 Hwy 190 E., Hammond, LA 70401) 21.2 Acceptance shall be subject to the inspection and approval of the Streets Director. 21.3 Proposer shall state delivery time after receipt of order: __________________________________________ 22.0 QUALITY 22.1 Sweeper shall be manufactured by a company with a registered quality standard no less than ISO 9001. 23.0 EXCEPTIONS AND DEVIATIONS Proposer shall fully describe every variance, exception and/or deviation. Additional sheets may be used if required. _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ PROPOSAL FORM I hereby acknowledge that I have received the following Addenda (If Applicable) and they are reflected as part of this proposal, List by date and Addendum number________________________________________________________ The undersigned hereby declares that they have carefully examined the requirements of the specifications contained herein, and propose to deliver FOB destination to The City of Hammond new equipment in accordance with the RFP specifications for the following price. ONE (1) New and Unused Six Wheel Regenerative Air Street Sweeper BODY MAKE:_____________________ MODEL:_____________________ CHASSIS MAKE:__________________ MODEL:_______________ ______ TOTAL PURCHASE PRICE: $_______________________ _____ _ (In Words)_______________________________________________ _____ Signature of Proposer___________________________________________________________________ Name of Company ________________________________________ Date________________________ The above signature on this sealed Proposal certifies that proposer has carefully examined the instructions to proposers, terms and specifications applicable to and made a part of this proposal Package. Any exceptions must be clearly identified. Proposer further certifies that the prices shown are in full compliance with the conditions, terms and specifications of this Proposal.

310 East Charles Street PO Box 2788 Hammond, LA 70404Location

Address: 310 East Charles Street PO Box 2788 Hammond, LA 70404

Country : United StatesState : Louisiana

You may also like

Supply and Delivery of Sweeper Parts

Due: 06 May, 2024 (in 8 days)Agency: City of St. Johns

RIDE ON STREET SWEEPER

Due: 25 Oct, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Invitation to Bid New 2024 or 2025 Street Sweeper

Due: 08 May, 2024 (in 10 days)Agency: City of Woodward

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.