Loading...
HomeMy WebLinkAboutR-00-0344J-00-326 4/17/00 RESOLUTION NO. , A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF TWO (2) COMPLETE PURE VACUUM STREET SWEEPERS, ELGIN GEO-VAC SERIES . `Y' , FROM VANTAGE EQUIPMENT COMPANY, AT A TOTAL AMOUNT NOT TO EXCEED $280,938, AWARDED UNDER EXISTING CITY OF ORLANDO, FLORIDA BID NO. SB00-033, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION TO BE USED BY THE DEPARTMENT OF SOLID WASTE; ALLOCATING FUNDS THEREFOR FROM SOLID WASTE CAPITAL IMPROVEMENT PROJECT NO. 353018.329401.6.840. WHEREAS, the Department of General Services Administration seeks to purchase two complete pure vacuum street sweepers, Elgin GEO-VAC Series `Y', to be used by the Department of Solid Waste; and WHEREAS, the purchase is necessary to replace outdated street sweepers which are no longer cost effective to maintain and operate; and WHEREAS, the City Manager and the Director of General Services Administration, in conjunction with the Department of Solid Waste, recommend that the provision of two (2) complete pure vacuum street sweepers, Elgin GEO-VAC Series `Y', from CITY COMMSSIOY MEETING OF APR 2 7 2000 Resolution no. fir: , Vantage Equipment Company, awarded under an existing City of Orlando, Florida Bid No. S300-033, be approved; and WHEREAS, funds are available from Solid Waste Capital Improvement Project No. 353018.329401.6.840; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of two (2) complete pure vacuum street sweepers, Elgin GEO-VAC Series `Y', from Vantage Equipment Company, in an amount not to exceed $280,938, awarded under existing City of Orlando, Florida Bid No. SB00-033, for the Department of General Services Administration to be used by the Department of Solid Waste, is hereby approved, with funds therefor hereby allocated from Solid Waste Capital Improvement Project No. 353018.329401.6.840. Page 2 of 3 • • Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 27th day of April 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing A in the designated pla provided, said les ^tion rs,,°J becomes effective with the elapse of ton (10) da„c r. m the- ule or' Co si/cn actin regarding same, without the Mayr cerci nq ATTEST: WALTER J. FOEMAN CITY CLERK APPROV, A� TO.+'VRM A iD CORRECTNESS :i% J CtTYIATTORNEY 297:RCL City Clerk �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 0 CITY OF MIAMI, FLORIDA 7 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE : APR f 7 2000 FILE: of the City Commission SUBJECT: Proposed Resolution FROM: REFERENCES: D nald H. Warshaw Purchase of Two (2) Complete City Manager ENCLOSURES: Vacuum Street Sweepers (GEO-VAC Series) RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of two (2) complete vacuum street sweepers (GEO-VAC Series) from Vantage Equipment, Co., a non-minority/non-local vendor, located at 9365 Philips Highway, Jacksonville, Florida 32256, through a bid awarded under an existing City of Orlando, Florida, Bid No. SB00- 033, for the Department of General Services Administration to be used by the Department of Solid Waste, in an amount not to exceed $280,938. Funds are available from the Solid Waste Capital Improvement Project No. 353018.329401.6.840. BACKGROUND The Department of General Services Administration seeks to purchase two (2) complete vacuum street sweepers (GEO-VAC Series) to be used by the Department of Solid Waste. The requested purchase is necessary to replace old sweepers that are no longer cost effective to maintain and operate. oa DHWZiX 1 �� P CITY OF MIAMI, FLORIDA 0 INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager ` FROM: 4 Dean De on , Acting Director Department of General Services Administration DATE : MAR 2 1 2000 FILE LEG 7-2 SUBJECT: Funding Authorization - Purchase of Two (2) Complete Vacuum Street Sweepers REFERENCES: (GEO-VAC Series) ENCLOSURES: The Department of General Services Administration, in conjunction with the Department of Solid Waste, has verified with the Department of Management & Budget that funds are available, in an amount not to exceed $280,938, for the purchase of two (2) complete vacuum street sweepers (GEO-VAC Series). Funds will be available from the Solid Waste Capital Improvement Project No. 353018.329401.6.840. DEPARTMENT OF SOL ASTE: 4 4f Department Director/Designee CIP PROJECT REVIEW AND APPROVED BY: Pilar Senz-Butler, CIP A strator BUDGETARY REVIEW & APPROVED BY: Luie L. Brennan, Interim Director Department of Management & Budget DHW/RM/DD7/11 DATE:., -2_(5,'-- DATE: —0,?— 000 DATE: _� ' Y I- )", 3-31-2000 10:59ANI FRQ VANTAGE EQUIPMENT 904 363 3009 P.2 0 EQUIPMENT COMPANY A 517881DIARY pF pi4'fRppi�ITAi MgLdNCi9� LTQ. March 31 2000 Mr. lkamone Berges City of Miami Purchasing Dept. Miami, PL. Dear Mr. Berges, By this letter Vantage Equipment Co. extends to the City of .Miami the Opportunity t4 purchase ELGIN street sweepers, PELICANS and GEO-VACS, per our contracts with the City of St. Augustine and the City of Orlando respectively. By `.piggybacking" these contracts we guarantee all terms, pricing, delivery, etc., to the Ci.ly of Miami. Reference City of St. Augustine purchase order 2001050-00 and the City of Orlando purchase order 4$72 -00f) -OP. rail. -1'hank you for allowing us to assist you. If we may be of further service, please V 1W r; esiueiu v- X44 9365 PHILIPS HIGHWAY - JACKSONVILLE, FLORIDA 32266 - (904) 363-3008 105 CANDACE DRIVE. SUITE 101 - MAITLAND. FL.ORtDA 32751 (407)677-7771 CITY OF ORLANDO OFFICE OF PURCHASING SEALED BID TABULATION SBOO-033 December 22, 1999 3:00 p.m. Purchase of Two (2) Pure Vacuum Skeet Sweepers Mounted on Cab and Chassis Description Unit 1 Quan. Item C --4— Unit Price Total Unit Price I Total Unit Price Total U" r Vacuum Vacun Sireet Sweeper 199912000 Ea Pure Vacuum Street S%veeper 20OW001 Ea 2 Pure Vacuum Street Sweever=112002 Ea 3, A/0 AKV 5 76. 71S.; + Of DelivOrYlCOmPletion within - Bidders Certification Signed. Mlnorf� Certification Expiration Date: Literature: C=) "Offers from the vendors listed herein are the only offers received timely aC=)s of the above opening date and time. All other offers submitted in response to co this solicitation, if any, are hereby rejected as late.,, Page 9 MAR -30-00 THU 05:02 PM CY ORLPEO PURCHASING Fri{ NO, 407 2462869 P, 03/06 CITY CLERK'S USE ONLY, CITY OF ORLANDO COUNCIL AGENDA ITEM FOR MEETING OF: February 7, 2000 dFROM; Jan Mead C,P.M. D' for of Parchannn CONSENT AGENDA SIGNATURE: El NEW BUSINESS EXHIBITS: Re t;e ent Schedule and Evaluat n M oa dated 9/6/d4 a voo SUBJECT: Purchase of Four (4) Pure Vacuum Street Sweepers Mounted on Cab and Chassis, SB00.033 SiJ1MMARY: The following sealed bid was received in response to the subject Invitation to Bid: VENDOR Vantage Equipmeut Company TOTAL BID AMOUNT $568,229 The Facilitie&Tleet Management Bureau evaluated this bid and recommends the award te.Vautage Equipment Company of Maitland, Florida, the only responsive and responsible bidder, This award is for the purchase of two (2) sweepers at 5140,469 each in 2000 for a total of 5280,938, one (1) sweeper at 5142,576 each in 200b/2001 for a total of $142,576, and one (1) sweeper at $344,715 each in 2001/2002 for a total of $144,715 -- for a grand total of $568,229. The Office of Purchasing concurs with this recormnendatu m. FISCAL & EFFICIENCY DATA: g%Da m wwry Number, cunxsiative etua>6c orders, marring cost, (e.g. operrting & nmirrtelgnce); allocation of arty generated revenues; anY appikabk ejicieecy daw ac.1 Account Number 746.6615 RECOMMENDED ACTION: Approval. This item has been reviewed by the WE/WBE Office. NOTE: ALL AGENDA TMMS MUST BE IN THE CITY CLERK'S OFFICE BY NOON WEDNESDAY PRIOR TO THE REGULAR MONDAY CITY COUNCIL MEEMO., DISTRIBUTION: 0- MAR -30-00 THU 05:03 PM CY 4RLANDD0 PURCHASING FAX NO, 407 2462869 MFMOIZANDUM FOR THE RECORD DATE: P. 04/06 EVALUATION OFT BID # SWW033 TITLE: Purchase of Two (2) Pure Vacuum Street Sweepers Mounted on Cab and Chassis The undersigned, having evaluated subject bid invitations, recauirnends the contract be awarded as follows, ITEM 117-1 AWART) TO e- e- f pW'4'w�- AAMQUNT IF THE TOTAL AMOUNT OF, AWARD IS OVER $50,000.00, please enter the following Fiscal Data: As applicabic, cite fuuding source-, original approval date and contract amount, Documentary Number, cumulative change orders; recurring costs (e.g., operating & maintenance); allocation of any generated revenues;etc. Exceptions to the above are as follows (if none, so state): If other than low bid, explain in detail, It is our (my) opinion that the reconuilended award meets the terms of the Invitation to Bid and the specificatious, if any, iucluded therein, Considering these factors, the above vendor is the lowest bidder. 1n accordance with Section 7.17 - Chapter 7 of the City of Orlando, considg4tion have beets given to quality offered, delivcry terms, and service reputation of the i6 idor. cry wJ4' c ; a Department Hea&Bureau Chief jr0� •. 0F'l:10E cw PURCHASING ANu MATERIALS MANAGEMENT CITY HALL • 400 SOUTH ORANGE AVL•NUF • QiZLANI0, FLORIDA 32801-3302 � � � 14 � ;-9 PltorrF.246-2291 • FAX246-2869 • http://www.ci.orlando.fl.us , MAR -30-00 THU 05:04 PM CY F ORLANDO PURCHASING Fri'. NO, 407 246'2869 VI EMORANDU DATE: January b, 2000 TO: Jim Rowlin, Assistant Bureau thief Fleet/Facilities Management ROW, FROM: RO ox, Assistant Chief EngineeringlStreets & Drainage Bureau SUBJECT: Purchase Of Two (2) Vacuum Sweepers Protest Letters The specifications for the truck mounted vacuum sweepers were developed afteT almost 18 months of testing by the Right -Of -Way Management Program. Please see enclosed memos. F. 06/06 These specifications are needed to ensure that the street sweepers purchased will meet our operating requirements, i.e. ease of operation and maintenance, noise levels, turning radius, etc_ The cost may be higher up front, but will result in lower operating costs over the operating life of the sweepers. Sweepers that are too noisy, cannot turn around on our older residential streets, and require a lot of manual adjustments by our operators, slows down our sweeping operations. The noise level is especially important since we double shift our sweepers on an 11 pm to lam shift. Reducing overall costs and versatility is extremely important in today2s environment of reduced budgets and the need for more efficient government service. I recommend that the Geo Vrac bid be accepted. If you need any further information please call me at 246- 2238. R_MC1mwr CC: file STREETS & DRAINAGE - PUBUC Wonx% UWAR-Mina 1010 SOu'rii Woom AvEENIT. - ORIMO, F NIDA 32805 Mon 407-246-2238 -FAN 407-246-2241 - bttp://www.ci.orJando.fl.us .,. Pt 6'� l MAR -30-00 THU 05:04 PM CY F ORLAKIDO PURCHASING FAX NO. 407 2462868 P. 05/06 _'' . CHY OF OWJkNDO MEMORANDUM To: ,Jon D. Mead, Director, Purchasing atm' Materials Management From: James F. Bowlin, Assistant Bureau C Fleet/Facilities Management Bureau Date: January 11, 2003 Subject: Bid SB00-033 Protest The Engineering/Streets & Drainage Bureau conducted 18 months of extensive testing, using several different vendors' equipment, before deciding what was needed for the City of Orlando. The specifications were written for the easiest to operate and maintain, quietest, street sweeper they could find. Turning radius was also a very important issue. All prospective bidders had the same opportunity to meet these requirements. Attached, you will find supporting documentation for the acceptance of the bid we received from Vantage Equipment. Copy: Andy Berman Roger Cooper 3-23-2000 1:49PM MVANTAGE EDUIPMENT 904 363 3009 ,qw 0 t, C ytiORLAND VENDOR vantage Equlpmenl Co 105 Candace: Ofir", Std: 101 Maitland FL 32751 P.O. NUMBER 4872 - 000 - OP SHIP TO Fleet Replacement Prg 1010 S Westmoreland Orlando FL 32WS P. 2 P.082wk VE R SHIP VIA F.O.B. " DELIVER SY FOS - Des5,4Gon 0Sl1w000 ORDER PLACED WITH FREIGHT TERMS BUYER NAME AND PHONE NUMSER D Net 30 days C RoW Cooper (407)246-2364 REM ACCOUNT CHARGED QUANTITY DESCRIPTION UNIT PRICE AMOUNT Tait cor&W * tfM City of Odary 's accsptu" of your offodpr=9 on our Imitation to Bid SB00-03S - and is subjectto all spectl3catlons, terms. and conditions therein. 1.000 746.6615 19-0700 2 EA St vw Sweepers. Scrubbers Req -41 00002414 140.459.0000 280.938.00 8615 ' Pure vacuum Street Swftw Mounted on Cab and Chassis as soociCkations: Elgin GE -0 -VAC Series Y' Dual on SterIkV Trude SC8000 Total Order ~ 280.938.00 SEE REVERSE FOR VENDOR INSPRUCTlOiR — — — Auftftod By 03-23-00 14:45 TO:SOLID WASTE OPERATIONS FROM:904 363 3009 P02 3-23-2000 1:49PM VANTAGE EQUIPMENT 904 363 3009 P.3 11-A IV %j EQUIPMENT COMPANY ASUBS+OLAMOFENV YioMNE►riuIbLD COMPLIANCE TO SPECIFICATIONS Page 12: Transmissions: The new 2000 year model Sterling has upgraded the AT545 transmission to the new Allison 2000 five -speed electronic Engine: The new 2000 year model Sterling features a horsepower rating of 205,.exceeding the old minimum of 190 HP. Page 13-22: We meet or exceed.all other specifications_ Pagc 24, Item 16:.. " Delivery will be'made within 90 days of receipt of order_ Page 31, Item 29: YES we will provide a local representative on an "as needed" basis for service and technical assistance. Page 31,1tem31: Parts and Service are available at: Vantage Equipment 105 Candace Dr. # 101 Maitland, FL 32751 407-677-7771 Page 31, Item 32: YES, our bid meets all quality standards e 9365 PHILIPS HIGHWAY • JACKSONVILLE. FLORIDA 32256 • 19041363-3008 03-23-09 14:46 TO:SOLID WASTE OPERATIONS FROM:904 363 3899 P03 3-23-2000 2:52PM ( VANTAGE EQUIPMENT 904 363 3009 P.2 Purchase of Two (2) Pure Vacuum Street Sweepers INViTATTON TO RED # SB00-033 Mounted on Cab and Chassis SPECIFICATIONS: CAB AND CHASSIS FOR PURE VACUUM STREET SWEEPER This specification is for neve, latest manufacturers production model, 6 wheeled cab and chassis that are equal to or exceed the Sterling SC8000. These vehicles shall be cab -over -engine in design with a minimum 32,000GVWR. They will be equipped with Diesel engines that produce a minimum of 190 HP at 520 ft. lbs. of torque, have fully automatic tratrsraissions, and dual operator controls. Pure vacuum street sweepers, equipped witb separate Diesel engines, will be mounted on these vehicles. All sweeper controls, switches, gauges and warning indicator lights are to be located in the cab for complete operator information concerning the sweeper engine and all other systems. The completed unit must be delivered to the City of Orlando with the original M.S.O., three (3) sets of keys, key code, warranty, and two (2) operations and maintenance manuals. • G V WR: Minimum 32,000 lb. • WHEELBASE: Sized for sweeper but not to exceed 133 inches. • CAB TO AXLE Sized for sweeper but not to exceed 102 inches - 0 FRAME: Yield strength shaIl be a minimum of 50,000 PSI. TOW HOOKS: Two (2) front mounted tow hooks. • FUEL TANK: One (1) 50 gallon fuel tank will supply both engines and shall be easily accessible without raising or shifting any components. + ENGINE: Turbo charged Diesel, 190 HP @ 2600 RPM, 520 ft. 1b. torque @ 1400 RPM. AIR CLEANER: Single stage dry type. • FUEL FILTER: Spin -on type and must have a fuel/water separator. OIL FILTER: Full flow. • RADIATOR FAN: Viscous drive. + TRANSMISSION: Allison AT545 fully automatic transmission with heavy duty external oil cooler. + REAR AXLE: Two (2) speed rear axle with ratios of 5.38:16.50:1, flat leaf suspension rated at 23,000 lb. with single tapered leaf auxiliary springs. Office of Purchasing and Materials Management Page: 12 03-23-00 15:48 TO:SOLID WASTE OPERATIONS FROM:904 363 3069 P62 3-23-2000 1, - 49PM FROM VANTAGE EQUIPMENT 904. 363. P. 4 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # S$00-033 Mounted on Cab and Chassis • "FRONT AXLE: - Rated at 12,000 lb. equipped with 12,000 lb. springs, shock . absorbers and a heavy, duty front stabilizer bar. • , RIMS: Front and rear are to be interchangeable, 10 hole, steel hub, piloted, 22.5X7.50 Accuride: • TIRES: ' Six (b) Michelin XZE tubeless radial, 14 ply 11R22.5 "G" load ratecL. • BRAKES:. Full air brakes with automatic slack adjusters. • AIR COMPRESSOR: Minimum 13.2 CFM capacity. • AIR DRYER: Bendix AD -9 air dryer/automatic moisture ejector (or equal) mounted on the bottom of air reservoir tank_ • STEERING: Full power steering with dual operator controls. Each steering column shall be fully independent and shall include separate steering .,gear boxesdrag links, and pitman arms. , • SEATS: Right shall beadjustable, left shall be a Bostrom Air Ride, both covered with a heavy duty cloth material (for air circulation), and include 3 point seat belts. • MIRRORS: Two (2) outside West Coast type mirrors with lower 12 inch convex legis for easy viewing of the side broom during sweeping operations. To maximizeoperator visibility of the brooms and curb, the mirrors must be mounted forward of the front wheels. . ' SWITCHES: • Shall be clearly ; identified by name (fanction) andinternational symbol. All switches are to be illuminated so they can be readily identified during low, light or night time operations without the use of the cab dome light. o AIR CONDITIONER. `Unit shall be equipped with factory air conditioning, including fresh air inlet, heater, and defroster. • WINDSHIELD WIPER: Mmiinum two (2) speed with intermittent feature and windshield asher. + NOISE INSULATION: - Interior of cab shall have acoustical • insulation to insure low noise level inside the cab when the sweeper is in operation. •- RADIO: AM/FM radio mounted in the dash. lu -- Of. ice of Purchasing and Materials Management Page: 13 03-23-90 14:46 TO:SOLID WASTE OPERATIONS FROk:904 363'3099 P&4 3-23-2000 1:50PM VANTAGE EQUIPMENT 904 363 300-Q P.5 11 0 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # SB00-033 Mounted on Cab and Chassis • GLASS: All glass shall be tinted safety glass. Each operator position shall have an adjustable sun visor. Door windows shall be roll dow-ri type with manual operators. • CHASSIS INSTRUNENT PANEL: Right side and Left side instrument panels must be chassis OEM. They shall be fully illuminated and include tachometer, speedometer, odometer, trip odometer, fuel level gauge with low fuel indicator, water temperature gauge, air pressure gauge, volt meter, oil pressure gauge, and engine hour meter. • WARNING Z DICATORS: Warning light and chime for low coolant level, warning light and engine shut down for high coolant temperature, warning light for low battery voltage, warning light and engine shutdown for low oil pressure, warning light and chime for cab latch to be sure cab is in locked position. • SWEEPER INSTRUMENT PANEL: All 'sweeper controls and warning indicators including, but not limited to, all sweep, dump, spray water, Iow spray water indicator light hopper full indicator light, hopper up indicator light, and hydraulic functions shall be mounted on a central rotating and swiveling terminal for use from either right or left operator position. All console switches, controls and gauges shall be illuminated. • SWEEPER ENGINE INSTRUMENT PANEL: All sweeper engine instruments including, but not limited to, start switch, tachometer, hour meter, oil pressure gauge, fuel gauge, low fuel chime and indicator, voltage meter, coolant temperature gauge, low coolant level indicator, and air intake restriction gauges shall be mounted on a central rotation and swiveling terminal for use from either right or left operator position. All console switches, controls, and gauges shall be illuminated. • BATTERIES: Two (2) maintenance free, 12 volt, 1150 CCA batteries. They shall be Iocated in an enclosed accessible environment. • ALTERNATOR: . Minimum 100 amp. • WARRAN'T'Y: Minimum 3 year / 36000 miles, bumper to bumper warranty with pricing and option to purchase manufacturers extended warranty for 5 years / 75,000 miles and 6 years/100,000 miles. Need pricing on just drive -train extended warranty also. o44 P:Purchasing/Specs/SpecCabchasweeper END OF SECTION Office of Purchasing and Materials Management Page: 14 03-23-00 14:46 TO:SOLID WASTE OPERATIONS FROM:904 363 3009 P05 3-23-2000 1.50PM FROM VANTAGE EQUIPMENT 904.363 P_6 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # SB40-033 Mounted on Cab and Chassis SPECIFICATIONS: TRUCK MOUNTED, PURE VACUUM SPREE' SWEEPER WITH BROOM ASSIST This specification is for new, latest manufacturers production model, vacuum street sweepers. They must be independently powered, by minimum., 100 HP Diesel engines. They must be equipped with S_0 cubic yard hoppers and have 330 gallons of water. supply. They are to be mounted on six wheeled, cab -over truck chassis with Diesel engines and automatic transmissions. All controls and switches with variable down pressure on brooms must be controlled from the, cab. A recirculating or regenerative type sweeper will not be acceptable. The vehicles must be delivered ,to the City of Orlando with the original M.S.O.,. three (3) sets of keys, key codes, warranty, two(2)' operations,,service, and maintenance manuals, and all air, water, hydraulic, -and electrical zchernatics and diagrams. A minimum of forty (40) hours of operator training and forty (40) hours of maintenance instruction and training must be.' luded in the bid price. • Sweeper engine shall be -'a 4 cylinder Diesel, turbo -charged,, dynamically counterbalanced 276 CAD (John Deere 4045T or equal). • Horsepower rating shall be 100 HP (75 K. W.) @ 2500 RPM, torque,.2741b. ft. @1400 RPM. • . Sweeper.engme shall have individually replaceable wet sleeve cylinder liners. • Sweeper engine air supply is to be protected by'a dual element, dry type air cleaner with restriction indicator that indicates it is time to service the filter element. • Sweeper engine radiator'shallbe, filled with 50150 mixture of anti-.freeze/watez. • Sweeper engine shall have 'an auto shutdown for high coolant temperature or low oil pressure, with an alarm, to avoid engine damage should either situation occur. A warning light and chime shall be used to indicate low,coolant level. • The sweeper electrical system shall be independent of the electrical .system of the chassis and all electrical circuits must be protected by circuit breakers or fuses that are properly marked as to the . circtut that is protected by them. • Sweeper wiring, harnesses shall ' be color coded and hot stamped with the appropriate word designation (i.e. IGNITION, SIDE BROOM, REAR, -CLEARANCI✓ tiGHTS) every 4 inches. • Sweeper engine shall have one .(1) 925 CCA. 12 volt battery and a, minimum of a 95 AMP altematon, • Sweeper lighting shall include rear identification lights, two (2), one front, one rear, rotating beacon lights, side broom and main broom spotlights, rear clearance lights, a rear mounted arrow board, and rear facing -work lights for'night time operation.. Sweeper warning lights shall include hydraulic filter restriction, air filter restriction, low spray water, hopper up, hopper fully loaded and voltage: Office of Purchasing and Materials Management Page: 15 03-237G0,14:47 TO;:SOLID WASTE OPERATIONS FROM:904 363 3009 P06 3-23-2000 1: S 1 PM F19VANTAGE EDU I PMENT 904 363 3009. P. 7 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # SB00-033 Mounted on Cab and Chassis • Sweeper engine shall drive the blower fan by a heavy-duty fluid coupling, without the use of a step-up auxiliary gearbox. The fluid coupler will allow the engine to make soft starts and stops and will allow the blower/fan to tum the same RPM as the engine output shaft. + The entire ,joined engine, coupling and fan assembly shall be isolation mounted on the auxiliary frame. • The engine compartment shall be easily accessible from left or right sides using electrically operated "gull wing" style doors. A ladder providing access to the engine compartment will be supplied and easily stored on the unit. Units that expose the engine compartment during operation or during dumping will not be acceptable. • The engine compartment shall be totally enclosed and surrounded with insulation material for significantly reduced noise levels plus a dust and water free environment. An auxiliary engine that is not fully enclosed shall not be acceptable. • A sound insulation package shall be provided_ At normal operating RPM (2000 RPM), in cab noise shall not exceed 80 ABA, per TSO/SAE 6393 hemispherical standards. The City of Orlando will have a night time operation in residential areas and will not consider any sweepers that exceed 80 Al3A, @ 7.5 meters @ 1800 RPM. • AlI sweeper controls shall be mounted on a central rotating and swiveling terminal for use from either right or left positions. This allows the operator to view important auxiliary engine information from either operating position. • Controls shall include all sweep, dump, spray water, and hydraulic functions. • Controls for sweep, dump and spray water systems shall be conventional rocker switches. • The blower shall be rated at not less than 15,560 CFM. The fan shall be rated by an independent test facility. • Blower shall be constructed of abrasion resistant 'steel, 35" in diameter with 16 vanes and fully balanced for longevity of fan and bearing life. • Blower shall be direct driven through a heavy-duty fluid coupler that will give soft starts and stops, maximum performance, and simplicity of its construction. Units using, an auxiliary gearbox, pulleys, or belt drives will not be acceptable. • The blower housing shall be constructed of 10 gauge abrasion resistant steel and lined with Linatex (or equal) for maximum extended wear. in abrasive environments. • Blower housing shall have an inspection door for quick inspection without removing the blower housing or looking into the air exhaust opening. • Blower housing shall be fully isolated and insulated to reduce structure born noise. Office of Purchasing and Materials Management Page: 16 03-23-00 14:48 TO:SOLID WASTE OPERATIONS FROM=904 363 3909 P07 3-23-2000 1:S1 PM FROM VANTAGE EQUIPMENT 904 363 P_8 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # 5B00-033 Mourited on Cab and Chassis • Blower housing shall -not be an integral part;of the hopper. Replacement of the blower housing must be able to be accomplished without any cutting or welding of the housing and or hopper. • Hydraulic pump shall be a direct gear pump for,.having a flow capacity of 16 GPM at 2400 rpm. A belt driven or PTO driven hydraulic pump is not acceptable. • Reservoir" capacity shall be a minimum of 23 gallons and have an exterior sight gauge: The . reservoir must be located in the fully enclosedauxiliary engine compartment for quick inspections and a dust free environment to keep tile reservoir and breather clean:. • All hydraulic circuits shall have quick disconnect pressure check ports for ease of maintenance. • To minimize the hazards of potential leakage; all high-pressuie.fittings shall be "0" ring type. Other systems shall not be acceptable. • Hydraulic system shall include world standard D03 single sub -plate spool, directional valves. Any other system shall not be acceptable. • Hydraulic system shall include=a single counterbalanci load locking flow control on rear door and dual counterbalance flow control on hopper hoist to avoid sudden' movement of either component in case of a hydraulic line malfunction. +' An auxiliary electric operated hydraulic pump shall be provided to activate all hopper tilt and dump functions without operation of the auxiliary engine. - It will also not require the chassis engine to be started to engage a PTO to activate the dump controls in the event of an auxiliary engine or chassis engine malfunction_ • There shall be a 1 -0 -micron spin -on hydraulic filter with 'restriction. indicator in the cab. Exchanging of the filter must be possible without tilting the hopper. • To further reduce the chance of hydraulic system contaminatiort use of standard pipe threads requiring pipe dope shall not be acceptable. • Each suction: nozzle, right side and left side, pick-up area shall be not less than .174 sq. in. with a minimum width of 30". • The suction loose shall have a quick disconnect,type coupler at the lower area near the suction nozzle. It should not require any tools to allow the operator easy access to both the suction nozzle and suction hose for inspection and cleaning when obstructions occur. The quick disconnect must be accessible without tilting the hopper. ® All metal components, nozzle, tube, etc shall be constricted of abrasion resistant steel for longer life in an abrasive environment. Cast aluminum components or components using rubber liners are not acceptable due to shorter service life. • Suction hose shall be not less. than 11 inches in inside diameter. s# �;441 Office of Purchasing and MRterials Management Page: 17 63-23-06 14:48 TO:SOLID WASTE OPERATIONS FROM:964 363 3669. Pea 3-23-2000 1.52PM VANTAGE EQUIPMENT 904 363 3009 P.9 Purebase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # SBOO-033 Mounted on Cab and Chassis • Suction hose shall be smooth bore for increased performance with reduced turbulence and less chance of material build-up around the hose corrugations: • Each nozzle shall extend 12 inches beyond the wheel track for increased performance closer to the curb and better visibility of the nozzle from the cab. The nozzle shall have a replaceable wear edge for rubbing against the curb. • Shutter door shall have both manual and automatic settings to open for larger objects or when sweeping leaves, The automatic settings shall have an intermittent adjustment feature. • Sweeping paths: Nozzle only = 30 inches; Side Broom and Nozzle = 49 inches; Extension Broom and Nozzle = 83 inches; 'Total Reach = 102 inches. • Volumetric capacity shall be 8 cubic yards minimum. The hopper shall be separate from the engine compartment cover and raise for dumping without exposing the auxiliary engine. • Hopper shall be constructed of 7 gauge steel for the sides, door, and floor. If supplying stainless steel, it shall be 316 type stainless only, any other stainless is unacceptable. If 316 stainless steel is not . used in the construction of the hopper, then the hopper shall be sprayed with an abrasion resistant coating (i.e. Rhino Linings, Lute -x) or an epoxy coating. All coatings must be warranted for a minimum of S years. • Hopper shall include an integral fan outlet attenuator to minimize system noise levels. The attenuator is to be located in the roof of the hopper and connect to the attenuator located in the hopper rear door. • Hopper shall include rear door fan exhaust to minimize system noise levels. • A weight actuated full Load indicator shall be mounted on the cab mounted center control panel. • The hopper tilt angle, when dumping, shall be a minimum of 60 degrees. Dumping shall be accomplished by tilting the hopper by means of a power up*wer down hoist lift. 'Telescopic cylinder Iifts without complete power up/power down, shall not be acceptable. • The hopper shall be able to raise and lower by use of an electric over hydraulic system. This shall be done for the purpose of being able to dump the material in the hopper without relying on either the auxiliary engine or the chassis engine. + A removable, adjustable, abrasion resistant "scoop" style steel deflector shall be located at the suction inlet. This scoop is to direct material to the center of the hopper for optimal loading conditions. • Integral automatic gate valves shall prevent material from dropping back down the nozzle tubes when the vacuum is stopped. The gate valves also prevent material and debris from being sprayed onto the sweeper components when the hopper is cleaned internally.�-, , a a Office of purchasing and Materials Management Page: Is 03-23-00 14:49 TO:SOLID WASTE OPERATIONS FROM:994 363 3969 P69 3-23-2000 1.53PM FROM VANTAGE EajjPMENT 904.363 P.10 Purchase of Two (2) Pure vacuum Street Sweepers, INVITATION TO BID # SB00-033 Mounted on Cab and Chassis • The hopper rear. door shall have a minimum of 105 -degree opening angle for maximum clearance when dumping. • The hopper rear door shall be top opening by means of a hydraulic cylinder. No exceptions to this requirement will be acceptable. • The hopper rear door shall include an automatic lock mechanism for a tight fit and optimal sealing between tile'hopper and the. rear door. . + The rear door seat 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. • A debris body scraper bar is to be included and shall be stored in an enclosed compartment at the rear of the unit. • The hopper shall contain an inspection door on the right-hand side to allow the deposit of large and bulky items or quick inspections of the hopper without opening the hopper rear door. • For maximum operator safety. the rear hopper door shall have an internal door prop. No exception to this safety requirement shall be accepted. • Each side broom, left side and right side, shall be a free floating trailing arm design with inward motion safety to prevent darnage when sweeping. The trailing arm design shall be a parallelogram for constant bristle contact and wear pattern: • Each side broom shall be a minimum of 28 -inches in diameter with hydraulically driven rotation. • The side broom assemblies shall be pneumatically raised, lowered and suspended_ • Adjustable down pressure shall be pneumatically controlled by the operator from the cab. • Tilting of side brooms shall be variable from -the cab. An electrically controlled linear actuator shall allow the operator to tilt the side brooms inward and outward from, the cab, while sweeping. + The broom hydraulic motor drive ' shall provide not less than 4500 inllbs. of torque for superior digging power. • The side brooms shall have at least 12 in. ground clearance when in transport mode. • The side broom assemblies shall have greaseless pivot pins. • To prevent exposure to accidental laceration. by the bristle tips, gutter brooms shall retract with wire bristle tips unexposed. No exception to this safety requirement will he accepted. Office of Purchasing and Materials Management ;-� 670 Page: 19 - 03-23-09 14:49 TO:SOLID.WASTE OPERATIONS., FROM: 904 363 3889 Pie 3-23-2000 1:S3PM VANTAGE EQUIPMENT 904 363 3009 P.11 Purchase of Two (2) Pure Vacuum Street Sweepers INVITATION TO BID # SB00-033 Mounted on Cab and Chassis • Broom rotation shall stop and all sweeping functions shall rise automatically, when transmission is placed into reverse or when the sweeper is put in transport mode. • Broom distance between the rear wheels and the outer broom edge shall not be less than 12 inches. • The extension broom shall be. 60 inches long, 36 inches in diameter, disposable, and non- reversible. • The extension broom shall be hydraulically driven (with relief valve). pneumatically raised, lowered, and suspended. • The extension broom shall operate at a 24 degree windrow angle minimum for quicker sideways movement of debris. • The extension broom hydraulic motor drive shall provide not less than 4500 in. lbs_ of torque for superior digging power. • Suspension shall be by pneumatic lift with in -cab. variable down pressure control for rnaximu;n digging power and wear coritrol. • The extension broom shall have greaseless pivot pin. • The extension broom rotation shall stop and all sweeping functions shall raise automatically, when the transmission is placed into reverse or when the sweeper is put in transport mode. • A broom cover shall be provided. • For safety and to avoid damage to the extension broom, side broorn and suction nozzle, all sweeping components shall automatically raise when the transmission is placed in reverse. • An automatic lubrication system that will provide appropriately timed- lubricant application to all grease points shall be provided for the sweeper and the chassis_ • Water tanks shall be twin, removable, 165 gal. each, with a total capacity of 330 gal_ Constructed of rust proof polyethylene or 316 stainless steel. • Tanks shall be frame mounted with no part sharing any common wall with the hopper and shall not raise during hopper dumping. • Tanks shah be forward mounted for optimum balance and axle loading. • A quick coupling for the water fill hose shall be used. • Pump shall be self -priming centrifugal type, capable of running dry without damage.. U Office of Purchasing and Materials Management page: 20 03-23-00 14:59 TO:SOLID WASTE OPERATIONS FROM:904 363 3009 P11 3-23-2000 1:54PM FROM VANTAGE EQUIPMENT 904 363 P_12 Purchase of Two (2) Pure Vacuum Street, Sweepers I n7TATION TO BID # S$06-033 Mounted on Cab and Chassis • Pump capacity shall be a minimum of 5 GPM at 40 PSI. • Water flow shall be adjustable with in-cab controls. Controls Shall allow water to be activated at each different sweeping point; gutter brooms, extension broom or the nozzles. • A 25 ft. wash-down hose with quick disconnects shall be provided. • A 25 ft. fill hose with NST coupling and anti-siphon connector with strainer shall be supplied. A high pressure water pump with a twenty-four (24) inch hand lance and a thirty (30) foot hose, with a spring loaded quick take-up reel, shall be provided: The pump shall supply a minimum of 4.2 GPM @ 1500 PSI. The spray wand shall have an "on" and "off' trigger and two (2) nozzle settings.- A quick disconnect for the hose shall be mounted on the curb side of the sweeper. e A low water indicator shall be provided within the cab.. • Two (2) water spray nozzles are to be located at each broom for dust control. • Four (4) water spray nozzles are to be located at the extension broom. • Seven (7) water spray nozzles are to be located in the suction nozzles. • All water piping shall be external to the operator cab. - • A lockable, weatherproof, toolbox shall be mounted in' a' convenient location for operator use. This tool box shall. be a minimum of 24" X 1.0" X .1011. • All metallic, surfaces are powder coated or top coated with a two component polyurethane acrylic enamel. • To prevent hidden corrosion, all sweeper parts shall be iron phosphated and painted before assembly. • A European fiberglass styling package that encloses all sweeping components and keeps the noise level as low as possible, shall be provided. This package shall include behind the cab filler panels, tube storage bumper and fiberglass ground effects_ • . Interior paint shall be non-glare: • Color shall be Vibrant White. An operation and maintenance manual shall be proN ided. A Office of purchasing and Materials Management Page: 21, 03-23-00 14:50 'TO:SOLID WASTE OPERATIONS FROM:904 363 3069 P12 9 GeoVac- Rear Conventional or Cab -Over pee d-4=wm -7 'toe 55 mph (88 kni/hr) Whirlwind' 4 4 0 i 1 . AWARD SHEET UNDER CITY OF ST. ORLANDO. FLORIDA ITEM: DEPARTMENT: BID NO. SB00-033 Two (2) complete pure vacuum street sweepers (Elgin GEO-VAC Series `Y') GSA/Solid Waste TYPE OF PURCHASE: Single Purchase ITEM: The Department of General Services Administration, in conjunction with the Department of Solid Waste need to purchase two (2) pure vacuum street sweeper to replace old sweepers that is no longer cost effective to maintain and operate. RECOMMENDATION: A W ARDPALMBEACHCOUNTYChairs It is recommended that the award be made to Vantage Equipment, Company under existing City of Orlando, Florida Bid No. S1300-033, for the purchase of two (2) complete pure vacuum street sweepers, for the Department of General Services Administration to be utilized by the Department of Solid Waste, at a total amount not to exceed $280,938.00; allocating funds therefore from the Solid Waste Capital Improvement Project No. 353018.329401.6.840 .e