Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout19-03 RESOLUTION• •
RESOLUTION NO. 19-03
A RESOLUTION TO AWARD BID 02-73 (ITEM #4)
TO RIVER CITY HYDRAULICS, INC. TO PURCHASE
A SELF -POWERED, MOBILE VACUUM WITH LEAF
MULCHER ATTACHMENT FOR $35,930.00
WHEREAS, River City Hydraulics, Inc. was the lowest qualified bidder to
sell the City a self -powered, mobile vacuum with leaf mulcher attachment.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby awards Bid 02-73, item #4 to River City Hydraulics, Inc. to purchase a
self -powered, mobile vacuum with leaf mulcher attachment in the amount of
$35,930.00.
PASSED and APPROVED this the 4th day of February, 2003.
Sondra Smith, City Clerk
APPROVED:
By
DAN COODY, May
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 19-03
Document
•
NOTES:
1
02/04/03
Resolution 19-03
2
01/27/03
Staff Review Form w/attachments
1/22/03 memo to mayor
1/14/03 memot to mayor/city council
12/13/02 copy of Bid No. 02-73
11/27/02 copy of Invitation to Bid #02-73 w/specification
11/27/02 copy of Invitation to Bid #02-73 w/specification
copy of
1/17/03 check request for 1
MADVAC
3
02/18/03
memo to Jesse Beeks
NOTES:
•
FAYETTEA LLE
THE CITY OF EAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
•
To: Jesse Beeks
Fleet Operations
From: Clarice Buffalohead-Pearman
City Clerk's Division
Date: 2/18/2003
Re: Res. 19-03
Attached you will find an executed copy of the above referenced resolution passed by the City
Council on February 4, 2003, awarding Bid 02-73 to River City Hydraulics, Inc. A contract was
not attached to this item nor was a budget adjustment attached. The budget adjustment was
pulled because it was not presented prior to the final agenda and not reviewed by the City
Council before the meeting. If you have any questions regarding this item please contact Mr.
Williams, City Attorney or Kevin Springer, Budget & Research.
If anything else is needed please let the city clerk's office know.
/cbp
Attachments
Nancy Smith, Internal Auditor
Sharon Crosson, Parking & Telecommunications Manager
Jesse Beeks
• •
XXX AGENDA REQUEST
_ CONTRACT REVIEW
GRANT REVIEW
Per QC, meal F 14,2003
FROM:
rYE TrEVILLE .r:
FA
Fleet Operations Operations
Name Division Department
ACTION REQUIRED:
Acceptance of the lowest priced bid for item #4 — Bid: 02-73 (Demonstrator Self Powered Mobile Vacuum w/Leaf
Mulcher Attachment) to the lowest qualified bidder, River City Hydraulics, Inc., 122 Magnet Drive, Sherwood, AR,
72124. Approved 0G- q Bud yer At1454.4/ne-
COST TO CITY:
$ 35,930.00
Cost of this Request Category/Project Budget
9700-1920-5802.00 $ 0
Account Number Funds Used To Date
02080 $ 0
Project Number Remaining Balance
BU '� XX Budgeted Item
1/4
Budget Coo ator
Other Vehicles/Equipment
Category/Project Name
Vehicles & Equipment
Program Name
Shop
Fund
)( Budget Adjustment Attached
Administrative Services Director
1170
unbng Manager
Atto
I
urchasing Officer
STAFF RECOMMENDATION:
D e
mate'
1111/0-3
Date
ADA Coordinator Date
rAtt� ej1J�.0 ///703
Internal Auditor Date
Acceptance of Bid and Approval to Purchase Item. /Wravo /
Mayor
\-‘3-b1
Date
1.21 b3
Date
I ^21-03
Date
Da e
Cross Reference
U e -r
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
/
Miliaallialailk
FAYE T TEV ILLS
STAFF REVIEW FORM
•
Description: Agenda Request - Madvac Meeting Date: February 4, 2003
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor.
FAVETTEALLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
TO: Mayor Dan Coody
TI -IRU: Gary Dumas. Director of Operati
FROM: Sharon Crosson, Parking and Telecommunications Manager !7—
DATE: January 22. 2003
SUB.EECI-: Request for Award of Bid #02-73 to Purchase of Demonstrator Self -
Powered Mobile Vacuum; Approval of Budget Adjustment
Staff recommends the acceptance of the lowest priced bid for Item 114 — I3id 1102-73
(Demonstrator Self -Powered Mobile Vacuum) to the lowest qualified kidder. River City
Hydraulics, Inc.
This equipment will be utilized by the Parking Management staff to provide cleaning,
grounds maintenance, and litter control for all public parking lots and streets located in
the Downtown Square and Dickson Street business district. A new employee has been
funded in the 2003 budget to operate this equipment along with other related tools such
as a power washer, power blower, ice removal equipment. etc.
This employee and related equipment will he available from time to time for other
divisions such as Parks and Recreation to use for clearing trails, sidewalks, streets, etc.
Other city divisions and will be charged accordingly for the use of the equipment and
driver.
/sic
FI�YETfE V I I_l-F_
479.444.3495
TO: Mayor/City Council
THRU: Gary Dumas, Director of Operatio
THRU: Peggy Vice, Purchasing Manager
FROM:
DATE: January 14, 2003
SUBJECT:
•
•
City of
FAYETTEVILLE
FLEET OPERATIONS
INTER -OFFICE MEMORANDUM
Jesse Beeks, Interim Fleet Operations Superintendent
(
/.YG TrG VILI_f=
BID AWARD RECOMMENDATION 02-73 - Protect 02080
FAX: 479444.3429
Reference the attached Agenda Request for the Award of Bid 02-73, Item #4, to the lowest qualified bidder
meeting specifications. This Vendor is River City Hydraulics, Inc., 122 Magnet Drive, Sherwood, AR, 72124.
(Vendor #6433).
The Bid Tabulation Sheet dated December 30, 2002, is included along with a copy of the formal bid that
was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful
bid
This item has been evaluated for compliance with original specifications along with anticipated
Manufacturer and Dealer support necessary to maintain it in a proper and efficient manner.
It has been with an objective attitude that this bid has been evaluated. This recommendation has been
reviewed by the Fleet Operations Division and the Equipment Committee.
Therefore, the following is submitted for purchase approval by the Council:
Item 4:
River City Hydraulics, Inc., Mad -Vac Model 101 D Demonstrator Unit
Wrth Approximately 10 Hours, Complete with New Leaf Mulching
Attachment @ $ 35,930.00
SUMMARY
TO BE DELIVERED AS A COMPLETE UNIT:
Item 4. River City Hydraulics, Inc. - 1 Unit at $ 35,930.00
TOTAL BID AWARDz $ 35.930,00
The budgeted amount for items of this type is in account 9700-1920-5802.00, Project 02080.
Sent By: HP LaserJet 3100;
0
m
73T
m
0
w
75
0
m
c
c
0
X
3
2
m
m
co
0
w
0
m
•
4795758241;
SOIlf1VMOAH 1.110 b3A1M
30 -Dec -02 2:29PM; Page 2/2
•
3 & it..
o« g«_
< < y�upp m
0q D S
0 A
O u' 0
J
g
X u
n 0
C o
SI
< 4
A •
N
N
0
O
O
m
w
0
2
0
m
m
D
ijj 0
sr/ C
3
Om 0
03 -nm
A
m
m
O
ria
•
0
m
ffi
m
0
w
v<
5
0
m
v
c
0
0
x
3
0
SDIIf Y JOAH ALIO LI3AI23 Z
h<wM
0m-A-'tW'
N 80-4w:
O_ _ 1:6-
0
0O 0
ONI lN3Wdif1O3 dflN2ll8'L
•
0o 0-40w��m
I amo
4-1110c-...
,m o _ N
�. me -- w '
Dob 4
m D N
A r
r
m
m
m = O w
w o2w
0
0
04
C O
Mo0
D
•
zbio
0 m Fb
ah.)01
m O w
o D !^
x0 u
080
7o
DESCRIPTION: MOBILE VACUUM - SELF POWERED
• .6*.:." •
FAVETfEVILLE
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
479-444-3494
INVITATION TO BID
BID #: 02-73 DATE ISSUED: November 27, 2002
30
DATE & TIME OF OPENING: December S 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
DATE REQUIRED AS A COMPLETE UNIT: 60 Days from Date of Order
*GUARANTEED DELIVERY DATE:
F.O.B. Fayetteville, AR
THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 UNIT AS LISTED IN
SPECIFICATIONS ATTACHED. HOWEVER, THE CITY RESERVES THE RIGHT TO
ACCEPT OR REJECT ANY OR ALL BIDS, WAIVE FORMALITIES IN THE BIDDING AND
MAKE A BID AWARD DEEMED TO BE IN THE BEST INTEREST OF THE CITY.
•
Item # Description Qty Pnce•
1. Self Powered Mobile Vacuum
as listed in item #1 of
Specifications Attached
New & Unused
1
PLEASE SPECIFY: , /
•MANUFACTURER: � Q b V 4 C.
*MODEL: /©/ co
O
$ 331 6 qs-,2
1
• •
2. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
Demonstrator Unit (Max. 150 Hrs.) 1
PLEASE SPECIFY:
'MANUFACTURER:
,4d) Mc_
$ 3�,3DO,
*MODEL: < 0 /
*HOURS: 10
3. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
With Leaf Mulcher Attachment
New & Unused
PLEASE SPECIFY: rr Jl
*MANUFACTURER: � R' 1) 1 e L
'MODEL: /D I
1
$ 37, 3425 4.2
4. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
With Leaf Mulcher Attachment
Demonstrator Unit (Max. 150 Hrs.)
PLEASE SPECIFY:
MANUFACTURER:
MODEL:
*HOURS: /0
$ 351 93o_ °°
/0/
2
• .I t
• .
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that
he/she has read and agrees to the requirements set forth in this bid
proposal, including specifications, terms and standard conditions,
and pertinent information regarding the articles being bid on, and
agrees to furnish these articles at the prices stated. Unsigned bids
will be rejected. Items marked * are mandatory for consideration.
'NAME OF FIRM: /ig vE,Q /-y)2Atcll cs rT1 C.
*BUSINESS ADDRESS: / 2 2- in •4 ?Ai 6 7 � 2 ✓ �•
•Crry t 2u%60,6
"STATE: itit- 'ZIP: % Z / 2 (7L
PHONE: SW' 523-5----5-2- 3e *FAX: 5-0/ kc/ —I23 3
Res Etc (ATI 11 et e` s^n S
eL,uC Lc%
•BY:(PRINTED NAME)
*AUTHORIZED SIGNATURE:
'TITLE: 5f"
PLEASE NOTE: ALL ITEMS MARKED • ARE CONSIDERED MANDATORY
REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO
COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID.
SPECIAL TERMS 8 CONDITIONS - ITEM 1
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
3
j_.r. rJ.rL
FAYETTEVI LLE
•
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
479-444-3494
INVITATION TO BID
BID #: 02-73 DATE ISSUED: November 27, 2002
DATE & TIME OF OPENING: December 12, 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
DATE REQUIRED AS A COMPLETE UNIT: 60 Days from Date of Order
*GUARANTEED DELIVERY DATE:
F.O.B. Fayetteville, AR
THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 UNIT AS LISTED IN
SPECIFICATIONS ATTACHED. HOWEVER, THE CITY RESERVES THE RIGHT TO
ACCEPT OR REJECT ANY OR ALL BIDS, WAIVE FORMALITIES IN THE BIDDING AND
MAKE A BID AWARD DEEMED TO BE IN THE BEST INTEREST OF THE CITY.
Item # Description Qty Price*
1. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
New & Unused
PLEASE SPECIFY:
'MANUFACTURER:
'MODEL:
• •
2. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
Demonstrator Unit (Max. 150 Hrs.) 1 $
PLEASE SPECIFY:
*MANUFACTURER:
*MODEL:
*HOURS:
3. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
With Leaf Mulcher Attachment
New & Unused
PLEASE SPECIFY:
'MANUFACTURER:
*MODEL:
4. Self Powered Mobile Vacuum
as listed in Item #1 of
Specifications Attached
With Leaf Mulcher Attachment
Demonstrator Unit (Max 150 Hrs.) 1 $
PLEASE SPECIFY:
'MANUFACTURER:
'MODEL:
*HOURS:
2
• •
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that
he/she has read and agrees to the requirements set forth in this bid
proposal, including specifications, terms and standard conditions,
and pertinent information regarding the articles being bid on, and
agrees to furnish these articles at the prices stated. Unsigned bids
will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM:
*BUSINESS ADDRESS:
*CITY: *STATE: *ZIP:
*PHONE: *FAX:
*BY:(PRINTED NAME)
*AUTHORIZED SIGNATURE:
*TITLE:
PLEASE NOTE: ALL ITEMS MARKED* ARE CONSIDERED MANDATORY
REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO
COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID.
SPECIAL TERMS & CONDITIONS - ITEM 1
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
3
•
•
• •
1. All bids shall be submitted on forms provided by the City with the item bid and the bid number
stated on the face of the sealed envelope. Bidders MUST provide the City with their bids
signed by an employee or officer having legal authority to submit bids on behalf of the bidder.
The entire cost of preparing and providing responses shall be bome by the bidder.
2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The
responsibility of payment shall remain with the successful bidder. Tax amount MUST be
shown as a separate item.
3. Bids received after the date and time set for receiving bids will be considered. The City
will NOT be responsible for misdirected bids. Vendor may call the Purchasing Office at (479)
575-8289 to determine if their bid documents have been received prior to opening date and
time listed on the bid form.
Bids must be mailed to:
City of Fayetteville — Attn: Purchasing
113 West Mountain St
Fayetteville, AR 72701
4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding
and make a bid award deemed to be in the best interest of the City. The City shall be able to
purchase more or less than the quantity indicated subject to availability of funds.
5. Each bidder MUST state on the face of the bid form the anticipated number of days from the
date of receipt of order to the date of delivery of the completed units to the City of
Fayetteville, Arkansas.
6. Time is specifically made of the essence of this contract and failure to deliver on or before
the time specified in the contract may subject the contractor to the payment of damages.
7. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR,
72701, and shall include all dealer preparation charges, labor, materials, overhead, profit,
insurance, inspection fees, etc., to cover the fumishing of the unit/units bid.
8. Standard Manufacturer's Warranty shall apply to each unit as specified. A copy of the
applicable warranty MUST accompany the bid with any exception to the warranty clearly
noted on the Bid Form. Warranty on accessories/equipment fumished by an after market
vendor MUST be noted. Full New Unit Warranty shall apply regardless of operating hours
shown at time of delivery.
9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid
Form. If products and/or components other than those described on this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. The City reserves the right to request any additional information it deems
necessary from any or all bidders after the submission deadline.
10. Installation of Dealership/Distributorship Logo is PROHIBITED.
4
• 1
11. The completed unit delivered to the City of Fayetteville shall comply with all accepted
commercial standards for materials and supplies which are new and unused except for
normal testing and evaluation needed prior to release for delivery.
11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST
be completed and retumed with the bid or the bid may be considered as non-responsive and
rejected on that basis.
12. Parts and Service Manuals shall be provided to cover the Chassis, Power train, Body and
any modifications to production items.
13. A training session shall be provided at a City of Fayetteville Facility to familiarize City
Employees with the operational and maintenance needs of any special equipment furnished
BASIC SPECIFICATIONS
SELF PROPELLED MOBILE VACUUM
General Specification Requirements are as follows for a SELF PROPELLED MOBILE VACUUM. These
are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE
CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE
ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND
SPECIFICATIONS AND THE SUPPUER SHALL BE HELD LIABLE.
Altemates will be considered provided each Supplier clearly states on the face of his proposal
exacUy what he proposes to fumish and forwards necessary descriptive material which will clearly
indicate the character of the article covered by his bid. All Bids are subject to Staff analysis. Fleet
standardization requirements, replacement parts availability, warranty service availability and
Manufacturer/Distributor/Dealer Field support of operational units will be considered.
All Units Bid shall show deviations to line item specifications on the "Minimum Specification"
attached with referral to each item. Utilizing a copy of these specifications with variations "hi-lited"
and specifics noted is suggested.
ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE
MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTUNED HEREIN
AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE
IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON-RESPONSIVE. NO FURTHER
CONSIDERATION OF THEIR BID SUBMISSION WILL BE MADE. SHOULD THEIR CURRENT
LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR
ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO,
THEY WILL BE DEEMED NON-RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE
AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE
STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONSTRATION
IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO
AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO
SUBSTANTIATE THE CLAIM.
5
•
• •
All equipment shall be new and unused and of the Manufacturers Current Model Year and shall
include all standard equipment as advertised by the Manufacturer. All vehicles and equipment listed
herein shall comply with applicable Federal and State Safety, Emission and Pollution Control
Requirements in effect at time of delivery. Standard Manufacturers Warranty shall be fumished
Minimum Warranty period shall be no less than 1 year.
Field demonstrations of currently operational units which are offered as a substitute, variation, or
deviation may be required as part of Staff analysis at the option of Staff members or other qualified
interested parties. Properly documented referrals may be required of vendors which allows field
evaluation of units in a comparable operational area
The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to
. accept the lowest priced bid.
The City also reserves the right to reject any or all bids and will be the sole judge of what comprises
the best and most advantageous unit to meet the needs of the City.
GENERAL PROVISIONS AND REQUIREMENTS
1. GENERAL
It is the intent and purpose of these specifications to secure for the purchaser the necessary
equipment and accessories which will be capable of performing in a safe, practical and efficient
manner consistent with accepted commercial standards.
2. MATERIALS AND WORKMANSHIP
All equipment, materials and workmanship shall be of the highest grade in accordance with
modem practice. The equipment supplied will be new and unused except for the necessary testing,
calibration and transportation.
3. WARRANTY
All items fumished in accordance with these specifications shall be covered by the manufacturers
and/or suppliers standard warranty or guarantee on new equipment. The minimum warranty period
on new equipment must be one year. Warranty which will be honored by other than the supplier
bidding must be annotated.
4. PARTS AND SERVICE
To best service the requirements of the purchaser, it is the intent of these specifications to secure
equipment which can be property maintained and serviced without the necessity of stocking an
extensive parts inventory or being subjected to long periods of interrupted service due to the lack of
spare parts.
All suppliers submitting proposals must have available a parts and service facility within an area to
allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical
personnel, as well as order and shipping personnel, during regular business hours and days.
6
a
•
A complete set of Parts and Service Manuals are to be provided for each unit.
5. TRAINING
Supplier shall provide the necessary training required for a full work crew of this equipment. Such
training will be on an operational work site which shall be mutually selected and is to provide
sufficient background training in all areas of use. This training is to allow the crews performance to
be considered as satisfactory and to comply with accepted commercial standards of operation.
SELF PROPELLED MOBILE VACUUM
COMPLIANCE WITH ALL APPUCABLE
SAFETY STANDARDS SUPERSEDES REQUIREMENTS AS LISTED BELOW.
MINIMUM SPECIFICATIONS ONLY
The machine described in these specifications shall be a four wheel type self propelled vacuum
unit capable of picking up cans glass, bottles, to a maximum size of 40 ounce capacity, paper,
cups, clothing, wood, leaves and various types of refuse. The unit shall deposit debris into a
rear -mounted container. The unit shall have a hand controlled vacuum arm and hose for debris
pick up with a 270 -degree working radius.
ENGINE
Diesel powered 28 hp, water-cooled industrial engine. To ensure clean air, the engine air cleaner
shall be a minimum two stage cyclonic with a restriction indicator. Analog gauges must be
provided for the following; fuel, ammeter, and hour meter. Low oil pressure waming system shall
be provided.
TRANSMISSION
Infinitely variable hydrostatic, 0-16 mph. Single foot pedal controlled forward and reverse.
12 -gallon hydraulic tank, with fin type hydraulic oil cooler. To permit safer and faster cornering,
the machine must be four wheel drive. The transmission must be provided with a quick tow valve
facility to permit towing without the use of tools.
BRAKES
Foot operated disc brakes on rear wheels. Dynamic hydraulic braking on front wheels.
CHASSIS & BODY
All welded 1/8' structural steel tubular design, heavy gauge steel body panels, front and rear
bumpers with rubber protectors. Two storage compartments shall be provided on the vehicle for
additional bags, and operators work gear and tools. Chassis shall incorporate a trailer hitch at the
rear of the unit.
STEERING
7
• •
Automotive type power steering. The machine shall be designed to operate in tight areas;
therefore the overall length shall not exceed 85", width not to exceed 48".
SUSPENSION
For operator ease, comfort and safety, the machine shall incorporate suspension on all four
wheels I -Beam suspension, with leaf springs on the front, coil springs and shock absorbers on
the rear.
WHEELS AND TIRES
Tire size shall be 20'. All four tires shall be the same size.
ELECTRICAL
The electrical system must be 12 volt, with a 450-cca battery and 40 -amp alternator. The
machine must be street legal and include the following as minimum; headlights, brake, tum
signal and taillights, 4 way flashers, flashing beacon mounted on top of container. For safety
purposes the machine must be equipped with a neutral interlock system to prevent machine from
starting with the operators foot on the accelerator pedal. Slow moving vehicle
>emblem shall also be provided.
SEATING
To permit good visibility in pedestrian areas, the operator shall be positioned in front of the debris
container and while seated the operator shall be able to see in front of and both sides of the
machine, as well as having line of sight vision over the debris container. All weather seat with
backrest. A seat belt must be provided.
VACUUM SYSTEM
Hydraulically driven fan shall be located beneath the vacuum chamber so that collected litter is
compacted as it is loaded. NO EXCEPTIONS. Container must be capable of being filled to the
top with normal litter. For greater durability the container shall be constructed of steel. Cast alloy
fan, 30' negative water pressure rating at closed inlet. Impellor performance 2900 CFM. NO
EXCEPTIONS. Fan on/off control shall be located at the operator's panel. A rear mounted fan
exhaust filter shall be provided to prevent airbome emissions from the debris container. Filter
shall be 30 -micron minimum. For maximum sweeping intervals, without having to change bags
the machine shall compact debris at approximately a 2:1 ratio.
Vacuum Fan Prefilter
To prevent litter from contacting the vacuum fan the system shall incorporate a fibrous filter. The
filter shall be located inside the debris container and not require any clamps or liners to hold it in
place. No litter shall pass through the vacuum fan. NO EXCEPTIONS.
VACUUM HOSE
8' Diameter, heavy duty, vacuum hose. To permit easier operation, the hose shall incorporate a
8
•
• •
hydraulic cylinder for load relief. The up/down movement of the hose shall be controlled
hydraulically via a rocker switch on the vacuum arm handle. Hose movement shall be 270
degrees around the vehicle. The hose shall be capable of picking up in front of and on both sides
of the vehicle. Working reach to be 4' minimum.
WARRANTY
The vehicle shall be covered under a 1 -year, 100% parts and labor warranty. All warranty work is
to be performed on site. NO EXCEPTIONS. Vacuum fan and debris container shall be
guaranteed for life against wear and tear, corrosion and cracking. One set of operator, parts, and
maintenance manuals must be provided with the vehicle.
48" Vacuum Nozzle
A wide area vacuum nozzle shall be provided. The nozzle shall be raised and lowered
hydraulically from the operator's position. Vacuum hose shall attach to the vacuum nozzle
without the operator leaving the seat permitting on the fly engagement.
Extension Hose
To permit cleaning in hard to reach areas a 15 x 5' diameter extension hose shall be provided.
Hose shall be connected directly to the debris container. Hose shall be stored permanently on
the machine.
Sound Suppression Package
To permit cleaning in pedestrian areas the machine must incorporate a state of the art sound
suppression package. The engine shall be totally enclosed in a sound -absorbing module. The
vacuum debris container shall incorporate sound barriers. Noise level at full engine rpm shall not
exceed 83dba at operators ear, while maintaining 2900 cfm vacuum rating.
4 -Wheel Drive
To permit cleaning off road or on rough terrain the machine shall incorporate drive wheel motors
on all four wheels. Machine shall be full time all wheel drive.
Rollover Protection System
Machine shall incorporate an OSHA approved Rollover Protection System (ROPS) with overhead
weather shield. ROPS system shall meet or exceed OSHA standard 1926.1001
Fence line Elbow
A 90 -degree elbow shall be provided to clean fence lines. Elbow shall clamp onto existing
vacuum hose.
Vacuum Exhaust Filter
9
•
• •
To permit safe cleaning in heavy pedestrian areas the machine shall incorporate a 2 -micron dust
filtration system. The system shall be 99% effective at 2 microns. Filters shall be rear mounted
and be a minimum of 130 sq. ft. in total area. To prevent loss of vacuum no litter shall pass
through the fan and become lodged in the filter.
OPTIONAL EQUIPMENT — SEE ITEMS 3 & 4
Leaf Collection System — To be added to Vacuum Unit
A trailer mounted leaf collection system shall be provided. Leaves shall be mulched at a ratio of
4:1 through a steel fan and funneled into a 2 cubic yard trailer. Trailer shall incorporate a screen
to prevent airbome emissions of leaves Quick release pin shall be provided to permit tilting of
• trailer for leaf disposal. Machine shall be capable of transforming from litter mode to leaf mode
within 15 minutes.
10
• • •
City of Fayetteville, Arkansas
Request for Expansion/Replacement Equipment
Date of Request
Department:
Division:
r.1//6703
Program: — 53
/D/ o op -.1.4.#;1_,
C'
Expansio r Replacement If replacement,
unit # to be replaced Date required:
Current Veh. Monthly chgs. Overhead: Maintenance:
Replacement Amount Budgeted $
NEW in
Replernt.Veh. Monthly chgs Overhead: '&9. °° Maintenance: 44(//00. °`
Replacement
)4r' °O Amount Budgeted $ /?S 00
Description of the equipment to be purchased/transferred:
/)14D17Ac'_ VACt.tu M 4 /0 ZOU
A.,,,, N Q /
C°s1
$3r93000
Justification for this equipment:
ig ores:
Approval Signal'
Approval Signatures:
�t.rr
;
2'd 684E -444-6L4
SNOIlUd3d0 1331d d00 :SO co- 6.L Ver
'wdzo:e CO/l /Ll :ooAT000d
L •Ovd !OUTOOU0J/ld ADA 40 ROTO <- 6917C bbb OL*
N
0
WWJMN
AWN
3
Requester
BARBARA OLSEN *CC/.
0
•
i
0
Vendor it
6433
11 Kequsmontvo..
CITY OF FAYETTEVILLE
Purchase Requisition` P.O. Number
cox , 'pinta mm)
2
2
a
0
i
1 SHIPPING/HANDLING
MADVAC SELF POWERED
MOBILE VACUUM
O
g
�
.Z
N
o
o
g.
sssss�ss00000
a
V
Pgrthasing Manner:
Data Processing Mgr:
41
0000000000
g
4'
o
4A
S
4'
S
4'
8
4'
0
41
0
41
8
41
O
10
o
00'05
00.0£6.S£s
m
3
4
3
G
JLICS
9700.1920.5802.00
i
QQ
tl
s
c
2n
S
m
2o
c
r
3
cf-pL o
C !!
i
o
0
E.
g
FOB Point:
Fayetteville, AR
Isubtotal:535,930.00
Tax: 52,919.31
TOTAL: $38,849.31
o
0
3
Dlesion Head Approval: no
AAA \ `1 11 L
# s
Z
MAIL
VesNo_XX_
3
0
luxe.
01/17/03
y T
I
t
2'd 684E -444-6L4
SNOIlUd3d0 1331d d00 :SO co- 6.L Ver
'wdzo:e CO/l /Ll :ooAT000d
L •Ovd !OUTOOU0J/ld ADA 40 ROTO <- 6917C bbb OL*