Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutItem 2c - Purchase Order for Street SweeperV~ C, LIFOR�,�9"y� f'
-'F
A.1
STAFF REPORT
Public Works Services Department
DATE: January 20, 2015
TO: Honorable Mayor and City Council
FROM: Tom Tait, Public Works Services Director
Prepared by: Dave Thompson, Street Superintendent
SUBJECT: PURCHASE ORDER WITH HAAKER EQUIPMENT COMPANY FOR
ONE 2015 ELGIN CNG CROSSWIND STREET SWEEPER IN THE
AMOUNT OF $315,010
Recommendation: Approve
SUMMARY
On August 19, 2014, the 2010 Elgin Crosswind compressed natural gas (CNG) street
sweeper was damaged in a fire resulting in the removal of the street sweeper and the
identical (Sister) street sweepers from service. The amount of the damage incurred
was extensive, and the street sweeper has been deemed a total loss by the City's
insurance adjuster. As such, it is necessary to purchase a new street sweeper. The
damaged street sweeper was due to be replaced in 2017, as it would have reached
maximum operational life by that time. After reviewing the different options to purchase
a new sweeper, it has been determined that the City can purchase a new 2015 Elgin
Crosswind CNG sweeper through a "piggyback" contract with the City of Torrance.
It is recommended that the City Council approve a purchase order with Haaker
Equipment Company for the purchase of one 2015 Elgin CNG Crosswind Street
Sweeper in the amount of $315,010.
BACKGROUND
Street sweeping in the City is vital in order to keep city streets clean and keep trash
from entering into the storm drains. The Public Works Services Department (PWSD)
has two front line street sweepers that sweep every City street and alley once a week.
Streets in commercial areas are swept twice a week. During heavy leaf fall season
(October through January) a third, backup street sweeper is used.
The PWSD has four street sweepers in the fleet. There are two (2010 Elgin CNG
Crosswind) sweepers which are front line equipment and used daily. The other two
street sweepers (1994 Mobile Patriot and 2001 Elgin Crosswind) are used either during
Purchase of 2015 Elgin CNG Street Sweeper
January 20, 2015
Page 2 of 3
heavy leaf fall or as back up street sweepers. The two 2010 Elgin CNG Crosswind
Street Sweepers were purchased at the same time and are identical machines.
In the early morning hours of August 10, 2014, following many attempts to start the
street sweeper, the sweeper operator made a decision to wait for PWSD mechanics to
arrive at work rather than continue to try and start the street sweeper further. After
approximately an hour of waiting, the sweeper operator heard a loud noise and went
outside to investigate. When the sweeper operator got to the location where the street
sweeper was parked, he saw that it was engulfed in flames.
In order to continue to sweep City streets and comply with NPDES regulations, the City
is currently renting two street sweepers. One of the rental sweepers is being paid by
our insurance company, and the other is being paid using City funds. The sooner the
City can purchase a replacement sweeper, the cheaper it will be in the long run, as
rental of these units is expensive.
Although the final cause of the fire and subsequent explosion of one of the CNG tanks
has yet to be determined, in order to allay any concerns over the safety of CNG fueled
vehicles, staff researched different types of CNG cylinders. It was discovered that there
is an "aviation- grade" Type 3 cylinder that has three times the safety factor than the
"automotive- grade" CNG cylinders that are currently on the City's street sweepers. As a
result, the PWSD is in the process of replacing the existing "automotive- grade" CNG
cylinders on the identical (Sister) street sweeper with "aviation- grade" Type 3 cylinders.
In addition, any new CNG vehicles that the City purchases will have "aviation- grade"
Type 3 cylinders. The upgrade cost is minimal.
DISCUSSION
The City of Torrance, in cooperation with Haaker Equipment Company, recently
purchased three CNG street sweepers. Haaker Equipment Company is a qualified
distributor of Elgin CNG street sweepers, and has provided equipment and vehicles that
meet City specifications. As part of the "piggyback" to the contract, Arcadia will be able
to receive the same purchase price as the City of Torrance for a 2015 Elgin CNG
Crosswind street sweeper. This benefits the City by allowing the purchase of this
vehicle at a low competitive price per unit. The City of Torrance solicits bids for
equipment purchases under the same terms and conditions as Arcadia, therefore, the
bid meets all legal requirements.
FISCAL IMPACT
The City's insurance company reviewed the claim for the street sweeper, and has
agreed to pay the city $329,621 for its loss, which will cover the cost of the new
sweeper.
Purchase of 2015 Elgin CNG Street Sweeper
January 20, 2015
Page 3 of 3
RECOMMENDATION
It is recommended that the City Council approve a purchase order with Haaker
Equipment Company for the purchase of one 2015 Elgin CNG Crosswind Street
Sweeper in the amount of $315,010.
Approved.
Dominic Lazar
City Manager
Attachments: City of Torrance Contract Specifications and Purchase Order with Haaker
Equipment Company
0
Meet Services Division
2•
20500 Madrana Ave.
O
TORRANCE, CA 90503
VENDOR NCB, 1839.
HAAKFR EQUIPMENT COMPANY
2079 NORTH WHITE AVENUE
LAVERhIE, CA 91750
Phwa_ (ice) 706 Fit 31
Fax (9119) 59B -1427
EMgjI: nmdvi&mker cam
City Of Torrance
3031 Torrance Blvd.
Torrance, CA 90503
Phone: 310- 618 -5820 Fax: 310 -6.18 -5825
Accounts Payable
310-618 -8
O 3031 Torrance Blvd
Torrance, CA 90503
Purchase Order
No. 2015- 00000336
LATE 0912412014
PURCHASE ORDER NUMBER MUSTAPPEAR ON
ALL INVtOICES,, SHIPPERS, PACKACESAND
CORRESPONDENCE
DELIVER BY 0513012015
SHIP VIA
FREIGHT TERMS Destination
PAGE 1 of 1
REFERENCE #
= DESCRIPTION
Each - Ife-m - Model Year 2015 Elgin Cro sswind CNG Street 289,0
Sweepers with AutoCar
Xpert C,abover Chassis Model ACMD42 as per Bid
132014 -36 in its entirety.
78,030.00001 Dollar
Spedd Inshuduns
- Item - Sales Tax (9%)
1.00001 $78,030_410
PURCHASE ORDER TOTAL 1 $945,030.00
Quoted by Matthew Woods, Bid 132014 -36. Invoice Terms: Net 30. Approved by City Council 9123114, Item 12A. Vendor to
contact .lasun Botiller, Fleet Services Mana_qer at 310 -781 -6980 to coordinate delivery.
By:
Buyer:Feiice Greenberg
See Attached SPecifications, Comments, Terms And Conditions Which Are A Part Of This Order
Notice Inviting Bids
City of Torrance � 3031 Torrance Blvd, Torrance CA 90503 1 www.TorranceCA.Gov
Bid to Provide Two (2) Elgin Crosswind Street Sweepers Mounted on
[Bid No. B2014- 36 Autocar Xpert Caborver Dual Chassis or Equal
BID SUBMITTAL INFORMATION
Bids may be mailed or hand delivered, No faxed bids will be accepted,
Late bids will not be accepted,
Location: Office of the City Clerk
3031 Torrance Blvd,
Torrance, CA 90503
Date: Wednesday, July 30, 2014
Time Deadline: 3:00 P.M.
Bids will be opened and publicly read aloud at 3:15 P.M, on the same date in the Council Chambers.
An original plus two (2) copies .sealed in an envelope and marked with the bid number and title rnust
be submitted by the deadline. Your bid submittal must include the followina,
• Vendor's Response (Section III of this document) on the forms provided. If additional' space is
required, please attach additional pages.
• Bidders Affidavit (Attachment 1)
Prior to the issuance of a purchase order, the awarded vendor must provide the Purchasing Division
the following:
• A City of Torrance Business License if your company is located in the City of Torrance; will
physically be working in the City of Torrance; or will be using your own vehicles to deliver to the
City of Torrance. For additional information and licensing requirements, please contact the City of
Torrance Business License Office at (310) 618 -5923.
Questions regarding this Notice Inviting Bids must in the form of an email, Your question must include
the bid number and bid title in the subject heading. Your questions should be directed to:
Felice N. Greenberg
Purchasing Manager
Purchasing @Torranceca.gov
Bid No. B2014- 36 Bid to Provide Two (2) Elgin Crosswind Street Sweepers Mounted on
Autocar Xpert Cabover Dual Chassis or Equal
SECTION I BID INSTRUCTIONS AND INFORMATION
Notice is hereby given that sealed bids will be received in the office of the City Clerk, City Hall, 3031
Torrance Boulevard, Torrance, -CA, until 3:00 p.m. on Wednesday, July 30, 2014, and will be opened
and publicly read aloud at 3:15 p.m. on the same date in the Council Chambers, Torrance City Hall.,
You are invited to be present at the opening of bids. An original and two copies of the bid price
submittal pages must be submitted in a sealed envelope and clearly marked: "Bid to Provide Two (2)
Elgin Crosswind Street Sweepers Mounted on Autocar Xpert Cabover Dual Chassis or Equal. Bid
#2014 -36 ".
The City of Torrance:
The City of Torrance is situated on the western side of Los Angeles County. It is boarded by the
Palos Verdes Peninsula on the south, the City of Gardena on the north, the City of Redondo Beach
on the north and west boundaries, the City of Lomita on the east and the Pacific Ocean on the west.
The City encompasses an area of approximately 21 square miles, 329 miles of Streets, 1870
intersections, 550 miles of sidewalks, 47,000 Street Trees, 6 Public Libraries, a Municipal Airport, 46
Parks & Recreation Amenities, 6 Fire Stations, 1 Pollce Station and 1 Police Community Center, and
has an estimated population of approximately 146.115, which makes Torrance one of the top 10 cities
in Los Angeles County in regards to population.
Definitions:
The following meanings are attached to the following defined words when used in these speclflcations
and the purchase agreement. The word "City" means the City of Torrance, California, The word
"Bidder" or "Vendor" or "Contractor" means the person, firm, or corporation submitting a bid on these
specifications or any part thereof.
The following meanings are attached to the following defined words when used in these specifications
and purchase agreement. The word "purchase agreement ", "contract ", "purchase order ", "blanket
purchase order" means the contractual agreement between the vendor and the City of Torrance for
the purchase of goods and/or services.
Bid Form:
The bid must be made on the form provided for that purpose, enclosed in a sealed envelope, and
marked "Bid to Provide Two (2) Elgin Crosswind Street Sweepers Mounted on Autocar Xpert Cabover
Dual Chassis or Equal. Bid 4201436 ".and addressed to the City Clerk, City of Torrance, 3031
Torrance CA. 90503. If the bid is made by an individual, it must be signed by that individual, and an
address, telephone (and fax number if available) must be given. If made by a business entity, it must
be signed by the person(s) authorized to execute agreements and bind the entity to purchase orders.
A full business address, telephone (and fax number if available) must be given. No telegraphic, fax
or telephonic bid wilt be considered.
Blank spaces in the bid form must be filled in; using ink, indelible pencil, or typewriter, and the text of
the bid form must not be changed. No additions to the form may be made. Any unauthorized
conditions, limitations, or provisos attached to a bid will render it informal and may cause its rejection.
Alterations by erasure or interlineations must be explained or noted in the bid form over the signature
of the Bidder.
2
Reservation:
The City reserves the right to revise or amend these specifications prior to the date set for opening
bids, Revisions and amendments, if any, will be announced by an addendum to this bid. if the
revisions require additional time to enable bidders to respond, the City may postpone the opening
date accordingly. In such case, the addendum will include an announcement of the new opening
date.
All addenda must be attached to the bid, Failure to attach any addendum may render the bid non-
responsive and cause it to be rejected.
The City Council reserves the right to reject any and all bids received, to take all bids under
advisement for a period not to exceed ninety (94) days after the date of the opening, to waive any
informality on any bid, and to be the sole judge of the relative merits of the material and or service
mentioned in the respective bids received. The City reserves the right to reject any bid not
accompanied with all data or information required.
This bid does not commit the City to award a purchase order or to pay any cost incurred in the
preparation of a bid. All responses to this bid become the property of the City of Torrance,
Affidavit:
An affidavit form is enclosed. It must be completed signifying that the bid is genuine and not collusive
or made in the interest or on behaif of any person not named in the bid, that the Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a sham bid or any other person,
firm, or corporation to refrain from proposing, and that the Bidder has not in any manner sought by
collusion to secure for itself an advantage over any other Bidder. Any bid submitted without an
affidavit or in violation of this requirement may be rejected.
Standards for Evaluation of Bids:
The City staff will use the following priorities, as well as pricing, in determining which bid best meets
the needs of the City. The City will be the sole determiner of suitability to the City's needs.
Bids will be rated according to their completeness and understanding of the City's needs,
conformance to the requirements of the specifications, prior experience with comparable bids,
delivery, and cost (if applicable based an estimated annual usage).
All bid awards wid take into consideration local Torrance vendor safes tax rebate of 1 %
Brand Names and Specification Appearance to a Certain Brand or Manufacturer:
Wherever brand, manufacturer, product name /numbers (or a specification that appear to be for a
certain brand or manufacturer).are indicated in these specifications, they are included for the purpose
of establishing a general type and quality of the product required, unless the description specifically
says NO SUBSTITUTE. Bidder must bid a Manufacturer, manufacturer's model number and
description along with a complete specification sheet for each item bid. Samples of alternative items
being bid may be required. The City of Torrance will be the sole judge of the relative merits of
comparative products bid.
3
Delivery:
It is the responsibility of the Bidder to provide all equipment and labor necessary to unload the
shipment as directed by the City of Torrance. The City may refuse shipment if delivery does not
comply with this requirement. All deliveries of such items to be furnished must be made to job sites
or City warehouses within the boundaries of the City of Torrance.
Pricing:
In the case of discrepancy between unit bid price and the total bid, the unit price will prevail.
Prices bid are to be FOB Destination, delivered to the City of Torrance.
Equipment Guarantee:
All equipment furnished will be guaranteed by the vendor for a minimum period of one year against
defects in design, material and workmanship. The warranty period will begin with acceptance of the
equipment. Warranty repairs to correct discrepancies identified during this period will include labor
and materials at no cost to the City. Any faulty equipment that, in the judgment of the City, is not
reasonably repairable will be replaced by the vendor as a warranty action.
Errors and Omissions:
The Bidder will not be allowed to take advantage of any errors and /or omissions in these
specifications or in the Bidder's specifications submitted with its bid. Fuli instruction will always be
given when errors or omissions are discovered.
Bidders Examination of Requirements:
The bidder is required to examine carefully the site, the instructions, information and specifications of
this document, investigate the conditions to be encountered, the character, quality and quantities of
work to be performed as required by this document. Submission of a bid will be considered prima
facie evidence that the bidder has made such examination.
The Purchase Agreement:
The bidder to whom the award is made wlli be issued a purchase order from the City of Torrance, By
reference, a copy of the notice inviting Bids, these specifications and the terms and conditions, will be
part of the purchase order. Alf materials or services supplied by the Vendor will conform to the
applicable requirements of the City Charter, City Ordinances, and State or Federal Law covering
Labor and Wages, as well as conforming to the specifications contained herein. In case of default by
the Vendor, the City reserves the right to procure the articles or services from other sources and to
hold the Vendor responsible for any excess cost incurred by the City hereby.
To expedite payment, the purchase order number must appear on all invoices, shipping documents
and packages.
Notice of Intent to Award:
Approximately two (2) weeks prior to the anticipated City Council meeting awarding a
contract/purchase order as a result of this Notice Inviting Bids, the City will notify all bidder's of its
intent to award. Results will be posted on the City of Torrance Web site
http://www.torranceca,gov/PDF/Recommendation to Award Notification. ndf
151
City of Torrance Bid /RFP Protest Procedures:
The City of Torrance Bid /RFP Protest Procedures may be found on the City of Torrance Web site;
htt : / / +A,vvw.torranceca, ov /PDF /Bid -RF'P Protest Procedures, df
Torrance Unified School District:
Bid submittals will constitute agreement by the Vendor that alt pricing terms and conditions offered to
the City of Torrance will be offered to the Torrance Unified School District (TUSD). The City of
Torrance does not warrant any additional use of the contract by TUSD. Should TUSD choose to
utilize the contract, orders will be placed and payment made directly to the vendor by TUSD.
Payments:
Complete payment on the contract price will be made in approximately thirty (30) days from date of
delivery, or completion and acceptance, unless otherwise provided for in bidder's bid submittal or in
these specifications. Payments will be made upon verification and acceptance by the City of contract
services performed and upon the City's receipt of a correct invoice.
Patent Rights.
The Vendor agrees to save, keep, bear harmless, defend and fully indemnify the City and any of Its
officers or agency from all damages, costs, or expenses in law or equity that may at any time arise or
to be set up for any infringement of the patent rights of any person or persons in consequence of the
use by the City, or by any of its officers or agent, or articles supplied under this contract any of which
the Vendor is not the patentee or assignee, or which the Vendor is not lawfully entitled to sell.
Contract Extension to Other Cities /Agencies:
Other Cities /Agencies may be interested in purchasing against an awarded contract, subject to the
same price, terms and conditions offered to the City of Torrance. The City of Torrance does not
warrant any additional use of the contract by such agencies. Other agencies utNzing the contract will
place orders with, and make payments directly to, the successful bidder.
Suspension of Procurement:
The City may suspend, in writing all or a portion of the procurement of materials or services pursuant
to this bid and subsequent contract agreement, in the event unforeseen circumstances make such
procurement impossible or infeasible, or in the event City should determine it to be in the best interest
of City to cancel such procurement of services or materials.
In the event of termination, selected Bidder will perform such additional work as is necessary for the
orderly filing of documents, and closing of project.
The selected Bidder will be compensated for the terminated procurement on the basis of materials or
services actually furnished or performed prior to the effective date of termination, plus the work
reasonably required for filing and closing.
5
Motice-
Whenever it will be necessary for either party to serve notice on the other respecting the Agreement,
such notice will be served by personal delivery or by certified mail to the following addresses, unless
and until different addresses may be furnished in writing by either party or the other, and such notice
will be deemed to have been served within seventy -two (72) hours after the same has been deposited
in a United States lost Office by certified mail or has been delivered personally, and will be valid and
sufficient service of notice for all purposes:
CITY: City Clerk
City of Torrance
3031 Torrance Boulevard
Torrance, CA 90503
VENDOR: Will be determined upon award of contract.
Independent Contractor:
The successful proposer is, and will at all times remain as to the City, a wholly independent
contractor. Neither the City nor any of its agents will have control over the conduct of the Contractor
or any of the Contractor's employees, except as otherwise set forth in the awarded Agreement. The
Contractor's agents and employees are not and will not be considered employees of the City for any
purpose. The Contractor may not, at any time or in any manner, represent that it or any of its agents
or employees are in any manner agents or employees of the City. The City has no duty, obligation, or
responsibility to the Contractor's agents or employees under the Affordable Care Act, The Contractor
is solely responsible for any tax penalties associated with the failure to offer affordable coverage to its
agents and employees under the Affordable Care Act and any other liabilities, claims and obligations
regarding compliance with the Affordable Care Act with respect to the Contractor's agents and
employees. The Cfty is not responsible and will not be held liable for the Contractor's failure to
comply with the Contractor's duties, obligations, and responsibilities under the Affordable Care Act,
The Contractor agrees to deferid, indemnify and hold the City harmless for any and alt taxes and
penalties that may be assessed against the City as a result of the Contractor's obligations under the
Affordable Care Act relating to the Contractor's agents and employees.
Terms and Conditions:
DEFINITIONS: The following meanings are attached to the fallowing defined words when used in
these terms and conditions and the purchase order. The word "City" means the City of Torrance,
California. The word "Vendor" or "Contractor" means the person, firm, or corporation providing goods
or services to the City.
The ward "purchase order" means the contract, purchase order or blanket purchase order issued to
the vendor by the City.
GOODS: The term "Goods" means the products, goods or other commodities purchased pursuant to
the Purchase Order.
DESCRIPTION OF GOODS: The Vendor must produce and deliver the Goods in accordance with
the specifications and the shipping and quantity schedule set forth on the first page of the Purchase
Order.
SUBSTITUTION: No substitution of Goods ordered will be made unless authorized by the
Purchasing Division.
X
DELIVERY DATE: The Goods must be shipped and must arrive at the destination specified by the
CITY in strict compliance with the shipping and quantity schedule set forth on the first page of this
Purchase Order, Any failure by the Vendor to meet the Required Delivery Date (set forth on the first
page of this Purchase Order) will constitute a material default. The Vendor must notify the CITY
immediately if the Vendor reasonably believes that the Vendor will not be able to meet the Required
Delivery Date for any reason, In addition, the Vendor must promptly provide the CITY with a
schedule that the Vendor reasonably believes it will be able to meet.
CANCELLATION: The CITY reserves the right to cancel any portion of this order with respect to
Goods not delivered on or before the Required Delivery Date.
DELIVERY RISK OF LOSS: All orders will be F,O,B, destination if not otherwise specified. Risk of
loss or damage to the Goods must remain with the Vendor until the Goods have been delivered to
and accepted by the CITY, All Goods will be received by the CITY subject to its right of inspection,
rejection, and revocation of acceptance under the Uniform Commercial Code. The CiTY will be
allowed a reasonable period of time to inspect the Gaeds and to notlfy the Vendor of any
nonconformance with the terms and conditions of this purchase order. The CITY may reject any
Goods that do not conform to the terms and conditions of this purchase order; any Goods rejected
may be returned to the Vendor at the Vendor's risk and expense. Further, where the CITY rightfully
revokes acceptance, the CiTY may, to the extent of any deficiency in its effective insurance
coverage, treat the risk of loss as having rested on the Vendor from the date of the Vendor's
acceptance of this purchase order.
INVOICES: Two copies of the invoice must be mailed to the City of Torrance Finance Department
not later than the day after shipment is made. individual invoices must be issued for each shipment
against each purchase order. Invoices must contain the purchase order number, description of
Goods, unit price, quantities billed and extended totals. Payment will be made by the CITY in
accordance with the terms specified on the first page of this Purchase Order.
To expedite payment, the BPO number must appear on all invoices, shipping documents and
packages.
Paymsnt(s) will be made upon verification and acceptance by the requesting departmenYdivision of
items received or services performed and receipt of correct billing(s).
PACKING AND SHIPPING: Deliveries must be made as specified without charge for boxing, crating,
or storage unless otherwise specified, and Goods must be suitably packed to secure lowest
transportation costs, and in accordance with the requirements of common carriers, and in a manner
to assure against damage from weather or transportation. The CITY's order numbers and symbols
must be plainly marked on all invoices, packages, and shipping orders. Packing lists specifying the
quantity, description and purchase order number must accompany each box or package shipment,
The CITY's count or weight will be final and conclusive on shipments not accompanied by packing
lists. Shipments for two or more destinations when so directed by the CITY will be shipped in
separate boxes or containers for each destination, at no charge.
ACCEPTANCE OF PURCHASE AGREEMENT: This purchase order constitutes the CITY's offer to
the Vendor and becomes a binding contract upon acceptance by the Vendor by commencement of
performance. Any terms or conditions (including price and delivery dates) proposed by the Vendor in
accepting the CITY's offer, which are inconsistent with or in addition to the terms and conditions set
forth in this purchase order, will be void and of no effect unless and to the extent expressly accepted
by the CITY in writing.
7
TAXES: The Vendor must separately state on all invoices any taxes imposed by the federal or state
government applicable to furnishing of the Goods: provided, however where a tax exemption is
available, the tax must be subtracted from the total price and identified, Municipalities are exempt
from federal excise and transportation taxes. Total prices quoted are to exclude federal taxes,
Exemption certificates will be furnished upon request. Uniess otherwise indicated, prices quoted will
be considered to exclude state and city sales or use tax, which is payable to the CITY.
LACES: The Vendor represents that prices quoted to or paid by the CITY will not exceed current
prices charged to any other customer or the Vendor for items that are the same or substantially
similar to the Goods, taking into account the quality under consideration, and the Vendor will forthwith
refund any amounts paid by the CITY in excess of the price.
CASH DISCOUNTS: The date used as the basis for cash discounts calculation is the date the Goods
are received or the date an acceptable invoice is received, whichever is later.
WARRANTY; The Vendor warrants that all Goods will conform to applicable specifications, drawings,
descriptions, and samples, and will be merchantable, of good workmanship in material, and free from
defect. Unless manufactured pursuant to detailed design furnished by the CITY, the Vendor
assumes design responsibility and warrants the Goods to be free from design defect and suitable for
the purposes intended by the CITY. The Vendor's warranties, together with its service guarantees,
must run to the CITY and its customers or users of the Goods and must not be deemed exclusive.
The C1TYs inspection, approval, acceptance, use of, or payment for all or any part of the Goods must
in no way effect its warranty rights whether or not a breach of warranty had become evident at the
time.
CHANGES: The CITY has the right by written notice to change the quantity or specifications of the
Goods ordered and the terms of, shipment or packaging of Goods. Upon receipt of any notice, the
Vendor will proceed promptly to make the changes in accordance with the terms of the notice. If any
change causes an increase or decrease in the cost or performance or in the time required for
performance, an equitable adjustment must be negotiated promptly and the contract modified in
writing accordingly. The Vendor must deliver to the CITY as promptly as possible, and in any event
within 30 days after receipt of change notice, a statement showing the effect of any change in the
delivery dates and prices; the statement must be supplemented within 30 days by detailed
specification of the amount of the price adjustment and supporting cost figures. The Vendor's failure
to submit the statements within the time limits stated, will constitute its consent to perform the change
without increase in price, without claim for material rendered obsolete and without change in delivery
schedule.
BUSINESS LICENSE: Prior to the award of a Purchase Order, you are required to have a City of
Torrance Business License if your company is located in the City of Torrance; will physically be
working in the City of Torrance; or will be using your own vehicles to deliver to the City of Torrance.
For additional information and licensing requirements, please contact the City of Torrance Business
License Office at (310) 618 -5923.
INDEMNITY : The Vendor assumes all responsibility for, and agrees to undertake, to protect,
indemnify and hold the CITY, the City Council, each of its members, present and future and its
officers, employees, and agents, harmless from any and all liabilities, losses, claims, suits, judgments
and causes of action for damage, to property and injuries to persons, including death, and from any
cost and expense, including recall expenses and attorneys fees, arising out of or related tb any of the
Goods resulting from the Vendors breach of the terms of the Purchase Order (including the
warranties), the Vendor's negligence, or allegations that the Goods are defective in manufacture or
design.
CONFLICT OF INTEREST: No officer or employee of the CITY may have any financial interest,
direct or indirect, in this Purchase Order, nor may any officer or employee participate in any decision
relating to the Purchase Order that effects the officer or employee's financial interest or the financial
interest of any corporation, partnership or association in which the officer or employee is, directly or
indirectly interested, in violation of any law, rule or regulation.
No person may offer, give, or agree to give any officer or employee or former officer or employee, nor
may any officer or employee solicit, demand, accept, or agree to accept from another person, a
gratuity or an offer of employment in connection with any decision, approval, disapproval,
recommendation, preparation or any part of a program requirement or a purchase request,
influencing the content of any specification or procurement standard, rendering of advice,
investigation, auditing, or in any other advisory capacity in any way pertaining to any program
requirement, contract or subcontract, or to any solicitation or proposal.
INTEGRATION AMENDMENT: This Purchase Order represents the entire understanding of the
CITY and the Vendor as to those matters contained in it. No prior oral or written understanding will
be of any force or effect with respect to the terms of this Purchase Order. The Purchase Order may
not be modified or altered except in writing signed by both parties,
INTERPRETATION: The terms of this Purchase Order should be construed in accordance with the
meaning of the language used and should not be' construed for or against either party by reason of
the authorship of this Purchase Order or any other rule of construction that might otherwise apply.
SEVERABILITY: If any part of this Purchase Order is found to be in conflict with applicable laws, that
part will be inoperative, null and void insofar as it is in conflict with any applicable laws, but the
remainder of the Purchase Order will remain in full force and effect.
GOVERNING LAW' JURISDICTION: This Purchase Order will be administered and interpreted
under the laws of the State of California. The parties consent to the jurisdiction of the state and
federal courts located in Los Angeles County, California for the resolution of all disputes arising under
this Purchase Order, and the parties agree that jurisdiction and venue for proceedings will lie
exclusively with those courts. Service of process in any such proceeding (including service of
process for the institution of any such proceeding) may be made by certified mail, return receipt
requested, directed to the respective party.
ATTORNEY'S FEES: In any dispute, litigation, arbitration, or other proceeding where one party either
seeks to enforce its rights under this Purchase Order (whether in contract, tort or both) or seeks a
declaration of any rights or obligations under this Purchase Order, the prevailing party will be
awarded reasonable attorney's fees, together with any costs and expenses, to resolve the dispute
and to enforce any judgment,
J
Bid No. 8204 -36 Bid to Provide Two (2) Elgin Crosswind Street Sweepers Mounted on
Autocar Xpert Cabover Dual Chassis or Equal.
SECTION 11 SPECIFICATIONS
Scope of Bid:
Provide two (2) new and unused regenerative air street sweepers having a six wheeled, truck chassis
with dual compressed natural gas engines, sweeper controls and switches, 8.0 cubic yard hopper,
automatic transmission, 240 gallon water tank, and left and right side broom with variable down
pressure controlled from cab.
The following specification is based upon an Elgin Crosswind street sweeper mounted on an Autocar
Xpert Cabover Chassis.
Vendor is respons €ble for the delivery of a "turn -key" vehicle to the City of Torrance. This is not a
separate purchase of a cab & chassis plus a sweeper body. This purchase is for a combined cab &
chassis with installed sweeper body. The awarded vendor must make all arrangements necessary to
build this truck as per the specifications of this Notice Inviting Bids.
The vehicle must be new and unused and must be the latest production model available.
The vehicle must meet ail applicable Federal and State of California Department of Motor Vehicie
codes and regulations.
The Vendor must register the vehicle and provide "E: (Exempt) license plates
Price must include: Three (3) vehicle keys and all delivery costs.
Delivery Location:
City of Torrance Service Facilities
Attn: Fleet Services Division
20500 Madrona Avenue
Torrance, CA 90503
Chassis:
Chassis must be conventional design with 33,000 GVW rating. State chassis make, ,model and
• point of manufacture
• Wheelbase must not exceed 164 inches.
• Cab to axle must not be more than 138 inches
• Yield strength of the Rail, High Strength, 120,000 PSI, 10" X 3" X .3125 ", 1,810,000 RBM
• For safety, the rear of the sweeper must be equipped with a rear panel to provide under ride
protection. When dumping debris, material must not be discharged on top of the rear panel.
• Front tow hooks and heavy -duty front bumper (capacity 2950 ft. lb.) must be provided.
Continued on next page... 10
• Engine must be a dedicated compressed natural gas (CNG) type. The CNG engine must be
installed by the chassis OEM and specifically designed fcr the chassis. For reliability and
serviceability, aftermarket CNG conversions of gasoline or diesel engines are not permitted.
• Truck engine must be 2010 Emission Compliant, Cummins ISL -G 260, at least 540 cubic inch
displacement (8.9 L). Horsepower rating must be 260 HP @ 2200 RPM. Torque rating must
be 660 ft -lbs. C 1300 RPM.
• Truck engine must be equipped with a single vertical exhaust system with three way catalyst
muffler.
• Engine must be equipped with air filter with active pre - cleaner, spin -on CNG fuel filter, full flow
oil filter.
• The cooling system must be protected to -34° F.
• Engine must be equipped with block heater.
• Radiator fan must be viscous drive type.
• Fuel system must have at least four, aluminum core, filament reinforced, fuel cylinders that
can contain a minimum of 59.4 gallons total diesel fuel equivalent. The system must have a
fast fill port and include high and low pressure gauges. Fuel system must be able to fill to
3600 psi and meet all North American Natural Gas Vehicle system standards including NFPA-
52 requirements.
• An Allison 3500 RIDS series (or approved equal) automatic transmission must be provided.
• The single -speed rear axle must have a ratio of 6.17,1.
• Front axle must be 12,000 and be equipped with taperleaf front suspension and shock
absorbers.
• The rear axle must be 21,000 lb.
• For safety, and to allow the emergency interchange of tires at a job site, the front and rear
tires and rims must be interchangeable.
• Tires must be tubeless radial tires 14 ply JJR22.5 "G" load rated. The rear axle must include
dual tires for load capacity; singles are not be acceptable. There must be a spare tire and
wheel dellvered with the unit.
• Rims must be 10 hole steel hub piloted 22.5 x 8.25.
• Parking brake must be spring applied rear wheel drum and shoe.
• Brakes must be full air brakes S Cam with a 18.7 CFM capacity compressor, with automatic
slack adjusters and ABS.
Continued on next page...
11
• Steering must be full power with dual operator controls.
• Seats must be air suspension, adjustable dampener, cloth covered for air circulation and
include 3 point seat belts,
• Sweeper must include two (2) outside west coast type mirrors with lower 8 inch convex lens
for easy viewing of the side broom during sweeping. Mirrors must be electric power mirrors
allowing the operator to adjust from inside the cab of the sweeper.
• To maximize operator visibility of the curb and sweeping gear, outside mirrors must be
mounted forward of the front wheels.
• For safety during night sweeping, switches must be illuminated so that they can be readily
identified without the use of the cab dome light.
Switches must be clearly identified by name and symbol,
• Cab interior environment must be fully air - conditioned including a fresh air
heater /ventilator /defroster.
+ Cab must have full flow through ventilation for optimal temperature control and operator
comfort
• Wipers must have Intermittent feature.
• Interior of cab must have acoustical insulation for low operating noise, automotive type trim,
and center sweeper console.
• Dash must be faced with soft molded plastic.
• All glass must be tinted safety glass.
• Each operator position must have adjustable sun visor
• Doors must be keyed alike locks
• Door windows must be power vertical slide type.
+ Side windows must have defogger.
• Cab must include radio installation provision with (2) speakers, am /fm antenna must be
included.
• There must be a methane detection system located inside the cab,
Continued on next page..,
12
• Chassis left side operator instrument panel must 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.
• Chassis right side operator instrument panel must 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
• Chassis engine instruments must 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 must have left/right primary driver switch
• Hydraulic functions must be controlled by rocker switches located in the cab mounted control
panel.
• Truck instruments must include warning lights for battery and cab latch to make sure the cab
is locked in position.
• All console switches including transmission controls and all gauges must be illuminated.
• Intake mounted air restriction indicator with graduations
• Batteries should be located in an enclosed accessible environment for long life and ease of
service
• Chassis must have two (2) maintenance free batteries rated at not less than 1900 CCA total,
12 volt.
• Chassis engine must have a 130 amp alternator
• Chassis lighting must 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
Sweeper Module:
• Sweeper engine must be 8 cylinder, 350 CID (GM 57L or equal). Engine must be EPA
mobile off highway certified.
• Horsepower rating must be 124 HP @ 2800 RPM, 280 lb -ft @ 1800 rpm.
• Engine must be protected by a dual safety element dry type air cleaner & restriction indicator
that indicates it is time to servics the fitter element.
• Engine must be filled with 50150 mixture anti-freeze/water for cold weather storage and/or
operation.
• Sweeper engine must drive the blower fan by a heavy -duty five (5) "V" groove power belt for
simplicity and ease of maintenance.
• To accommodate both easy access and sound attenuation, the engine must be enclosed on
both sides by two fiberglass access doors, one on each side of the sweeper body. These
doors provide access to serviceable items without tilting the hopper.
Continued on next page... 13
• The blower must be rated at not less than 20,000 CFM by an independent test facility,
• Blower must be driven by a five (5) W" groove power belt for maximum performance and
simplicity of construction, with manual tension adjustment not requiring repositioning of the
engine, Maximum operating speed of the fan must be at least 4,000 RPM.
• Blower must be a closed face turbine type, 31 318 in, diameter, with 9 vanes constructed of
Hardox® 500 steel for optimal combination of hardness and abrasion resistance for maximum
service life. An open faced fan does not provide adequate combination of air flow and
vacuum, and is not acceptable. For longevity of the fan and maximum bearing life, the
impeller must be balanced to within .5 ounce - inches,
+ The blower and blower housing must 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 Jay a quality weld that's in accordance
with AWS D1.1 standards. Blowers constructed from cast aluminum are not acceptable,
• The blower housing must be constructed of 10 gauge steel and lined with JJnatex (or equal)
for maximum extended wear in abrasive environments.
• Blower housing must have an inspection door for quick inspections without removing the
blower housing or looking into the air exhaust opening.
Blower housing must 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.
• The blower must be mounted and supported on both sides by heavy -duty greasable bearings.
Greasing of the bearings must be possible from ground level, without tilting the hopper. Only
greasable bearings are capable of tolerating the fan speeds required to produce simultaneous
high air flow and high vacuum levels.
• The blower must not be directly exposed, or open to the dust separator to preclude carry -over
of material from the separator into the blower and blower housing.
Continued on next page...
14
• The pickup head is a spring - balanced, 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
• The pickup head must be not less than 90 inches wide and 30 inches long for a total area of
2700 square inches
+ The pickup head must 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.
• The pickup head must have a minimum 12 3/4 inch diameter suction hose with a quick
disconnect coupling at the lower area near the pickup head. 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 pressure side must be equipped with an electric actuated pressure relief valve/vacuum
enhancerlleaf bleeder, for optimum leaf and light debris sweeping. The control for this feature
must be in -cab positional information for operator. Cable operated valves are not acceptable.
• The front and rear debris curtains must be removable without removing the pickup head from
the unit.
• Sweeping paths:
e Pickup head only = 90 inches
o One side broom and pickup head= 117 inches
o Two side brooms and pickup head= 144 inches
• The pickup head must be equipped with side mounted adjustable carbide steel runners with a
minimum width of 1 1/8 inches for maximum pickup performance and long life
• The pickup head must be raised and lowered hydraulically by a rocker switch on the control
panel inside the cab.
• The right and left side broom mast be a free floating trailing arm design with inward motion
safety to prevent damage when sweeping and encountering a fixed obstacle. The trailing arm
must be of a parallelogram design for simple, non- binding action /motion and for constant
bristle and wear pattern
The side brooms must be 42 -inch diameter minimum, with hydraulically driven rotation
•
Brooms must be pneumatically raised, lowered and suspended
• Adjustable down pressure must be pneumatically controlled by the operator from the cab
• The broom hydraulic motor drive must provide not less than 6045 in -lbs. of torque for superior
digging power
• The side broom assemblies must have greaseless pivot pins for ease of maintenance
• The side broom assemblies must be held in the storage position by a transport hook.
• Each side broom must be controlled from in the cab by simple rocker switches and must have
an electric tilt motor on the right hand gutter broom
• The side broom control system must allow the broom to be retracted while sweeping, to
provide scrubbing action in front of the pickup head. This feature can be controlled from the
operator seat.
Contlnued on next page...
15
Volumetric capacity must be 8 cubic yards
• Hopper must be constructed of 10 gauge steel sides, and 1/4 in. steel floor. The hopper must
have a lifetime warranty against corrosion. It must incorporate a stainless steel finer or lifeliner
product. Warranty documentation must be provided with bid. There must be an inspection
door in the right side of the hopper with hinged door and step.
• A weight actuated full toad indicator must be mounted in the cab on the control panel.
• The hopper tilt angle when dumping must be a minimum of 50 °. Dumping must be
accomplished by tilting the hopper via a two -stage telescopic cylinder. The use of multiple
cylinders for tilting the hopper is not acceptable. The use of a moving raker bar which is
attached to the rear door inside the hopper in lieu of tipping the hopper for dumping is not
acceptable.
• The hopper floor angle must be a minimum of 10 °.
• A removable, adjustable, abrasion resistant "scoop" style steel deflector must be located at
the suction inlet. This scoop is to direct material to the center of the hopper for optimal loading
conditions.
• The hopper rear door must be hinged at the top of the door and opened by means of a
hydraulic cylinder. The hopper rear door should open at a minimum angle of 90° to be
perpendicular to the hopper opening for maximum dumping action. There must be a 6" hopper
drain in the bottom of door for draining liquids
• Hydraulic cylinder movement must be controlled by either the console mounted switches or
the weather resistant switches located on the right -hand side of the hopper to view
discharging of debris out of the hopper during dumping for maximum safety,
• For maximum operator safety the rear hopper door must have an external door prop.
• The hopper rear door must include .an automatic lock mechanism for a tight fit and optimal
sealing between the hopper and the rear door.
• The rear door seal must 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.
• Two 341/2" x 431/2" screens, for a total screen area 3000 square inches, of not less than 11
gauge steel must be installed to allow air to move freely from the hopper into the centrifugal
dust separator. The hopper screens must be hinged and easily lowered for cleaning and
inspection
Dirt separation from the air stream must be accomplished by means of a Labyrinth style dust
separator that is installed at the air return outlet of the hopper. The separator must be
designed so that it will not plug with regular debris
The dust separator must have a minimum of two easy to open inspection doors allowing
inspection and cleaning of the separator interior. Both doors are self- opening when tilting the
hopper
The dust separator must have a self- opening door made of abrasion resistant steel allowing
automatic discharge of debris when tilting the hopper. Cable or other manual /mechanical
means required for discharging the separator are not allowed
Continued on next page...
16
• The water tank must be a removable, 240 gal. total capacity. Constructed of rust proof
polyethylene.
• The water tank must be frame mounted with no part sharing any common wall with the hopper
and must not raise during hopper dumping for better weight distribution.
• A 25ft fill hose with NST coupling with strainer must be supplied. With a 2 %2' air gap going
into the tank.
• A water level gauge must be provided on the control consoie within the cab,
• All water lines must be color coded for easy identification
• The water filter must be easy to access and clean 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.
• All water piping must be external to the operator cab. No water lines capable of leaking or
bursting must be within the cab.
• 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
• Four (4) easily removable water spray nozzles are located inside the hopper. Water spray
nozzles that spray only on the Outside of the pickup head are not acceptable.
• 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. And 4 nozzles mounted
to the front of the sweeper,
• PM -10 approved water pump to supply water to the pickup head, the suction hose and the
side brooms.
• Hydraulic pump must be a belt driven, gear style pump for maintenance free operation, having
a flow capacity of 7.7 GPM @ 2500 RPM.
• Reservoir capacity must be not less than 23 gallons and have an exterior sight gauge. The
reservoir must be located in the enclosed auxiliary engine compartment for quick inspections
without tilting the hopper. All hydraulic circuits must have quick disconnect pressure check
ports for ease of maintenance
• Hydraulic oil cooler must be standard with fresh air intake and accessible without raising the
hopper
• To minimize the hazards of potential leakage, all high pressure fittings must be O -Ring Face
Seal (ORES) type. Other systems are not acceptable.
Continued on next page...
17
• There must be a PR4 type pressure protector for the chassis air system to protect the chassis
air system at air pressures below 65 PSI
• A separate air tank for all sweeper air components must be provided
• All pneumatic cylinders must be interchangeable
• All pneumatic cylinders must be rated to 150 PSI and have a separate rod seal and wiper to
prevent contamination entering the cylinder
• Each cylinder must be controlled by a single, two position, solenoid valve mounted on a
manifold with common input and exhaust.
• There must be a filter with a polycarbonate bowl to filter out contaminants down to 5 microns
to prevent contamination in the air system.
• Sweeper electrical system must be independent from the electrical system of the chassis
• Sweeper engine must have one (1) 945 CCA, 12 vo €t battery,
• Sweeper engine must have a 95 amp alternator
• Sweeper must have an electronic back -up alarm for additional warning and safety when
chassis is in reverse
• Sweeper lighting must include rear identification lights, side broom and rear clearance lights.
• Sweeper warning lights must include hopper up and hopper full load
• Sweeper wiring harnesses must be color -coded and "function stamped" with appropriate
circuit name every four inches, i.e. "Ignition ", "Side Broom" on each wire.
• All electrical circuits must be protected by automotive style blade'fuses.
• Unit must have LED front and rear rotating beacons and an LED TA870 arrowstick and 2 LED
flashing warning lights mounted on the rear door of the unit.
• All sweeper to view al
ght or left positions. This allows the operator �x . �
er controls must be mounted on a stationary central console that allows for use from
either right
p l important auxiiiary engine
information from either operating position
• The controls must include ail sweep, spray water, and lighting functions
• The controls for sweeping, spray water, and lighting functions must be conventional rocker
switches
• Controls for auxiliary engine ignition, throttle and side
in the control console broom down pressure must be located
Continued or next page...
in
Sweeper engine instruments must include tachometer, hour meter, oil pressure, fuel, voltage,
and coolant temperature for complete information for the operator on the condition of the
auxiliary engine
Sweeper instruments must include diagnostic information for the sweeper engine and
sweeper functional information to include sweeper engine hours, side broom hours, water
level, vacuum enhancer position and hopper door position
Sweeper engine instruments must include an auxiliary engine air intake restriction gauge for
ease of maintenance, a "raised" hopper indicator and a "full" hopper indicator to notify the
operator of hopper load and hopper rear door conditions
• All visible exterior metallic surfaces must 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
• Color must be the City of Torrance color of "White" with one (1) dark blue and one (1) light
blue horizontal stripe across the length of the vehicle
• Vehicle must have an accent color of Grey on the components and lower portions of the unit,
• An operation manual must be provided
• A parts manual must be provided.
Manuals
19
Bid No. B2014-36 LAutocar de Two (2) Elgin Crosswind Street Sweepers Mounted on
rt Cabover D ual Chassis or Equal.
SECTION III BID SUBMITTAL
FAILURE TO COMPLETE ALL ITEMS IN THIS SECTION MAY INVALIDATE BiD.
In accordance with your "Invitation to Bid ", the following bid is submitted to the City of Torrance.
Bid Submitted By.
hkWR EW- PMEW CC�TAW
Name of Company
2070 N. White Avenue
Street Address
909 598 -2706
Feiephone Number
M7QTHE,w rr7QMS
Pri ted Nam tig
Signature
La Verne CA 91756
City Zip Code
909 598 --1427
Fax Number
mattes @haaker.ccm
E -Mai! Address
7/29/14
Date
Form of Business Organization: Please indicate the following (check one);
2 Corporation ❑ Partnership ❑ Sole Proprietorship ❑ Other:
Business History.
Years in business under your current name and form of business Organization? 42 Years
If less than three (3) years and your company was in business under a different name, what was that
name?
20
Bid Submittal: (continued)
Vendor Name:��
References:
Please supply the names of companies /agencies for which you recently supplied comparable
goods /services as requested in this bid. A minimum of three (3) references is required; additional
references are optional. References from public agencies are preferred.
Name of Company/Agency: k
Address:F�
Name of Person to Contact: 4
Phone dumber of Contact: } 0—
Equipment/Vehicle Provided:
Name of Company /Agency: �� U\f-,O aA) C_
Address;
Name of Person to Contact:
Phone Number of Contact:
Bquipment/VeNcle Provided: DOC L�`}'`� •Jn-
Name of Company /Agency :��'��
Address:
Name of Person to Contact:U�
Phone Number of Contact; i4 .
Equipment/Vehicle Provided:
22
T
Bid Submittal: (continued)
Vendor Name: Ilaqker Eggilnerlt Canny
Bic! Price:
In accordance with your Notice Inviting Bids, the following bid price is submitted to the City of
Torrance.
Street Sweeper Model Year: ' )6-
2 each I Cabover Chasis Model Year: -�0lS'
Street Sweeper Manufacturer ; Elgin
Cabover Chasis Manufacturer; Auto Car
Street Sweeper Model Number; Cir CRosswind
Cabover Chasis Model Number: ACMD42
Please specify any additional fees:
Sales Tax (9 %)
Grand Tota! (Delivered)
$289,000.00
Ni one
$ 52,020.00
$ 630,020.00
$ 573,000.00
Are you bidding the exact item specified in this Notice Inviting Bids? © Yes Q No but we have
attached a specification sheet to our bid submittal for the City's consideration.
® We have submitted one (1) original and two (2) copies of this bid submittal to the City of Torrance
® We have filled out and submitted Attachment I (Bidders Affidavit)
Vendor Comments:
23
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
ATTACHMENT 1
BIDDER'S AFFIDAVIT
i' being first duly sworn, deposes and says:
I . That he /she is the —Vic Presid—e—ntLSales ',.at of Haaker Frrui ent Ccnr�an
(Title of Office) (Name of Company)
hereinafter called "Bidder ", who has submitted to the City of Torrance a bid for
Crosswind CNG Street Sweepers /2
(Title of BID)
2. That the bid is genuine; that the same is not sham; that ail statements of fact in the bid are true;
3. That the bid was not made in the interest or behalf of any person, partnership, company,
association, organization or corporation not named or disclosed;
4. That the Bidder did not, directly or indirectly, induce sofcit or agree with anyone else to submit a
false or sham bid, to refrain from proposing, or to withdraw his bid, to raise or fix the bid price of the
Bidder or of anyone else, or to raise or fix any overhead, profit or cost element of the Bidder's price
or the price of anyone else; and did not attempt to induce action prejudicial to the interest of the City
of Torrance, or of any other Bidder, or anyone else interested in the proposed purchase order;
5. That the Bidder has not in any other manner sought by collusion to secure for itself an advantage
over any other Bidder or to induce action prejudicial to the interests of the City of Torrance, or of
any other Bidder or of anyone else interested in the proposed purchase order;
6. That the Bidder has not accepted any bid from any subpurchase order or materialman through
any bid depository, the bylaws, rules or regulations of which prohibit or prevent the Bidder from
considering any bid from any subpurchase order or materialman, which is not processed through
that bid depository, or which prevent any subpurchase order or materialman from proposing to any
purchase order or who does not use the facilities of or accept bids from or through such bid
depository;
7. That the Bidder did not, directly or indirectly, submit the Bidder's bid price or any breakdown
thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof,
or to any individual or group of individuals, except to the City of Torrance, or to any person or
persons who have a partnership or other financial interest with said Bidder in its business.
8. That the Bidder has not been debarred from participation in any state, federal or public works
project.
Dat d his 29 day of Su y 14
14
(Bidder Signature)
VP S es & .' arketin
(Title)
24
, 1
Vehicle :specification
Dc.se rip iiorl
From Wvigll5
Rar Wcighl Price
AU` OC"ARTRUCKS
5
004040.9 MOUFLS
AC1rfD42
7,900
3.7 20
Cl
5000003 CAB SHELL
DUAL DRIVE Lli AND Rtl SIT
15
Q
O
10LrF027 CUSTOMER LAYOLTT
ELGIN
0
0
SOLUTION
0
CO 10012 APPLICATION
S +VFFPER
0
S1
O
CO20002 130DV TYPF.
SWEEPER
0
p
0
C03000 TERRITORY
CUSTC),M TERRITORY
0
0
0
C061 (101 BODY STYLE
ELGIN AIR SWEEPER
0
1i
WHIRLWIND WiM" SRUSRES
O
C05008 BODY CAPACITY
8 YARD
0
0
S
DO 10120 FRONT GAVVR
121000 L115
4
0
I
i]I12021D REAR GAWR
210W- LBS
0
0
S
D700330 GV WR
33000L.BS
0
0
VEHTCI,E ADAPTATION
S
1 14010 COUN -TRY 01+ USE
UNITED STATES STD
{j
0
MARKET ADAPTATION
ENGTNE
S
1580001 ENGINE VOCATION
COMMERCIAL - DOMESTIC
0
0
(DOT)
0
1010036 ENGINE ASSY
ISL -G 260 HP @ 22W RPM. 1
525
0
6601~3= -LBS Ci7MNMM 15
WMT13 ORT XXXX
0
103003 ENGINE OIL ( CX &
EXTERIOR CHECK AND PILL
0
0
FILL
O
4460042 FUEL TYPE
COMPRESSED NATURAL GAS
0
0
S
972AOOI SPECIAL EMISSION
50 STATES - CALIFORNIA
0
0
CERTIFICATION LABELS
CLEAN IDLE CERTIFIED
(DIESEL)
]ENGINE EQUIP
0
438998 FILTER -FUEL„ CHASSIS
NO ADDITIONAL FUEL
3
0 —
MOUNTED
FILTER PROVIDED
O
170104 FILTER.nM. ENGINE
NATURAL OAS FUEL
0
0
MOUNTED
CLEANHR
S
1750001 FINGINE 011,
STANDARD ENGINE OIL
0
0
0
180024 ENGINE BLOCK HEATER
PHILLIPS 120V 1000 WATT
5
0
O
1810003 HEATER RFZEPTICAL
RECEPTACLE LOCATED AT
0
0
LOCATI011T- 1?NGINE
CAE STEPS, RU SME
Friday, July 2.5, 2014
Page 3 of 12
9;98:37 AMFST
t
Rm
0
2-W0005
RADIATOR
1000 SQ. IN. AIJ) AINUM
I) 0
0
N U001
FAN & DRIVE•FNGTNF.
2 -SPELD FAN
0 0
5
2()90001
RADIATOR COOLANT
RXTI ENT?RD LIFE COOLANT
t] 0
0
22W005
AIR 0 LFAAFA
13' ONE STAG SMITH
5 0
SAI -FTY ELEiv(EN•T
0
130103
MU - FL.ERWSTENl
SINfiLF VERTICAL, LEFT
0 0
ITANDs uF
s
231011
EXHAUSTSIifELDS
UNPAINTED ALUM VIiR'I'
0 1;
84GF•P Stilcl,T ?- STTvGLir
0
23241)02
EKHAIUSTSTACKS
l0'AI. -O INTZEDVEkTICAL
U 0
WIRAI`7 CAP
f)
2399�M
lUREA DELrVERY SYSTEM
NO DI :: -F 1 ANK PROVIDi° -f3
-15 g
S
7WO26
AIR COMPRESSOR
CUMMINS WABCO 18.7 CFM
0 G.
COMPRESSOR
S
K2114
ALTERNATOR
D"Ll -COQ REM1' 12V I3QAMP
(; 0
2'251
0
6200003
STARTLgG MOTOR
DisLCO REMY 12V 39 MT
0 s7
LWOC1'
5
F'010065
VEHICLE GO VERENED
Sl"KZD LIMIT 65101111
0 3
SPEED ,L Wrr
S
P02MOI
FNGiNE IDLE SITU'T DOWN
LNGITT6 TOLE SHUT DOWN
0 41
ENA11T ED ( 5 MINUTES)
S
P03000 i
CRUISE CONTROL
CRUISE CONTROL ENABLED
0 U
PARAMETER
TRANSAUSSION
w�
0
2700024
'v
TRANEWSSION
ALLISON 3500 SERIES,&
-� 0 00
SPEED
O
2580010
VOCATION
STREET SWEEPER VPI67
0 0
(RDS 30M SERIES)
0
284016
TRANSM- 15SION
ALLISON VUSHBt;TT0,N
0 0
CONTROL 5
CONTROLS
0
2&600C2
COOLER - TRANSMISSION
REMO'T'E MOUNTED TOC
0 0
OIL
S
290003
TRANSMISSION OIi.
OIL 17111, TUBE I DIPSTICK W/
0 0
FiLLICHECK
LEVEL SENSOR
S
300015
DRTYESIWT -MAIN
SPICER 171014D HALF ROUND
4 0
FRONT .AXLE
8
3700012
FRONT AXLF-
DANA I 202 STEM AXLE,
0� 0
12000 LB CAPACITY
S
373005
FRONT SUSPENSION
5500 LB FLATLEAF 12,500
0 0
GROUND CAPACITY
S
373002
SHOCKABSORBERS•
DOUBLE ACTING 57NGL1E-
0 0
FRONT
HEAVY DUTY
S
904011
HUBS -FRONT
STEET, HUB PILOTED,281MM
0 0
13OLT CLRCLP
5
92L0001
HUB CAPS • FRONT AXLE
CR EYTEL.HUBCAP
0 0
S
374001
FRONT AXLE LT)BRICANT
STANDARD
0 0
Friday, July 25,20I4
Tlaye 4 of 12
9:48:37 AM EST
I
O
3000W?
STEERING GEAR
DUAL INTEGRAL FC)W"LR
0 0
FRAME RFAR 0Y'ERIIANr,
36.45"
0 0
M- FRING
FR.3MERAILS
10 1'X3 "X3(6112L)K51
REAR AXLE
1)
33U256
RFkR I)'RIVL AXLF.SINGLF r)ANA SP[CLR 21060S 21,0(10
3 Z82
2.13M RBM
& TANDTAT
LE CAPACITY
STRAIGHT
0
411617
REAR URM AXLE RATTO
6.17 RAT i0
0 0
S
35(', O16
REAR SUSPENSION
HTS 21,000185
0 0
S
3560001
REAR DRIVE ANL.E STOPS
REAR RUMPSTCPS
() 0
LOAD CAP, 3800.NM, 2500 F f,
R£QULRIrb
LES,)
N
1i901101
SHOCK AEgORBERS -REAR
2 SHOCK ABSOREM
U 0
S
91MIU01
HUBS•REAR
1Rf}N HUB, HP-1097UD
0 p
5
9,111)1)111
WHZ_.FL OIL SEALS -REAR
SCOTSEAL PLUS XL
D 0
4
1.19001yy���-+YY
HEAR AXLE LVURICA.'VT
STANDARD
0 0
BRAXEI S
S
141 N7
BRAIDS CONTROL SYST NI BENDIX ABS ~ �e
� 0 • 0
O
782N103
BRAKE VALVE- PARKING
TW() PUSH - PULL TYPE Wi
0 1)
CONTROL
YELLOW DIA -TRUCK
O
7510004
BRAFM- FOUNDATION,
MERITCR 16.5X5 QF
12 12
FRONT AXLE
S
754009
BRAKE SLACK ADD- USTERS
MERITOR AUTC),VA17C
U U
-FRONT AXLE,
0
755001
DUST SEEFLDS - FRT
DUST SITML DS - FRON r
g {)
BRAKES
BRAKES
S
7610003
)BRAKES FOUNDATION,
ARVIN M%RITOR 16.5707 Q
0 0
REAR AXLE
PLUS
5
764012
BRAKE SLACK AD,TUSTERS
ARVIN MERTTOR
0 0
- REAR A -ILE
AUTOMATIC- SINGLE AXLE
0
765001
DUST SHIELDS - REAR
BUST SHIELDS -MAR
0 8
BRAKES
BRAKES
S
7200001
SAAKE VALVE &PEDAL
FIREWALLMTDLKS, FLOOR
0 0
MTD RH FOR DUAL DR[VE
CHASSIS
0 400164
ViTMLBASE
164NCBES
0 0
0 4020364
FRAME RFAR 0Y'ERIIANr,
36.45"
0 0
0 4030007
FR.3MERAILS
10 1'X3 "X3(6112L)K51
0 0
STRA10HT RAIL SECTION
2.13M RBM
S 406001
FRArvIE -REAR CUT-Orr
STRAIGHT
0 0
U 4070007
FRAINIE- FRONT
HD FRONT MOUTING
U 0
EX'MNSZON
EQUIPMENT (LOAD CAP,
400ON M, 29501:'1'. LES. TO
LOAD CAP, 3800.NM, 2500 F f,
LES,)
5 4090003
FRAME CROSSMEMBER•
7-PIECE STEM
0 11
CENTER
CROSSMEMEERS
Friday, duly 25, 20114 Page 5 of 12 }
9;48,37 AM $5T
O
430900
FUEL TANK -LEFT
ALTERXATB FLIEL. ENGI,\T&
11
0
COAST
NO Lli TANK
5
460001
BUYIPER -FRONT
STEEL PAINTFD
0
0
5
-711 L:06
AIR TAN IX MOUNTING
AS MANY TANKS IN RAIL. AS
0
0
POSSIBLE
S
713023
AIR DRYER
BE,NDIX ADIPWIFFEAT
0
0
S
713T002
AIR DRYER MOUNTING
AIR DRYER MT;) UUTSIDF
0
0
LOCA7170IN
RAIL, LH
S
70T400
AIR RESERVOIR DRAIN
PULL CORDS ALLiANK5
!:
0
SYSTEM
S
783001
BILAK iMODULATLON
YARKBRAKE
G
0
3800006
STEERING VP WL
S—Y S TEM -P A R 1UNG
RELAYANIVERSION VALVE
0
O
9100DO1
BATTERY
2 BATTERM, 31 FCL, 12V,
0
3810005
8TRERING COLUMN
DUAL ADS. TILT AND
0
0
Q
TELESCOPIC STEERING
7 90OCCA
S
812001 {
BATTERY 13OX
BATTERY BOX, 2 BATTERY
0
0
5200033
SEAT-DRIVER
ISM HT914HIGH BACK, AIR
CAPACITY
0
S
S12T002
BArm -,ty BOX PO51TiO,4
BOX LOCATEDLLIS UNDER
13
0
5210013
SEAT - PASSENGER
ISRI ET914 ETCH BACIC, AIR
CAB
t1
8
8144001
"FIRING, BODY
7 W' ?.Y ELEC:7RIC.4L BODY
0
0
522003
9P- DRIVP.k
INT°I:RFACi
CONNECTION CHASSIS AND
0
5
323003
SEATI3BLr8- PA8kSFNGZR
THREE POINT1iL'1`RACTABLE
GAB
0
O
892999
BACKUP ALARM
NOBAC'KUPALARM
0
_2
PROVIDED
CAB EXTERIOR
O
6220413
1'liIItIZCiRS DUAL YVB.gr
MTRROR, BLACK,
2
0
COAST
moTOR:z$D?7T 'I7
POLYCAREC)NATE HOUSTNCi
WISQUARE MOTORIZc"D(IiTD
CONVIIc N41RP DR
O
6230009
14STRRo1R5- AUXILIARY
LOW MOUNT 8" CONVFX
3
0
MIRROR BLACK
POLYCARSONATE HOUSING
S
661001
CAB TILT MECRA,NISM .
IMRAULTC TILT
0
0
C.O.El
CAB INTERIOR
O
3800006
STEERING VP WL
DUAL DRIVE I6INCI3
0
0
DIAMETER
0
3810005
8TRERING COLUMN
DUAL ADS. TILT AND
0
0
TELESCOPIC STEERING
COLUMNS'
0
5200033
SEAT-DRIVER
ISM HT914HIGH BACK, AIR
12
0
RIDE
O
5210013
SEAT - PASSENGER
ISRI ET914 ETCH BACIC, AIR
12
t1
RMR
S
522003
9P- DRIVP.k
TTIREE POINT RETRACTABLE
0
0
5
323003
SEATI3BLr8- PA8kSFNGZR
THREE POINT1iL'1`RACTABLE
0
0
` Friday, duly 25, 2014 Page 6 of 12
9:48:37 AM EST
5380002
CARPET & MAT
WEAR RESIST/v4T TVIAT WiTli
0 0
FOAM 13A(k
GAUGES & INSTRUMENTNTION
225009
AIR INTAKE RESTRICTION GRADUATED. AIR CLEA.XER
1t 0
IINDTCATOR
MOUNTED
S
28?009
MONITORING-
TRANS TSVP WARNNL03
TRAN'SNUSSION OIL TrW
LIGHT & BU72ER
LIGHTING
8
839[1602
STOP-TAIL HARNESS
O:Ylfl TAII. LAMPS, 9A CoVN
...........
@ EOF
S
E4 ](9005
LAMPS-TURN SIGNAL
AMBER FRONIT TURN
FROINT
SIGNALS
S
95 1 W02
LAMPS - MARKER
Ai BRA f.rr) ROOF iWARKERS
RADIOAMISC
5
5091R1o!
HEY & WCK SETS-
2 AM)MONAL KEYS PER
IGNMOORS
TRUCK (4 TOTAL)
0
5900002
RADIO
kM/FbA I CD ST =20, R ooj°
FRONT TIRE 8 / WIMEL&NTS
S
9400001
WIMFL OIL SEALS-FRONT
SCOTSFALFLUS XL
0 u
S
9050014
WHEELS-DISC FRONT
22JX8-25 STEEL BP, 6.18"
0 0
rN'qF'T' SH14
O
905TOOl
SPARTA, WHEELS FRONT
ONE (1) SPARE. TO MATCX
0 a
SELECTED FRT WHEELS
S
907002
FRONT TTRZ OUANTITY
2 FRONT TIRES
0
8
930068
TIRE SME & LOAD k4NGE
l? R22.5(3
0
- FRONT
S
0310060
TIRE MANTIF.ACTURER &
DOUBLE COLN RR59O
0 0
TREAD - FRONT
0
93]TC01
SPARE FRONT TIRE
ONE (1) SPARE MTD ON
0 0
WHrZL TO MATCH FRT
TIRES
REAR TIRES / WHEELMS
8
9140014
WHFZLS-DISC REAR
22.SX8.25 STEEL, HP, 5HH
0
S
9 L4T98
SPARE WHEELS REAR
NO SFARr, REAP WHEELS
b 0
8
933068
TIRE SIZE & LOAD RANGE
1IM50
0 a
- REAR
S
9340060
TIRE MANUFACTURER &
DOUBLE COIN-RR680
0 0
TRIAD - REAR
S
934T98
SPARE REAR TMIK
NO SPAPBREAR TIRES
0 0
PAINT
9
95000I
CAB PAINT SCMME
SINGLE COLOR PAINT
0 0
S
9550001
CAB PAINT TYPE
STANDARD WRITE
0 0
VTiday, July .25,2014
Page 7 of 12
9:48;37 AM EST
3
�80400G
CAB COLOR-FIRST
AfTR(�Vi:I) ..ISpSS•x 7.t75I: `
a „
,STANI;A121) WIJITF
M574751;X
5
196TUI
'CHASSIS COLOR
IIL•\('ky ;t!;11
f) ry
S
07000N
BUMPER C014OR
PAINT SANE As (Wi. S•11:1:1.
0 ,1
5
1)" MI I
DISC WHEEL OR RVYI
STEVE, , ii -COAT wi irrr.
i p
COLOR
Al.t 19.1!�Ii',It rrli(?
ADDITIONAL € PTIONS
899002
CHASSI,SWARRAPCTY
.Y7- ANDARF) `W'ARRAN'TY
S
99I)AIUa
TRAN'SNESSICiN
A[.1.ISI-)N i;1XjF ,IYR
ri U
WARRA_NTy
WARRANTY
S
sUUR()(11
E,NGLNE WAAiC7iPiTY
Ci1,WAINS STAYUAR0
WARi�ANTY
a
WSW]
FLOOR PI ,1,N
NO Ff.0C7t4rN(, PLAN
T
9MV002
ADDITIONAL 1'lil4'I;
TI AVORARY INFLATION
FIBJIJ i1 AIGN'T
ADJUSTMENT
OTHERS
S
74000 4
CERTIFICATION
US SALE -US COMMZ- :IZCr - -]4 _.T
� O
COMPLIANCE
MP11 AND UP
S
972M(15
VERTIGI<ATION.
COMPLMS WITI12013 U.S.
0 p
iii►4ISSIONS
FMI1 SIO14S
3
04H 4
CRIZTIFICATION-
COMPLIES WAJ,S. F CANADA
0 G
EXTE IOR NOISE
ROMBNA AT 5017
SUB TOTALS
RASr WISTOH7
-
7,9W 3.7M
FAC"MORY OPTION WiIG11T
594 ?GS
DISTRIHUTO R OPTION
p O
WC?1GNT
TOTALS
TOTAL WORT (IA) �
� SAW � 3,455
Friday, July 25. 2014 Page 8 aF 12
9;48,37 AM FST
Mmensions
c
A
'F
X
Vi
0712.5120 14
eECIFICATION SUMARY
kiwi] AMM42. QLSsl
Liu ifse IV= SAM; X 2po muem�-j �. 66() r-T.P 14im mqs NVMTE mT xyx-,
ALLISON M
DANA $M= 2100W 11,000 LS CAPAM-11
Row T�Qjlld I I Pike
2% M 4
U .'4$-,17 AMtST
IWAVE.9-'TC��4kCK GFCA8
C
kvx
TO SACK br-CAD
ims-1
w!q
',T r k, -, M I V rt C A a T 0 P, Ny t) 0V VAANt9
C',ARTO PR&R.AXIX
36,40
QVU-'kjjATqG
TO MONtAW
DRryr-9 C5N M-R OP CRAYMY
:.L
S1.0a
vF--MV4 FRQ??'f AXLE TO BACK
114
0 V 5 RA LL Htld FTr
040
myWWON
0712.5120 14
eECIFICATION SUMARY
kiwi] AMM42. QLSsl
Liu ifse IV= SAM; X 2po muem�-j �. 66() r-T.P 14im mqs NVMTE mT xyx-,
ALLISON M
DANA $M= 2100W 11,000 LS CAPAM-11
Row T�Qjlld I I Pike
2% M 4
U .'4$-,17 AMtST
Turning .radius
�� � �in�ension(Jn7 Descrlptinn
A ?2.92 TURNING RADIUS
13 47,48 CUR13TO(:1JR1ITURNINGD1AME'rLR
L SI.S,t WAL1, TO WALLTUP1,NTNr, UTA�VMTLR
,'w rX 1
D 1,1c
Tra in? ni. ;am;
Fiaxrrlxre Ra(io
Rcur' In,
ISI: G 260 141, @ 22IR7 RPAri / 6001 -T -LHS CU, (hi1NS WF- 9MRTXXXX
ALLISON 35M SERIES,6- SPE.EU
DANA SPICCR 210605 21,000 LI3 CAPACJTY
6.17 RATIO
1 I
R2'-).SG
Friday, July 25..201 4
9.48:37 AM FST
No 10 of 12
Top Speed
Speed At Maxin¢rain. RPM
MM At SOMPH
07/25/2014
Friday, dulp 25, 2014 Page i l of 2
9:4837 AM EST
RPM
Top Speed
66.0
Cruise Speed
-
2,200
Minimum Of Engine Rdn gc
Sp.O
x,01
Maxi:nwn OPLrsginc Range
36.f}
,200
Minimum Of Economy Range
G6.0
2,20[1
Maximum (7f Ecgnar-�y Range
6a 0
54X
1,800
Z,iaa
Friday, dulp 25, 2014 Page i l of 2
9:4837 AM EST
SPF
CIFTCATION SUMMARY
liras :1:;Ir
kom )%ha
Tit'.
MO 12
IN
IANA SPI( -1-ij ': llFftll-N "If IAiJ I I li CAl".M N
r'.1 7 kXl 1;
1 j 112:!.3t;
FFjdiy,JtjIY2.5.2014
9!48:37 AM EST
mago ( 2 of 12