STATE OF WASHINGTON



State of Washington

[pic]

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



AMENDMENT NO. 1

INVITATION FOR BID (IFB)

SWEEPERS-VARIOUS SIZES

|Contract Number |Prebid Meeting Date & Time |Bid Opening Date & Time |

|07906 |October 12, 2006 10:00 AM |November 15, 2006 2:00 PM |

Sealed Bids must be received& stamped on or before the opening date & time at this location:

210 11th Ave SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Kenneth A. Woodfork, CPPB

Contract Specialist

Phone (360) 902-7422

Fax (360) 586-2426

E-mail: kwoodfo@ga.

For a site map to the Capitol Campus, click .

Driving directions and parking information

THIS DOCUMENT IS DESIGNATED AS AMENDMENT NO. 1 AND REPLACES PREVIOUS BID DOCUMENT IN ITS ENTIRETY.

THIS DOCUMENT HAS BEEN REVISED AS A RESULT OF PREBID CONFERENCE HELD ON OCTOBER 12, 2006.

USE THIS DOCUMENT IN SUBMITTING YOUR BID.

Note: ITEM 4 THE REGENERATIVE AIR VACUUM SWEEPER, WSDOT SPECIFICATION 1505, HAS BEEN DELETED FROM THIS BID AND WILL BE REBID AT A LATER TIME AFTER BID SPECIFICATIONS HAVE BEEN REVIEWED.

Table of Contents

1 ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 PUBLIC DISCLOSURE 3

1.2 SCHEDULE 3

1.3 PRE-BID CONFERENCE 4

1.4 EQUIPMENT DEMONSTRATION 5

1.5 SCOPE 6

2 CHECK LIST 7

3 Bid Submittal 8

3.1 OFFER AND AWARD 8

3.2 BID INFORMATION 9

3.3 SPECIFICATIONS 11

3.4 PRICE SHEET 49

4 BID EVALUATION 52

4.1 EVALUATION / AWARD 52

4.2 BID SCORING 52

4.3 EVALUATION CONFERENCE 52

5 CONTRACT REQUIREMENTS 52

5.1 RETENTION OF RECORDS 52

5.2 USAGE REPORTS 53

6 SPECIAL TERMS AND CONDITIONS 53

6.1 INSURANCE 53

6.2 REPAIR FACILITIES 53

6.3 PRICING AND ADJUSTMENTS 53

6.4 WARRANTY (IES) 54

6.5 CONTRACTOR PERFORMANCE 54

6.6 BIDDER COMPLIANCE 54

6.7 DESCRIPTIVE LITERATURE 54

6.8 NOTE TO BIDDERS: 54

6.9 REGISTRATION 54

6.10 DEALER AUTHORIZATION 54

6.11 DEALER/MANUFACTURE OPTIONS 55

6.12 PROPRIETARY INFORMATION: 55

6.13 TRADE-INS 55

6.14 CATALOGS AND PRICE SHEETS 55

6.15 AWARD/BID RESULTS 55

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at .

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

• Using environmentally preferable products and products that exceed EPA guidelines

• Supporting a diverse supplier pool, including small, minority, and women-owned firms

• Featuring products made or grown in Washington

1 PUBLIC DISCLOSURE

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

2 SCHEDULE

The dates listed below set the time table for activities and selected documents to be attended or submitted by bidders participating in this Invitation for Bid (IFB). In the event it’s determined necessary to significantly change these dates and times before the bid opening date and time, an amendment to this IFB will be issued.

Selected portions of this bid document must be received as listed below in the Schedule of Events. Failure to submit these documents as called for in the bid process will cause your bid to be non-responsive.

Schedule of Events

|Date & Time | | Event |

|October 12, 2006 10:00 AM | |Pre-Bid Conference-Mandatory |

|October 25, 2006 5:00 PM | |Return Bid Specifications pages for Evaluation-Mail/Fax/email |

|October 31, 2006 5:00 PM | |Notify Bidders to attend Equipment Demonstration |

|November 08, 2006 -To Be Scheduled | |Equipment Demonstration |

|November 15, 2006 2:00 PM | |Bid Opening Submit Pricing and remaining documents |

3 PRE-BID CONFERENCE

A mandatory conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are required to be present or their bid will be rejected as non-responsive. If changes are required as a result of the conference, written bid amendments will be issued.

The Washington State Department of Transportation (WSDOT) develops its bid specifications via a specification committee. Its members and coverage are state wide. Any change to bid specifications requires review of the committee. Therefore the representative attending the pre-bid conference from WSDOT will not be able to confirm the questions or concerns raised. However all questions and concerns will be collected and presented to the specification committee for review and a clarification will be provided.

Bidders having questions or concerns with the bid specifications listed in Section 3.3 of this document are to take the following actions:

▪ Bring with them to the Prebid Conference, a written copy of their questions and concerns which are to be given to the Contract Specialist

▪ The written copy is to be in MS Word format, and saved on either on a 3.5 floppy disk or CD disk. Note: Not PDF format.

▪ Questions or concerns should be noted in the “Describe Offered Alternatives” columns to the right of the bid specification in question.

▪ Each page that contains a question is to be tabbed.

If these instructions are not clear as to what actions are to be taken prior to attending the Prebid Conference contact the Contract Specialist for this bid for additional clarification prior to attending the Prebid Conference.

OSP will provide a response to bidder’s questions and concerns via an amendment providing clarification.

|Pre Bid Date: |October 12, 2006 |

|Pre Bid Time: |10:00 AM |

|Pre Bid Location: |Office of State Procurement |

| |210 11th AVE SW GA Building Room G3 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

6 EQUIPMENT DEMONSTRATION

As part of the bid specifications bidders submitting bids, for Contract 07906 Sweepers Various Sizes, will demonstrate their equipment being bid. Equipment bid will be evaluated as outlined under Section 3.3 Bid Specifications. Performance Requirements are on a pass/fail basis. Equipment that fails to meet performance requirements will not be considered for award.

Equipment Demonstration for Sweepers Various Sizes will be limited to only one manufactures line of equipment per bidder. Manufacture/Dealer of equipment will coordinate who will be the representative for their equipment being demonstrated. All costs incurred by bidder as a result of demonstration will be at bidder’s expense.

To obtain best result for equipment demonstration bidders are to provide operators for their equipment at the demonstration site. After scored demonstration by the evaluation team, time will be made available to allow for agency operators to perform the demonstration test with bidders test equipment if desired.

Upon direction from the state, Bidders are to make arrangements with agency point of contact to obtain times of demonstration and directions to demonstration site. Point of Contact: Joe Stinton. Telephone Number: (360) 705-7884.

|Demonstration Date: |November 08, 2005 |

|Demonstration Time: |Bidders Scheduled Time-TBD |

|Demonstration Location: |TBD |

9 SCOPE

The purpose of this IFB is to establish a convenience contract for the purchase of Sweepers Various Sizes. Refer to specifications Section 3.3

A. Estimated Usage: We estimate that purchases over the two year initial term of the contract will be for quantities listed per sweeper on the price sheet page under Section 3.4 below. Estimated value of contract is $2,140,000.00. Estimates are based on projected replacement within the fleet and other governmental entities. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasers: The primary purchaser(s) will be the Washington State Department of Transportation. However, based upon contractor’s agreement, the contract will be made available to all other state agencies, institutions, colleges, universities, political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet . A list of Oregon members is available through at contractors shall not process state contract orders from unauthorized purchasers.

C. While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

D. Term: From date of award (which is projected to be within forty-five days after bid opening date) with an initial two-year term, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years. During the life of this contract specifications may be modified to incorporate industry upgrades.

CHECK LIST

This checklist is provided for bidder's convenience only and identifies the bid documents that are to be submitted with each package.

|Bid submittal entitled: Offer and Award Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Bid Information Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Specifications Refer to Schedule of Events Date & Time. | |

|Bid submittal entitled: Price Sheets Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Repair Facilities Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Warranty Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Descriptive Literature Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Dealer Authorization Return by Bid Opening Date & Time. | |

|Bid submittal entitled: Catalog and Price Sheets Return by Bid Opening Date & Time. | |

|_____________________________________________________________________________ |

|After Award | |

|Certificate Of Insurance | |

|Sales/Services Usage Report | |

Bid Submittal

1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at . If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 07/31/06

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|Email | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

| | | | | | | |

|(Contract Specialist ) | |(Date) | |(Unit Manager) | |(Date) |

2 BID INFORMATION

Bidder shall complete the following:

1. Shipping Locations:

▪ Orders for WSDOT are Free On Board (FOB) destination, freight prepaid and included in price bid to the following locations:

A. 6431 Corson Ave. Seattle WA. 98108

B. 1551 North Wenatchee Ave. Wenatchee WA. 98807

C. 5720 Capitol Blvd. Tumwater WA. 98501

D. 4200 Main St. Vancouver WA. 98668

E. 2809 Rudkin Rd. Union Gap WA. 98909-2560

F. 221 E. North Foothills Dr. Spokane WA. 99207-2090

▪ All other orders are FOB Dealer.

2. Prompt Payment Discount __________ % 30 days.

3. Check below those that apply to this Bid:

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

C. If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

4. Federal Tax Identification Number: _____________________________

5. Authorized Representative:

|Primary Contact-Contract Administration |Usage Report Contact: |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement |

|Name | |

|Telephone: | |

|Fax: | |

6. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

7. Firms bidding from California only: Is your firm currently certified as a small business under ` California Code, Title 2, Section 1896.12 Yes ________ No ________ .

8. Please complete one of the following:

For cost analysis purposes, please indicate percent savings that your bid pricing represents compared to price agencies would pay without benefit of a state contract:

Bid discounts offered by your firm average ____________% lower than (please check one):

A. ____ Price that would be obtained through individual agency bid.

B. ____ Manufacture’s current suggested retail price.

C. ____ Other (please specify):_______________________________________________

3 SPECIFICATIONS

Washington State Department of Transportation

Vehicle & Equipment Bidding Requirements

Acceptance of Terms:

Acceptance of a state contract/Purchase order by a Bidder/Supplier for any equipment purchased pursuant to this bid/contract constitutes acceptance of, and agreement with, all of the general and specific provisions, requirements, stipulations and equipment specification(s) described in this bid/contract.

General:

Equipment offered for this contract must be new (unused) and a current production model that require no manufacturer or dealership modifications. Units may be sold, prepared, and delivered to WSDOT, or its designated agent, by a dealer who is factory franchised for the specific makes and models of equipment offered.All accessories and features listed herein shall be those supplied by the Original Equipment Manufacturer (OEM). Any accessories, features, or operational performance required by FMVSS, Washington State Motor Vehicle Laws, OSHA or WISHA laws or mandates, that apply to the equipment being bid, shall be provided by the manufacturer. All units associated with this purchase shall be of the same design and quality as those sold through normal retail channels; and they shall possess the latest technology, accessories, and features offered on standard retail units; whether or not they are called for in the following specifications.

Failure to comply with the any specified requirement of the contract constitutes a breach of contract. WSDOT may cancel all or any part of this contract, without incurring any costs whatsoever, including delivery, shipping, or re-stocking fees.

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from the Office of State Procurement (OSP)

State contracts, for the purchase of state owned equipment, are official state documents that carry legal implications. After award, there shall be no deviations from any requirements stated in the contract during the manufacturing or assembly process of the equipment identified herein, without a contract change order issued by the Department of General Administration, Office of State Procurement (OSP).

Equipment Demonstration:

Prior to a contract award, and during the bid evaluation process, Bidder(s) may be required to demonstrate the performance capabilities of the equipment offered in their bid.

Performance demonstration(s) must be conducted within fourteen (14) calendar days after notification that such demonstration(s) is required. Bidder(s) shall conduct all demonstration(s) within Washington State and are responsible for their costs associated with the demonstration(s).

The Bidder(s) will coordinate with WSDOT, Equipment Administration Office at (360) 705-7882/7884 to establish the location, date and time of the performance demonstration(s).

Delivery; and Acceptance:

WSDOT will require the successful vendor to provide the “Supplier Confirmation of Specification Compliance” at time of delivery. The form is attached at the end of these bidding requirements. Suppliers are responsible for ensuring that all equipment purchased, pursuant to this contract, complies with all of the requirements and specifications listed in the contract.

Supplier(s) shall provide the following documents for review at time of delivery for each item.

1. The manufacturer’s line production sheet stating the equipment serial numbers and listing all of the equipment’s components;

2. Completed Invoice;

3. Supplier Confirmation of Specification Compliance

4. The Manufacturer’s Statement of Origin (MSO);

5. Axle weight slips (for all units with axles); and

6. A completed Washington State title application showing both the legal and registered owner as; Washington State Department of Transportation 7345 Linderson Way S.W. Tumwater Wa. 98501. The mailing address is P.O. Box 47357, Olympia Wa. 98504. Out of state Supplier(s) may contract WSDOT, Equipment Administration Office at (360) 705-7882/7884 to obtain a Washington State title application.

When the unit is ready for final delivery, it may be delivered to WSDOT facilities (as specified on the contract and or equipment order) between the hours of 7:00 am and 3:00 pm, Monday through Friday. Deliveries shall not be made during other hours, on weekends or on legally recognized state and federal holidays.

Suppliers must notify WSDOT at the phone number listed on the contract or the equipment order, twenty-four (24) hours prior to equipment delivery. This is to ensure that a WSDOT employee is available to sign and date the bill of laden (or other type delivery document) and receive the above mention documents, to indicate WSDOT has accepted delivery of the equipment.

WSDOT will not accept any kind of responsibility for equipment that has been delivered to or left at a WSDOT facility, unless a WSDOT employee has signed and dated the bill of laden or other delivery document indicating WSDOT has accepted delivery of the equipment.

Supplier shall be solely liable for any equipment damages that occurred prior to WSDOT accepting delivery of the equipment.

Supplier Shall Meet the Delivery Terms of this Contract:

WSDOT strives to place new equipment into service prior to the high use season for which the equipment is being purchased. For example, snow and ice equipment must be in-service by October and mowing equipment must be in-service by March. It is essential that the equipment pass compliance inspections, be delivered, and processed for payment within the fiscal year for which the equipment is funded

Should the Supplier fail to timely deliver the equipment, for whatever reason, in compliance with the contract or equipment order delivery date, liquidated damages will be assessed. The amount of liquidated damages will be calculated by using WSDOT’s established Equipment Rental Rate Schedule that is in effect as of the date of the contract or equipment order. Liquidated damages will be assessed at the established per day equipment rental rate for each late delivery day, not to exceed ten percent of the equipment’s purchase price. This assessment represents a reasonable forecast of WSDOT’s actual damages for having to rent replacement equipment. WSDOT shall deduct the liquidated damages for late delivery from Supplier’s invoice.

Should the Supplier become aware, in advance of an equipment delivery date, that the Supplier will be unable to meet the contract delivery date; the Supplier may make a written request to the Department of General Administration, Office of State Procurement (OSP), for a contract change order modifying the equipment delivery date.

Warranty Services and Performance:

Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the date the equipment is reported in service per manufacturer and/or factory warranty requirements. This is to ensure that the purchased equipment is capable of performing the specified operational functions.

Bidders/Suppliers must include, as part of the bid, the factory and/or manufacturer’s warranty, which shall cover 100% parts and labor for the entire unit offered. This warranty must be honored by all authorized factory and/or manufacturer’s dealerships.

Supplier shall be liable for all costs associated with warranty repair(s), including, but not limited to, materials, parts, labor, and transport of equipment that are disabled due to the failure of the equipment during the warranty period.

Warranty coverage will not commence until the date the completed equipment is placed into service as reported by WSDOT pursuant to the warranty requirements, or 30 days after final payment for the equipment, whichever occurs first.

The equipment Bidder/Supplier must be capable of and will be liable for providing repair parts and supply support for a period of ten (10) years after the delivery date of the equipment.

During the warranty period Supplier must begin physical repairs on equipment failures within 72 hours after WSDOT has notified the Supplier of an equipment failure. Should the Supplier fail to begin equipment repairs within 72 hours after notification, WSDOT may elect (based on operational requirements) to make the warranty repairs. Should WSDOT elect to make such warranty repairs, the Supplier agrees to fully reimburse WSDOT for all parts, materials, labor, shipping and travel costs incurred by WSDOT for such warranty repairs. WSDOT shall provide Supplier with a detailed invoice, and Supplier agrees to remit payment to the WSDOT within thirty days (30) after receipt of the invoice.

During warranty period the Supplier may, upon notification of a warranty failure, authorize WSDOT equipment repair technicians to make warranty repairs when it advantages to WSDOT and the Supplier. The Supplier shall reimburse WSDOT for all costs associated with the warranty repair.

Training:

Equipment Supplier shall provide on-site instructor(s) to conduct eight hours of operator training per unit delivered and eight hours of repair technician training per unit delivered. During the eight hour training period, the length and number of training session(s) required may vary based on the equipment’s complexity and personnel experience levels. Training session(s) may be less than eight hours should the WSDOT on-site supervisor or Equipment Training Manager determines that all personnel have completed training and the Supplier’s training obligation has been fulfilled. The training session(s) shall include, but not be limited to, the below listed items.

1. Operator training will be designed to familiarize personnel with the controls, safety features, operating characteristics and operator checks and services.

2. Operator training may include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration for equipment so configured.

3. Mechanic training shall be designed to familiarize service and repair technicians with preventative maintenance checks and services, system diagnostics procedures, repairs, adjustments, and any unique requirements associated with the entire unit.

All training shall be scheduled and coordinated with the ship to addressee. Coordination will include dates, times, location, number of students per session, number of sessions required, facilities and training equipment and material.

Qualified individuals shall conduct training sessions. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased:

1. Person(s) conducting the operator training session(s) must have a minimum of one year of experience in actually operating the unit for which training is being conducted or a factory/manufacture certified trainer.

2. Person(s) conducting repair technician training session(s) must have at least one year of experience in the performance of preventive maintenance and repair on the unit for which the training is being conducted or a factory/manufacture certified trainer.

An on-site WSDOT supervisor or the Equipment Training Manager will evaluate training sessions; who shall determine whether or not the training was adequate. If the training is deemed inadequate, the Supplier agrees to conduct additional training sessions, at no cost to the WSDOT, to the satisfaction of the WSDOT.

NOTE: This form will be used with the delivery of equipment. Do not fill out for bid submission.

|Supplier Specification Confirmation |Supplier Initials and Date |

|The supplier will ensure all of the annotated items listed below are inspected prior to delivery. | |

|Supplier is 100 % compliant with the bid specification(s) as bid by the supplier | |

|The unit is clean inside/outside upon delivery to WSDOT | |

|All required documentation as per the WSDOT and OSP bidding requirements are presented at time of delivery.| |

|Example | |

|MSO | |

|Title Application | |

|Axle weight slip (if required) | |

|Supplier Confirmation of Specification Compliance (this form | |

|Invoice | |

|All safety equipment is provided and in proper working condition. (Lights, reflectors, seatbelts, etc.) | |

|All required publications are brought with the unit upon delivery. | |

|Workmanship Issues | |

|All hoses and wiring are protected from damage. | |

|All fluid levels have been checked and are at the manufacturers suggested levels. | |

|All components are in proper working condition. | |

|Welds are consistent and without cracks | |

|No runs, cracks or chips in the paint. | |

| | |

| | |

|Printed Vendor Name _____________________________ | |

| | |

|Vendor Signature _____________________________ |Date________ |

| | |

| | |

3. Specifications Continued:

|1501 |Self-propelled; Mechanical Pickup |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1501-ITEM 1 | |If Meet or | | |

| | |Exceed | | |

|General: | | | | |

|This specification describes the requirements for a dual or single engine | | | | |

|mechanical pick-up type sweeper, | | | | |

|Shall have a hopper capacity of 4 cubic yards (+ or – ½ yard) with the | | | | |

|ability to legally carry 9,000 lbs. payload. | | | | |

| 3. The sweeper shall be designed and configured to maximize the unit’s| | | | |

|payload capacity, while meeting the requirements of the Washington State | | | | |

|bridge law, and federally mandated weight standards | | | | |

| 4. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Cab & Chassis: | | | | |

|Shall be a pressurized, all steel, dual operator, cab equipped as follows. | | | | |

|a. Factory installed air conditioning. | | | | |

|b. Fresh air heater, and ventilators. | | | | |

|c. Side window defoggers. | | | | |

|d. All glass shall be tinted and shatterproof. | | | | |

|e. Cloth-covered air ride seats, with head restraints, and compatible | | | | |

|three-point lap and shoulder seat belts. | | | | |

|f. Dual heated and remote controlled west coast type mirrors; with 10 | | | | |

|inch round sweeping mirrors affixed to them. | | | | |

|g. Intermittent electric windshield wipers with windshield washer | | | | |

|capability. | | | | |

|h. Dash mounted AM/FM radio. | | | | |

|2. The cab pressurization systems shall be a stand-alone system. The A/C | | | | |

|system will not be used to pressurize the cab. | | | | |

|3. The noise level inside the cab, at full highway operation, shall not | | | | |

|exceed 85 dba. | | | | |

|4. All gauges and switches shall be mounted in a manner that provides | | | | |

|viewing from either operating position. | | | | |

|5. Gauges will include: | | | | |

|Fuel gauge | | | | |

|Water temperature | | | | |

|Oil pressure | | | | |

|Voltmeter | | | | |

|Speedometer-odometer | | | | |

|Tachometer | | | | |

|Hour meter | | | | |

|Air pressure gauge | | | | |

|6. Shall have an automatic audible and visual engine high water temperature,| | | | |

|low oil pressure warning system | | | | |

|Engine/Transmission: | | | | |

|Shall be a Cummins turbo diesel or equal with at lest 200 HP, at 2300 rpm; | | | | |

|with the following items: | | | | |

|Engine Brake (if available from Chassis OEM) | | | | |

|Cold Weather Starting aid | | | | |

|Dual stage dry air cleaner | | | | |

|Dash mounted air restriction gauge. | | | | |

|An externally mounted turbo pre-cleaner. | | | | |

|Shall have an Allison automatic transmission with four forward and one | | | | |

|reverse speed, with oil cooler. | | | | |

| | | | | |

|Axles, / Suspension and Steering: | | | | |

|Shall have an industry standard truck suspension that is sufficiently rated | | | | |

|for the GVWR of the unit, and is configured to maximize the unit’s load | | | | |

|capacity, while meeting bridge weight law. | | | | |

|The drive differential shall be geared for a minimum of 60 mph. | | | | |

|Shall provide option pricing for a two-speed rear axle. (Low/High) | | | | |

|Shall have left and right (dual), power steering systems. | | | | |

|Tires & Brakes: | | | | |

|Shall have radial tires on all wheels. | | | | |

|Tire size, load range, and ply will be matched on each axle, and they shall | | | | |

|be sufficient to maximize load capacity while meeting the bridge weight law.| | | | |

|Tires and wheels will be properly balanced and the front axle aligned prior | | | | |

|to delivery. | | | | |

|Shall have standard air service brakes; with “S” cam actuators. | | | | |

|Parking brake shall be the manufacturer’s standard. | | | | |

|The system’s air compressor must produce 15 cfm. | | | | |

|Shall be equipped with a Wabco System Saver 1200 air dryer. WSDOT will | | | | |

|accept a Bendix AD-9 air dryer if the Wabco is not available. | | | | |

|Electrical System: | | | | |

|Shall be a 12-volt system. | | | | |

|The batteries shall be BCI Group size 31 and maintenance-free delivering 650| | | | |

|CCA per battery. | | | | |

|The battery box cover shall be the manufacturers standard. | | | | |

|The batteries shall be equipped with an additional ground cable, which will | | | | |

|be attached to the frame rail. | | | | |

|All cable ends shall be sealed, and equipped with rubber retainers and | | | | |

|covers. | | | | |

|All battery cables exiting the battery box shall be routed through rubber | | | | |

|grommets. | | | | |

|Shall have weather resistant wires and couplings that are color-coded or | | | | |

|numbered for easy identification. | | | | |

|All circuits shall be protected with manual re-settable circuit breakers and| | | | |

|or fuses. | | | | |

|The unit shall be equipped with an audible backup alarm. | | | | |

|All wiring shall be professionally routed and bundled in such a manner to | | | | |

|maximize wiring protection. | | | | |

|Lighting System: | | | | |

|Shall have a spotlight for each gutter broom, and one for the rear broom. | | | | |

|Shall be equipped with two cab controlled amber strobe lights located at the| | | | |

|front upper corners of the cab, with 360-degree visibility when the unit is | | | | |

|in travel mode. | | | | |

|Shall be equipped with two cab controlled alternating amber strobe-warning | | | | |

|lights mounted on the rear of the unit, in close proximity to the | | | | |

|taillights. | | | | |

|Bidders shall provide add or deduct pricing for a Federal signal Model 100 | | | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights front and | | | | |

|rear. | | | | |

|Shall have a cab controlled National Signal 2005640 arrow board or equal. | | | | |

|The board will raise and lower using an electric worm gear Dayton actuator | | | | |

|with cab controls. The board shall be installed on the upper rear portion of| | | | |

|the unit. | | | | |

|In the event the board cannot be installed at the upper most rear portion of| | | | |

|the sweeper the vendor will advise WSDOT on a recommended location and | | | | |

|instillation. WSDOT will approve or recommend an alternate instillation | | | | |

|process and or mounting location. | | | | |

|Sweeper Engine: (For Dual Engine Units Only) | | | | |

|Shall be a liquid cooled (Oil or Water) diesel engine developing at least | | | | |

|49HP. Provide option pricing for the manufacturers largest HP auxiliary | | | | |

|engine. | | | | |

|The auxiliary engine must provide smooth operation with no engine vibration.| | | | |

|Shall have a heavy-duty dry type air cleaner, and pre-cleaner | | | | |

|Shall be equipped with a cab mounted air filter restriction gauge. | | | | |

|Gauges shall be cab mounted and include: | | | | |

|Water or oil temperature | | | | |

|Oil pressure | | | | |

|Tachometer | | | | |

|Hour meter | | | | |

|Shall have an automatic high water or high oil temperature, low oil | | | | |

|pressure, audible and visual engine warning and shutdown system | | | | |

|Hydraulic System: | | | | |

|Shall have a direct drive gear or piston pump capable of providing hydraulic| | | | |

|power sufficient to fully operate the brooms, elevator system | | | | |

|simultaneously. | | | | |

|The hydraulic system shall be protected with a system overload shut down | | | | |

|feature. | | | | |

|Filtering will be provided on both the suction and return sides of the | | | | |

|system. | | | | |

|Debris Pickup System: | | | | |

|Shall have left and right side, power driven,, power lift and replaceable | | | | |

|gutter brooms. | | | | |

|Both gutter brooms shall be free floating, with cab controlled reverse and | | | | |

|variable speed. | | | | |

|Both the left and right side gutter brooms shall be equipped with a cab | | | | |

|controlled tilt feature. | | | | |

|Both gutter brooms shall have a cab controlled down pressure feature. | | | | |

|The main broom shall be power driven full floating and replaceable. | | | | |

|The main broom shall be equipped with cab-operated raise, down pressure, and| | | | |

|variable speed controls. | | | | |

|Shall have a Jammed Elevator warning device mounted in the cab. | | | | |

|Shall be equipped with an elevator flushing system. | | | | |

|Shall have the ability to raise 9,000 pounds to a height of 11 feet measured| | | | |

|from the bottom of the discharge door to the ground and dump the load to the| | | | |

|right side of the unit. | | | | |

|Bidders shall supply option pricing to have load-viewing capability from | | | | |

|cab. | | | | |

|Shall be equipped with an automatic lubrication system. | | | | |

|Shall be equipped with a dash mounted “Load Weight” or “Full Load” indicator| | | | |

|light. | | | | |

|The debris pickup system will have the ability to engage or disengage with | | | | |

|one switch or one button. | | | | |

|The debris pickup system will meet PM10 requirements. | | | | |

|Water System: | | | | |

|Shall have a water tank capacity of at least 200 gallons, (+ Or – 10 | | | | |

|gallons); with anti siphon capability. | | | | |

|The water tank (s) shall be comprised of a non-corrosive and non-rusting | | | | |

|material. | | | | |

|Shall have water spray nozzles located over the gutter brooms and a bar | | | | |

|across the front with on/off and volume controls. Provide option pricing | | | | |

|for a water spray system for the main broom. | | | | |

|Shall have a cab mounted low water indicator. | | | | |

|XII. Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, | | | | |

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|3. The body paint shall be warranted against rust and corrosion for five | | | | |

|years. | | | | |

|XIII. Options | | | | |

|Bidders are encouraged to provide optional pricing for items and or | | | | |

|features that pertain to this unit. | | | | |

|XIV. Publications | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

|Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1501-ITEM 1 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|Demonstrate the ability to dump into WSDOT dump truck avoiding any spillage | | | | |

|of material onto the ground. | | | | |

|The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Demonstrate the ability to side dump the testing material into a WSDOT dump | | | | |

|truck without any spillage of material onto the ground. | | | | |

|When dumping, the sweeper may not contact any part of vehicle. If either one| | | | |

|of these test criteria fails (spills material or makes contact with the | | | | |

|vehicle) the sweeper will be given one more opportunity to demonstrate this | | | | |

|test criteria. Judges will determine if it is operator error or inability | | | | |

|of the machine to complete the test criteria. | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|______________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|1502 |Self-propelled; Mechanical Pickup Front Dump |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1502-ITEM 2 | |If Meet or | | |

| | |Exceed | | |

|General: | | | | |

|This specification describes the requirements for a dual or single engine | | | | |

|mechanical pick-up type sweeper with front or rear dumping capability. | | | | |

|Shall have a hopper capacity of 3.5 cubic yards (+ or – ½ yard) with the | | | | |

|ability to legally carry 7,000 lbs. payload. | | | | |

| 3. The sweeper shall be designed and configured to maximize the unit’s| | | | |

|payload capacity, while meeting the requirements of the Washington State | | | | |

|bridge law, and federally mandated weight standards | | | | |

| 4. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Cab & Chassis: | | | | |

|Shall be a pressurized, all steel, dual or single operator, cab equipped as | | | | |

|follows. | | | | |

|a. Factory installed air conditioning. | | | | |

|b. Fresh air heater, and ventilators. | | | | |

|c. Side window defoggers. | | | | |

|d. All glass shall be tinted and shatterproof. | | | | |

|e. Cloth-covered air ride seats, with head restraints, and compatible | | | | |

|three-point lap and shoulder seat belts. | | | | |

|f. Dual heated and remote controlled west coast type mirrors; with 10 | | | | |

|inch round sweeping mirrors affixed to them. | | | | |

|g. Intermittent electric windshield wipers with windshield washer | | | | |

|capability. | | | | |

|h. Dash mounted AM/FM radio. | | | | |

|2. The noise level inside the cab, at full highway operation, shall not | | | | |

|exceed 85 dba. | | | | |

|3. All gauges and switches shall be mounted in a manner that provides | | | | |

|viewing from either operating position. | | | | |

|4. Gauges or warning lights will include: | | | | |

|Fuel gauge | | | | |

|Water temperature | | | | |

|Oil pressure | | | | |

|Voltmeter | | | | |

|Speedometer-odometer | | | | |

|Tachometer | | | | |

|Hour meter | | | | |

|Air pressure gauge if required. | | | | |

|5. Shall have an automatic audible and visual engine high water | | | | |

|temperature, low oil pressure warning system | | | | |

|Engine/Transmission: | | | | |

|Shall be a turbo diesel, with at least 100 HP, at 2500 rpm; with the | | | | |

|following items: | | | | |

|Cold Weather Starting aid | | | | |

|Dual stage dry air cleaner | | | | |

|Dash mounted air restriction gauge. | | | | |

|Shall have a hydrostatic transmission. | | | | |

|3. Shall be equipped with a variable noise level backup alarm. | | | | |

|Axles, / Suspension and Steering: | | | | |

|Shall have an industry standard suspension that is sufficiently rated for | | | | |

|the GVWR of the unit, and is configured to maximize the unit’s load | | | | |

|capacity, while meeting bridge weight law. | | | | |

|Shall be a three wheeled rear or front steer configuration. | | | | |

|The steering strut shall have dual tires. | | | | |

|Shall have an emergency steering system that will continue to operate when | | | | |

|the sweeper engine is not engaged. | | | | |

|Tires & Brakes: | | | | |

|Shall have radial tires on all wheels. | | | | |

|Tire size, load range, and ply will be matched on each axle, and they shall | | | | |

|be sufficient to maximize load capacity while meeting the bridge weight law.| | | | |

|Tires and wheels will be properly balanced prior to delivery. | | | | |

|Shall have the manufacturers standard service brakes. | | | | |

|Parking brake shall be the manufacturer’s standard with activated warning | | | | |

|buzzer.. | | | | |

|Electrical System: | | | | |

|Shall be a 12-volt system. | | | | |

|The battery shall be maintenance-free delivering 900 CCA. | | | | |

|The battery box cover shall be the manufacturer standard. | | | | |

|The batteries shall be equipped with an additional ground cable, which will | | | | |

|be attached to the frame rail. | | | | |

|All cable ends shall be sealed, and equipped with rubber retainers and | | | | |

|covers. | | | | |

|All battery cables exiting the battery box shall be routed through rubber | | | | |

|grommets. | | | | |

|Shall have weather resistant wires and couplings that are color-coded or | | | | |

|numbered for easy identification. | | | | |

|All circuits shall be protected with manual re-settable circuit breakers and| | | | |

|or fuses. | | | | |

|All wiring shall be professionally routed and bundled in such a manner to | | | | |

|maximize wiring protection. | | | | |

| | | | | |

|Lighting System: | | | | |

|Shall have a spotlight for each gutter broom. | | | | |

|Shall be equipped with two cab controlled amber strobe lights located at the| | | | |

|front upper corners of the cab, with 360-degree visibility when the unit is | | | | |

|in travel mode. | | | | |

|Bidders shall provide add or deduct pricing for a Federal signal Model 100 | | | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights front and | | | | |

|rear. | | | | |

|Shall have a cab controlled National Signal 20056450 LED arrow board or | | | | |

|equal. The board will raise and lower using an electric worm gear Dayton | | | | |

|actuator with cab controls. The board shall be installed on the upper rear | | | | |

|portion of the unit. | | | | |

|Hydraulic System: | | | | |

|Shall have a direct drive gear pump capable of providing hydraulic power | | | | |

|sufficient to fully operate the brooms, elevator, system simultaneously. | | | | |

|The hydraulic system shall be protected with a system overload shut down | | | | |

|feature. | | | | |

|Filtering will be provided on both the suction and return sides of the | | | | |

|system. | | | | |

|Debris Pickup System: | | | | |

|Shall have left and right side, power driven,, power lift and replaceable | | | | |

|gutter brooms. | | | | |

|Both gutter brooms shall be free floating, with cab controlled variable | | | | |

|speed. Provide option pricing for a reversing feature. | | | | |

|Both the left and right side gutter brooms shall be equipped with a cab | | | | |

|controlled tilt feature. | | | | |

|Both gutter brooms shall have a cab controlled down pressure feature. | | | | |

|The main broom shall be equipped with cab-operated raise, down pressure, or | | | | |

|a self adjusting pickup system in lieu of down pressure, with variable speed| | | | |

|controls. | | | | |

|Shall have a Jammed Elevator warning device mounted in the cab. | | | | |

|The conveyor shall be reversible. | | | | |

|Shall be equipped with an elevator flushing system. | | | | |

|Shall have the ability to raise 7,000 pounds to a height of at least 9 feet | | | | |

|and be a front dumping design. | | | | |

|Shall be equipped with an automatic lubrication system. | | | | |

|The debris pickup system will meet PM10 requirements. | | | | |

|Water System: | | | | |

|Shall have a water tank capacity of at least 220 gallons, (+ Or – 10 | | | | |

|gallons); with anti siphon capability. | | | | |

|The water tank (s) shall be comprised of a non-corrosive and non-rusting | | | | |

|material. | | | | |

|Shall have water spray nozzles located over the gutter brooms, and a bar | | | | |

|across the front with on/off and volume controls. | | | | |

|Shall have a cab mounted low water indicator. | | | | |

|XII. Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, | | | | |

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|XIII. Options | | | | |

|All bidders are encouraged to bid optional items and or features that | | | | |

|pertain to this unit. | | | | |

|XIV. Publications: | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

|Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1502-ITEM 2 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|Demonstrate the ability to dump material onto the ground. | | | | |

|The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Demonstrate the ability to dump the testing material | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|1504 |Towed Broom; Non-Pickup; Engine Driven |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1504-ITEM 3 | |If Meet or | | |

| | |Exceed | | |

|General: | | | | |

|Shall be a 1/2 steel and polypropylene broom with an 8 foot long core and | | | | |

|30-32 inches in diameter. | | | | |

|Shall be capable of being hydraulically reversed to at least 30 degrees left| | | | |

|or right. | | | | |

|Shall be equipped with a full brush hood | | | | |

| 4. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Ground Pressure: | | | | |

| Shall be a full floating design. | | | | |

|Sweeping Path: | | | | |

| The sweeping path shall not be less than 84 inches. | | | | |

|Brush Drive: | | | | |

| Shall be equipped with a hydraulic motor mounted in the broom core. | | | | |

|Water System: | | | | |

|Shall include complete sprinkler system with seven foot spray bar | | | | |

|Shall be equipped with a 150 gallon water reservoir, and water pump | | | | |

|Engine: | | | | |

|Shall be at least a 19 HP, 4-cycle, water-cooled diesel engine. | | | | |

|Shall be equipped with a dry element H.D. air cleaner with pre-cleaner. | | | | |

|Shall be equipped with electric start, 12-volt battery and generator. | | | | |

|The oil filter shall be a spin on/off oil filter. | | | | |

|Shall be equipped with a variable speed governor. | | | | |

|Fuel Tank: | | | | |

| Shall have a 10-gallon fuel capacity. | | | | |

|Broom Hydraulic System: | | | | |

|Shall have a 10 gpm pump capacity. | | | | |

|Shall be equipped with a 15-gallon reservoir, and 10-micron filter. | | | | |

|Frame: | | | | |

|The frame shall be welded 4-inch square tubular or channel construction. | | | | |

|The rear frame shall be constructed with rectangular tube or channel | | | | |

|Tow Pole: | | | | |

|Shall be equipped with a rigid front towing hitch as an integral part of the| | | | |

|sweeper main frame. | | | | |

|Shall be equipped with a 2 5/16 trailer ball towing assembly. | | | | |

|Tires & Wheels: | | | | |

|H78 X 15 - 4 ply tires on five hole pressed steel rims | | | | |

|Shall be equipped with one (1) mounted spare tire and rim. | | | | |

|Shall be equipped with fenders. | | | | |

| | | | | |

|Dirt Deflector: | | | | |

| Shall be equipped with a rubber curtain mounted on the front of the | | | | |

|broom. | | | | |

| | | | | |

|Instrumentation: | | | | |

| Shall include the following gauges: | | | | |

|Tachometer | | | | |

|Hour meter | | | | |

|Oil pressure | | | | |

|Generator volt or amp | | | | |

|Water temperature | | | | |

|Lights: | | | | |

| Shall be equipped with tail lights with Class “A” turn signals, | | | | |

|flashers, and stop lights | | | | |

|Warning light: | | | | |

| Shall be equipped with an Amber rotating warning light as per Mfg. | | | | |

|Location. | | | | |

|Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, | | | | |

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|XVI. Options | | | | |

|All bidders are encouraged to bid optional items and or features that | | | | |

|pertain to this unit. | | | | |

|Publications: | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

|Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1504-ITEM 3 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|5. The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|1506 |Self-Propelled; Non-Pickup |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1506-ITEM 5 | |If Meet or | | |

| | |Exceed | | |

|General | | | | |

|This specification describes the requirements for a self-propelled | | | | |

|non-pickup sweeper. | | | | |

| 2. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Cab & Chassis: | | | | |

|1. Shall have a cab pressurization system. . | | | | |

|Right and left full view doors, and tempered safety glass. | | | | |

|Shall meet ROPS requirements and have the following items. | | | | |

|Seat belt | | | | |

|Door locks | | | | |

|Tinted glass | | | | |

|Windshield wipers/washer front and rear | | | | |

|West Coast rear view mirrors or equal | | | | |

|Shall include tachometer | | | | |

|Hour meter | | | | |

|Oil pressure gauge | | | | |

|Volt or amp gauge | | | | |

|Water temperature gauge | | | | |

|The cab shall be equipped with a sound package to accommodate an 85-dba | | | | |

|rating. This rating shall be determined while the machine is in full | | | | |

|operation and on the roadway with traffic | | | | |

|Dual heated and remote controlled west coast type mirrors; with 10 inch | | | | |

|round sweeping mirrors affixed to them. | | | | |

|Shall be equipped with an air conditioner. | | | | |

|Shall be equipped with a heater and defroster. | | | | |

|Tires and wheels: | | | | |

|Tire size, load range, and ply will be matched on each axle and spare. The | | | | |

|tire and rims shall be sufficient to meet or exceed the GVWR of the sweeper,| | | | |

|including accessories. If the front and rear tires are not the same, the | | | | |

|bidder shall provide an additional spare tire with rim. | | | | |

|Brakes: | | | | |

|Four wheel hydraulic, dual system brakes | | | | |

|Parking brake to be independent of hydraulic service brake system | | | | |

|Strobe light: | | | | |

| Shall be equipped with a flashing rotating warning light mounted on | | | | |

|the top center of the cab. | | | | |

|Brush: | | | | |

|Shall be equipped with a 1/2 steel and polypropylene broom eight foot long | | | | |

|with a 31-32 inch diameter | | | | |

|Capable of being hydraulically traversed to 45 degrees left or right | | | | |

|Shall be equipped with a full brush hood. | | | | |

|Ground Pressure: | | | | |

| The equipment shall be a full floating design. | | | | |

|Sweeping Path: | | | | |

| The sweeping path shall be at least 72 inches at a 30 or 45 degree | | | | |

|broom angle. | | | | |

| | | | | |

|Brush Drive: | | | | |

| The broom shall have a hydraulic motor mounted in broom core. | | | | |

|Water System: | | | | |

| Shall include a complete sprinkler system with seven-foot spray bar, | | | | |

|with 130-gallon water reservoir tank, and water pump. | | | | |

|Engine: | | | | |

|Shall be a Cummins, 4 cylinder, 4- cycle, diesel engine or equal producing | | | | |

|76 hp at 2500 RPM, equipped with the following items. | | | | |

|Dry element H.D. air cleaner with pre-cleaner. | | | | |

|Electric start, 12-volt battery, generator. | | | | |

|Spin off oil filter. | | | | |

|Variable speed governor | | | | |

|Fuel Tank: | | | | |

| Shall have at least 20 gallons of capacity minimum | | | | |

|Transmission and Axles: | | | | |

|Shall be a hydrostatic, infinitely variable 0 to 30 mph and coupled with a | | | | |

|two speed manual transmission. | | | | |

|The drive system must have the ability to shift positively in and out to | | | | |

|accommodate towing | | | | |

|Shall provide option pricing for a two-speed rear axle. (Low/High) | | | | |

|Shall be equipped with a 10 micron filter with replaceable element | | | | |

|Steering: | | | | |

|Shall be equipped with Hydrostatic power steering | | | | |

| | | | | |

|Broom Hydraulic System: | | | | |

| The hydraulic system shall be the standard manufacturers system. | | | | |

| | | | | |

|Options | | | | |

|All bidders are encouraged to bid optional items and or features that | | | | |

|pertain to this unit. | | | | |

| Bidders shall provide pricing for a front mounted plow to include all | | | | |

|hardware, and hydraulics for proper function, control, and mounting. | | | | |

| Bidders shall provide add or deduct pricing for a Federal signal Model 100| | | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights. | | | | |

| Bidders shall provide pricing for a front mounted tow bar. | | | | |

| | | | | |

|Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, | | | | |

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|Publications: | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

| Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1506-ITEM 5 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|5. The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|1509 |Self-Propelled; Vacuum |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1509-ITEM 6 | |If Meet or | | |

| | |Exceed | | |

| Pathway; Self-Propelled; Air/Vacuum Pickup | | | | |

|I. Sweeper Dimensions: | | | | |

|1. The height, width and length shall be the manufacturers standard. | | | | |

|2. Shall have a sweeping path of approximately 50 to 60 inches. | | | | |

|3. The main brush shall be n tubular shaped disposable and be | | | | |

|approximately 45-inches in length. | | | | |

| Note: No tools shall be required to change the main brush. | | | | |

|4. The side brush shall be a retractable and disposable 26-inch | | | | |

|hydraulically driven brush with protective cover. | | | | |

|5. The debris hopper shall accommodate 1,200 lbs. of debris. | | | | |

|6. Shall be equipped with a Multi-level dump clearing approximately 60 | | | | |

|inches. | | | | |

|II. Engine: | | | | |

|1. Shall be a shock-mounted liquid cooled 36 to 55-hp. gas engine. | | | | |

|2. Shall be equipped with an enclosed panel filter. The panel shall be | | | | |

|equipped with a motor driven filter cleaner. | | | | |

|3 Shall be equipped with a high capacity industrial radiator. | | | | |

|III. Tires: | | | | |

|1. The front tires shall be puncture proof -soft ride with a cushion | | | | |

|tread. | | | | |

|2. The rear tires shall be pneumatic. | | | | |

|IV. Miscellaneous Items | | | | |

|1. Shall be equipped with headlights, and taillights | | | | |

|2. The side brush shall have flex protection | | | | |

|3. Shall be equipped with hydraulic oil cooler. | | | | |

|4. Shall be a two speed sweeping system. | | | | |

|5. Shall be equipped with a tilt steering wheel and power steering. | | | | |

|6. Shall be equipped with seat belts and fire extinguisher. | | | | |

|7. Shall be equipped with a spring loaded recirculation flap. | | | | |

|8. Shall be equipped with the following gauges. | | | | |

| a. Hour meter. | | | | |

| b. Fuel gauge. | | | | |

| c. Oil Pressure gauge. | | | | |

| d. Water temperature gauge. | | | | |

| e. Air restriction filter indicator. | | | | |

| f. Amp gauge | | | | |

|9. Shall be equipped with a steel channel wrap around bumper. | | | | |

|10. Shall be equipped with a flashing amber light located on the | | | | |

|engine cover. | | | | |

|11. Shall be equipped with an overhead guard. | | | | |

|12. Shall be equipped with a vacuum wand and blower attachment. | | | | |

|V. Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers,| | | | |

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|3. The body paint shall be warranted against rust and corrosion for | | | | |

|five years. | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|VI. Options | | | | |

|All bidders are encouraged to bid optional items and or features that | | | | |

|pertain to this unit. | | | | |

|VII. Publications | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

|Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|V. Paint: | | | | |

| Shall be primed and painted with manufacturer’s standard color | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1509-ITEM 6 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|5. The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Demonstrate the ability to dump the testing material. | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|1510 |Self-propelled; Vacuum Mechanical Pickup |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1510-ITEM 7 | |If Meet or | | |

| | |Exceed | | |

|General: | | | | |

|This specification describes the requirements for a dual or single engine, | | | | |

|mechanical broom, air vacuum pickup sweeper. | | | | |

|In the event the bidder bids a dual engine machine the manufacturers’ | | | | |

|standard auxiliary engine is acceptable. | | | | |

|Shall have a hopper capacity of at least 4 cubic yards with a volumetric | | | | |

|capacity of at least 6 yards (+ or – ½ yard) with the ability to legally | | | | |

|carry 9,000 lbs. payload. | | | | |

| The sweeper shall be designed and configured to maximize the unit’s payload| | | | |

|capacity, while meeting the requirements of the Washington State bridge law,| | | | |

|and federally mandated weight standards | | | | |

| 5. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Cab & Chassis: | | | | |

|Shall be an all steel, cab over, dual operator, extended cab, equipped as | | | | |

|follows. | | | | |

|a. Factory installed air conditioning. | | | | |

|b. Fresh air heater, and ventilators. | | | | |

|c. Side window defoggers. | | | | |

|d. All glass shall be tinted and shatterproof. | | | | |

|e. Cloth-covered air ride seats, with head restraints, and compatible | | | | |

|three-point lap and shoulder seat belts. | | | | |

|f. Dual heated and remote controlled west coast type mirrors; with 10 | | | | |

|inch round sweeping mirrors affixed to them. | | | | |

|g. Intermittent electric windshield wipers with windshield washer | | | | |

|capability. | | | | |

|h. Dash mounted AM/FM radio. | | | | |

|i. Shall have cruise control | | | | |

|2. The noise level inside the cab, at full highway operation, shall not | | | | |

|exceed 85 dba. | | | | |

|3. All gauges and switches shall be mounted in a manner that provides | | | | |

|viewing from either operating position. | | | | |

|4. Gauges will include: | | | | |

|Fuel gauge | | | | |

|Water temperature | | | | |

|Oil pressure | | | | |

|Voltmeter | | | | |

|Speedometer-odometer | | | | |

|Tachometer | | | | |

|Hour meter | | | | |

|Air pressure gauge | | | | |

|5. Shall have an automatic audible and visual engine high water temperature,| | | | |

|low oil pressure warning system | | | | |

|Engine/Transmission: | | | | |

|Shall be a Cummins turbo diesel or equal with at lest 200 HP, at 2300 rpm; | | | | |

|with the following items: | | | | |

|Shall have the following items. | | | | |

|Engine Brake | | | | |

|Cold Weather Starting aid | | | | |

|Dash mounted air restriction gauge. | | | | |

| Shall have an Allison automatic five-speed transmission with oil cooler. | | | | |

|Axles, / Suspension and Steering: | | | | |

|Shall have the manufacturer’s standard truck suspension that is sufficiently| | | | |

|rated for the GVWR of the unit, and is configured to maximize the unit’s | | | | |

|load capacity, while meeting bridge weight law. | | | | |

|The drive differential shall be geared for a minimum of 60 mph. | | | | |

|Shall provide option pricing for a two-speed rear axle. (Low/High) | | | | |

|Shall have left and right power steering. | | | | |

|Tires & Brakes: | | | | |

|Shall have radial tires on all wheels. | | | | |

|Tire size, load range, and ply will be matched on each axle, and they shall | | | | |

|be sufficient to maximize load capacity while meeting the bridge weight law.| | | | |

|Tires and wheels will be properly balanced and the front axle aligned prior | | | | |

|to delivery. | | | | |

|Shall have standard air service brakes; with “S” cam actuators. | | | | |

|Parking brake shall be the manufacturer’s standard. | | | | |

|Shall be equipped with a Wabco System Saver 1200 or equal air dryer. | | | | |

|Electrical System: | | | | |

|Shall be a 12-volt system. | | | | |

|The batteries shall be BCI Group size 31 and maintenance-free delivering 650| | | | |

|CCA per battery. | | | | |

|The battery box cover shall be the manufacturer standard. | | | | |

|The batteries shall be equipped with an additional ground cable, which will | | | | |

|be attached to the frame rail. | | | | |

|All cable ends shall be sealed, and equipped with rubber retainers and | | | | |

|covers. | | | | |

|All battery cables exiting the battery box shall be routed through rubber | | | | |

|grommets. | | | | |

|Shall have weather resistant wires and couplings that are color-coded or | | | | |

|numbered for easy identification. | | | | |

|All circuits shall be protected with manual re-settable circuit breakers and| | | | |

|or fuses. | | | | |

|The unit shall be equipped with an audible backup alarm. | | | | |

|All wiring shall be professionally routed and bundled in such a manner to | | | | |

|maximize wiring protection. | | | | |

|Lighting System: | | | | |

|Shall have a spotlight for each gutter broom, and one for the rear broom. | | | | |

|Shall be equipped with two cab controlled amber strobe lights located at the| | | | |

|front upper corners of the cab, with 360-degree visibility when the unit is | | | | |

|in travel mode. | | | | |

|Shall be equipped with two cab controlled alternating amber strobe-warning | | | | |

|lights mounted on the rear of the unit, in close proximity to the | | | | |

|taillights. | | | | |

|Bidders shall provide add or deduct pricing for a Federal signal Model 100 | | | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights front and | | | | |

|rear. | | | | |

|Shall have a cab controlled National Signal 2005640 arrow board or equal. | | | | |

|The board will raise and lower using an electric worm gear Dayton actuator | | | | |

|with cab controls. The board shall be installed on the upper rear portion of| | | | |

|the unit. | | | | |

|Hydraulic System: | | | | |

|Shall have a hydraulic system capable of providing hydraulic power | | | | |

|sufficient to fully operate the brooms, elevator, systems simultaneously. | | | | |

|The hydraulic system shall be protected with a system overload shut down | | | | |

|feature. | | | | |

|Filtering will be provided on both the suction and return sides of the | | | | |

|system. | | | | |

| | | | | |

| | | | | |

|Debris Pickup System: | | | | |

|Shall be a multiple speed sweeping system. | | | | |

|Shall have left and right side, power driven, power lift and replaceable | | | | |

|gutter brooms. | | | | |

|Both gutter brooms shall be variable speed and free floating, with cab | | | | |

|controls. | | | | |

|Both the left and right side gutter brooms shall be equipped with a cab | | | | |

|controlled tilt feature. | | | | |

|The main broom shall be power driven full floating, and replaceable. | | | | |

|The main broom shall be covered with a steel shroud and a recirculation | | | | |

|flap. | | | | |

|The main broom shall be equipped with an hour meter, cab-operated raise, | | | | |

|down pressure, and variable speed controls. | | | | |

|Shall have a Jammed Elevator warning device mounted in the cab. | | | | |

|Shall be equipped with an elevator flushing system. | | | | |

|Shall have the ability to raise 11,000 pounds to a height of 10 feet | | | | |

|measured from the bottom of the discharge door to the ground and dump the | | | | |

|load to the right side of the unit. | | | | |

|Shall have load-viewing capability from cab. | | | | |

|Shall be equipped with an automatic lubrication system. | | | | |

|Shall be equipped with a dash mounted “full load” indicator light. | | | | |

|The debris pickup system will have the ability to engage or disengage with | | | | |

|one switch or one button. | | | | |

|The debris pickup system will meet PM10 requirements. | | | | |

| | | | | |

|Water System: | | | | |

|Shall have a water tank capacity of at least 240 gallons. (+ Or – 10 | | | | |

|gallons) with anti siphon capability. | | | | |

|The water tank (s) shall be comprised of a non-corrosive and non-rusting | | | | |

|material. | | | | |

|Shall have water spray nozzles located over the gutter brooms, inside the | | | | |

|hopper, and a bar across the front with on/off and volume controls. | | | | |

|Shall have a cab mounted low water indicator. | | | | |

|XII. Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. | | | | |

|With this in mind, the following finishing requirements will be closely | | | | |

|scrutinized during the specification compliance inspection. | | | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust | | | | |

|stains on the unit. | | | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, | | | | |

|with an additional 2 mils dry of the manufacturers’ standard color. | | | | |

|3. The body paint shall be warranted against rust and corrosion for five | | | | |

|years. | | | | |

|XIII. Options | | | | |

|All bidders are encouraged to bid optional items and or features that | | | | |

|pertain to this unit. | | | | |

| | | | | |

|XIV. Publications: | | | | |

|Each unit shall be delivered with an operator’s manual. | | | | |

|2. Total quantity of Service and Parts Manuals or CD’s shall be provided | | | | |

|as annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

|Specification Requirements | |Check | |Describe Offered Alternatives |

|WSDOT 1510-ITEM 7 | |If Meet or | | |

| | |Exceed | | |

|XV. Performance Demonstration | | | | |

|1. Each supplier choosing to bid will be required to demonstrate the | | | | |

|operational capabilities of their respective unit to a team of WSDOT | | | | |

|personnel. | | | | |

|2. In order to demonstrate any unit, each bidder must first meet the | | | | |

|written specification without exception. | | | | |

|3. The demonstration will take place at a WSDOT location. The specific | | | | |

|location will be published by WSDOT when the successful bidders are | | | | |

|identified. | | | | |

| 4. Sweeping Test Criteria: | | | | |

| | | | | |

|Sweeping test will consist of one pass, in a designated area. | | | | |

|All brooms and the water system will be engaged during the test. | | | | |

|Demonstrate the ability to dump into WSDOT dump truck avoiding any spillage | | | | |

|of material onto the ground. | | | | |

|5. The demonstration will consist of but not limited to the following. | |PASS | |FAIL |

|Sweep one 50 foot long designated sections of material. | | | | |

|The machine will maintain a constant forward motion. | | | | |

|Stopping to let machine sweep up material is prohibited. | | | | |

|The unit will leave no piles or trails of debris larger than 1/2 inch in | | | | |

|height and one foot in length. (A clean sweep, full width of the debris | | | | |

|pickup system) | | | | |

|Demonstrate the ability to dump the testing material. | | | | |

| | | | | |

|Judges: Sweeper Make/Model___________________ | | | | |

|Printed Name Signature Date | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

|_____________________________________________ | | | | |

| | | | | |

| | | | | |

| | | | | |

4 PRICE SHEET

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|1. |3825 |MECHANICAL SWEEPER WSDOT SPECIFICATION 1501 Refer to Section 3.3, |5 |EACH |$ |$ |

| | |Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: _______________% Dated: _____________ Copy attached with bid

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|2. |3825 |MECHANICAL SWEEPER FRONT DUMP WSDOT SPECIFICATION 1502. Refer to Section |1 |EACH |$ |$ |

| | |3.3, Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: _______________% Dated: _____________ Copy attached with bid

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|3. |3825 |MECHANICAL SWEEPER NON-PICKUP TOWED. WSDOT SPECIFICATION 1504. |2 |EACH |$ |$ |

| | |Refer to Section 3.3, Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: ____________________% Dated: _____________ Copy attached with bid

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|5. |3825 |MECHANICAL SWEEPER NON-PICKUP. WSDOT SPECIFICATION 1506 Refer to Section |5 |EACH |$ |$ |

| | |3.3, Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: _______________% Dated: _____________ Copy attached with bid

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|6. |3825 |PATHWAY AIR VACUUM PICKUP SWEEPER. WSDOT SPECIFICATION 1509. Refer to |2 |EACH |$ |$ |

| | |Section 3.3, Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: _______________% Dated: _____________ Copy attached with bid

|Req. |Comm. Code |Description |Qty |Unit |Unit Price |Total Price |

|Item | | | | | | |

|7. |3825 |VACUUM PICKUP SWEEPER. |2 |EACH |$ |$ |

| | |WSDOT SPECIFICATION 1510. Refer to Section 3.3, Specifications. | | | | |

| | | | | | | |

| | |For Product Bid State: | | | | |

| | |Mfg.: | | | | |

| | |Brand/Model: | | | | |

| | | | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | | | |

| | |calendar __________days after receipt of order (ARO). | | | | |

|TOTAL: |$ |

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: _______________% Dated: _____________ Copy attached with bid

Bidders’ Company Name:

BID EVALUATION

1 EVALUATION / AWARD

It is the state's intent to award a contract at the lowest possible cost to multiple suppliers whether they are manufacturers, dealers or a combination thereof. This decision will be based upon bid responses as it is unknown at this time if manufacturers will bid on a direct basis (offering statewide coverage through their authorized dealers), or if dealers themselves will bid, offering to provide product.

2 BID SCORING

The scoring criteria will be as follows:

a) Bid Specifications Pass/Fail

b) Equipment Demonstration-Pass/Fail

c) Pricing – Lowest Responsive Bidder per manufacturer.

3 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

CONTRACT REQUIREMENTS

1 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

2 USAGE REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report:

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPECIAL TERMS AND CONDITIONS

1 INSURANCE

Required amounts of insurance are discussed in the Competitive Procurement Standards, Standard Terms & Conditions, (revised 6/02/03), Paragraph 44. Contractor to furnish to the State Procurement Officer, a copy of a valid Certificate of Insurance listing the State as beneficiary within Fifteen (15) days after Contractor receipt of award notice. Go to the following website for this information:

2 REPAIR FACILITIES

Bidder shall provide by attached letter a list of authorized factory repair facilities, which will honor the warranty of items on contract. The list will include the facility (ies) name, address, telephone number, and contact person. Evidence showing qualification of each facility to perform maintenance must be included as follows:

1. Names of factory trained personnel at each facility.

2. Nature and extent of factory authorized training received and years of qualifying service on the equipment.

Bids that are submitted from manufacturers that require service through dealer outlets must include a letter signed by each dealer certifying full understanding and compliance with bid and servicing requirements.

3 PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section IV, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 180 calendar days after effective date of contract.

Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. A minimum of 45 calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 180 calendar days thereafter.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

4 WARRANTY (IES)

Bidder will submit a copy of warranty as an attachment to bid and items delivered under this contract will also be accompanied by a copy of the warranty. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture. Copy to be submitted with bid.

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

5 CONTRACTOR PERFORMANCE

General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

6 BIDDER COMPLIANCE

The State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

7 DESCRIPTIVE LITERATURE

Please include descriptive literature identifying product bid.

8

Failure to complete the attached specification sheet may be cause to find your bid/quote non-responsive.

9

All necessary paperwork to register the unit with the Washington State Department of Licensing as a motor vehicle will be furnished at the time of delivery. This includes a “manufacturer’s statement of origin” (MSO) and Washington State title application.

10

A. The Bidder, if other than the manufacturer, shall provide a current, dated, and signed authorization from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to comply with this requirement may result in bid rejection.

B. The Bidder, if the manufacturer, shall provide a list of authorized dealers for goods ordered (this is separate from authorized repair facilities however a facility could be both). These dealers should be company-owned distributors, franchised dealers or retail outlets located throughout the state of Washington (or in immediate proximity) that will supply contract items.

11 DEALER/MANUFACTURE OPTIONS

Options provided in this bid vary by manufacture. So as not to inflate cost for options provided bidders will provide options at manufactures cost to dealer, or in cases where manufacture option cost can be discount by the dealer that price will be accepted. The State reserves the right not to award any option that appears to have an inflated cost. Manufactures cost guides for these options shall be provided with the bid. Should this information be considered proprietary bidders shall handle information as outlined in paragraph 6.12.

12

Supplier should clearly identify any material which constitutes valuable formulae, designs, drawings, and research data claimed to be exempt from public disclosure RCW 42.17.310, along with a statement of the basis for such claim of exemption. The agency will give notice to the supplier of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting supplier of any claim that such materials are, in fact, so exempt.

13 TRADE-INS

The state reserves the right to, negotiate similar items to be used as trade-ins, and withdraw the item (s) scheduled for trade-in, if trade-in value is determined not in the best interest of the state. Contractor will be allowed to provide trade-in value prior to placing of order.

14 CATALOGS AND PRICE SHEETS

Bidder or Contractor shall furnish all necessary catalogs and manufacturer's price lists published with the latest date, as required by the Contract Administrator. Failure to do so may cause bid to be rejected, or contractor to be in default of performance requirements. (See Price Sheets, Section 3.4).

15 AWARD/BID RESULTS

Upon award, notification will be sent to all participating bidders. Additional information may be obtained by reviewing the purchase file after award. Bid results will not be given over the phone.





................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download