Loading...
HomeMy WebLinkAboutStriper - Airless Pick-up Mount ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ONE (1) NEW AIRLESS PICKUP MOUNTED STIPER for HIGHWAY DEPARTMENT BID OPENING: 10:00 AM~ THURSDAY~ MARCH 16, 2000 TWO (2) BIDS WERE RECEIVED: Advanced Equipment Inc. 75 Cedarhurst Avenue Medford, New York 11763 631-698-4100 $31,500.00 Thus Inc. 458 Johnson Ave P O Box 158 Bohemia, New York 11716 631-244-8600 Add'l option $35,392.00 3,375.00 t D 'I AI ED E UIPI £NT . TEL: (631] 698-4100 FAX: [631 ) 696-0892 EMAIL: AdvancedEq@aol.com March 15, 2000 Mrs. Elizabeth A. Neville Town Clerk Southold Town Hall Main Road Southold, NY 11971 Dear Mrs. Neville, Advanced Equipment Inc. is pleased to submit this proposal to furnish (1) EZ Liner AL 120 Palletized Paint Striper. This unit is in complete accordance with the published bid specifications. Features include in the following; -Pressure compensating hydraulic systems -304 ss. stainless steel paint tanks -Variable speed hydraulic paint agitators -Hydraulic cardage lift (zinc plates) -Bead application system -3 line skipline controller -Pole gun with 25' high pressure hose -Deluxe seat with arm rests and safety belt Price delivered: Less Trade-in for Used Striper: Less Trade-in for Pick up cap: Final Price: $34,550.00 $ 3,000.00 $ 50.00 $31,500.00 Availability: 30 days If you have any questions or if I can be of further assistance please do not hesitate to call me at 631-698-4100. Robert C. Hamilton 75 CEDARHURST AVENUE * MEDFORD, N,Y 11763 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Tit~ (if any) T/~ Bid on One fl1 New Airless Pickup Mounted Striper for Highways Deportment Use AGREEMENT THIS AGREEMENT, made this day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971, hereinafter called the "Town" and, ~ ,~ ~ e~_~_(~) ~c~t~; ~e ~x ~ ~L~v~ (.' hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the of March . , 2000. NOW, TI~I~,REFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated~tt~, x_~ , 2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of .($ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charg~ of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southoid By. Jean W. Cochran, Supervisor t)~signate~Rc~senta~ive ~ e~t~c~ ~J ~'o o,.t ~ ~.G e. (Contractor) I. Intent II. General Description IH. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals II. General Specification It is the intent of these specifications to describe a self-contained palletized airless mad striping unit. The unit is to have its own power source and be capable of painting fi:om the right or let~ rear side of the truck. The striping unit shall be removable by an overhead crane, Payloader or Forklift. For this function, permanent, balanced lift points shall be installed on the unit by the vendor. The unit shall be delivered completely assembled, serviced and ready to operate. 5 TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of materiai and workmanship to the unit specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, ail items must be of a standard production model, not modified for bid purposes. In addition, the items hsted below shail be considered as part and parcel to the bid and the pmporty of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an aitemate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, coating system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shail be instrumental in substantiating compliance with this bid. Brochures ~ for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time of the bid submit both wet and dry sample of the mst preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantoe on unit shall be included at the t'unc of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory . requLrements may result in rejection of his&er bid. In the event an alternate is bid, the Town reserves the right to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. Compliance yv~ No Exception IIL Technical Specification General Unit shall be capable of applying mflectorized lines not less than 4" wide and 12 mil thickness from both the left or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system Unit shall be equipped with a pressurized tank for glass heads. Unit shall be a two-man operation (one truck driver and an operator on the rear of the unit). Due to the deshe for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be pallef~.~xl and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty ~ ton pickup. All valves are to be labeled for function and operation. FVdHIe Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. Shall be Constructed of seven gauge, five inch channel iron members with same cross members for support. 6 Compliance Yes No Unit shall be so constructed to evenly distribute the v/ weight. Shall have hooks located on the front and rear crossmember to facilitate the lifting of unit on and off of the truck. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in txuck bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers az used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Exception 7 Stand Tube A 4" diameter x 43" water-fight, leak proof tube to hold the suction hose and bleeder line tube shall be mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Expanded metal guards shall enshroud all moving belts and pulleys. Motor Mount Shall be constructed of 3/16" steel Shall be attached to frame by seven gauge, five inch channel supports. Hydraulic pump shall have adjustable mounts. Air compressor shall have adjustable mounts for tightening of the drive belts. Shall be hydraulically liffed,(specifically excluded are Pneumatic lifts) Shall be operated form the operators station Shall be raised and lowered by pulling a lever located convenient to the operator. Gun carriage shall be two-wheeled, Railing from leR rear or right rear of pickup. Forward mounted or posh-style carriages will not be acceptable. A handle shall be provided on the gun carriage. The handle shall be approximately as Wide as the carriage and equipped with two neoprene fibbed handle grips. Compliance Yes No / Exception 8 The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Compliance Yes No Shall be equipped with reversible outrigger to paint edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with sealed miler bearings. All pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. Carriage mounting bracket shall be attached to slide mechanism by lwo 1 1/8" pillow block bearings with pressure lubrication fittings. An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty ~ ton pick up. Gun mounts shall be adjustable to allow painting 2" to 12" lines with each gun. All adjustable gun mount components as well as the gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or fight side of truck for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release Pivot shall be attached to flame by means of two 1 1/8" pillow block bearings with pressure lubrication fittings. Exception 9 Carriage shall be steerable with steering wheel which is mechanically controlled, operated from left side operators station for centerline operations or right side operators station for edgeline operation. Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. Compliance Yes No Exception Carriage transport Bracket Gun carriage shall be held in transport position by a 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ting. An extension bracket for the caniage transport bracket, shall be available for use with vehicles with higher than normal bed height. Seat shall be easily moved fi'om left side to tight side of unit when switching from centerline to edgeline striping. Operator must be able to swivel seat 360 degrees. Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. The bumper brackets must be adjustable to fit different styles of pick up bumpers. The brackets on the line guide and that attach to the pick up bumper shall be zinc Plated. 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. Compliance Yes No Line guide shall be capable of be'rog lit~ed to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Shall be located beneath engine. Shall be 8" x I 1'. Shall havel" lip constructed of 1/8" steel welded to main frame. Unit shall have an 18 HP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a I ½" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main frame of the unit so it is an integral component of the fnune. Engine shall be equipped with an hour meter to facilitate servicing. Pipe extension fludl be provided on the drain out to allow oil to be easily drained. Exception 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun can/age. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall bo 2 ¼" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun carriage is to be a nylon tube with solvent resistant neoprene cover, Air rmes on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with rugged corrosion resistant brass body pushlock fittings to allow for easy replacement of air [me.. 12 volt DC, 7,6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. Compliance Yes No Exception 12 Each set of solenoids to be independently controlled from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for ragged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. Solenoids shall a pressure range of 30-125 PSI and temperature range 0 to 125 degree Fahrenheit. Solenoids shall be rated for confmuous duty and have Viton seals for solvent resistance. Unit shall be equipped with (1) 500 pound capacity ASME approved tank for storage of reflectorized glass beads. The chemical and physical pwperties of all parts shall meet requirements for the specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. Tank must be p.smanently labeled with symbol of the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASME eertifieatious to be submitted with the bid. Tank must be galvanized steel inside and outside. Tank shall have plated gaskcted head. Tank shall have safety pressure-release valve. Tank shall have a concave bottom for clean draining. It shall be complete with air regulator to adjust bead flow from 5 to 60 PSI. Compliance Yes No Exception 13 Tank also shall have a 2" minimum dial size air gauge with glass window. Tanks shall have a 75 PSI brass toggle lif~ safety valve. A manual relief valve shall be provided to release pressure when refill'rog. A low pressure ball valve shall be installed on air supply hose at pressure regulator. I" bronze ball valve shall be installed at bottom of bead tank to stop bead flow from tank. Bead manifold to divert flow of beads to individual bead supply hoses for each bead gun, shall be located at the bottom outlet of the bead tank. ~A" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI maximum at 70 degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass bead dispensing guns. Guns shall deliver glass beads at a rate of 20 pounds per minute. Guns shall be air activated. Four nozzle inserts. Shall come standard with each head gun. Guns shall not require air for atomization. Compliance ye~ No Exception 14 The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 RPM. Maximum delivery shall be 11.4 GPM. Compliance Yes No Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a-40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 W' minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. The paint supply system shall be constructed to allow for the application ofwaterbase paint. All fluid wetted plumbing shall be stainless steel unless specified otherwise in this specification. Excepti911 15 There shall be one (I) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance. An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self~. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-offvalve on the outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a 1 ½" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pre~a~ paint supply hoses and suction hose are to be grade 304 stainless steel. I ½" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. Compliance Yes No Exception 16 A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. Check valve shall be stainless steel with stainless steel spring and metal to metal seat. Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. Compliance Yes No Delivery_ Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other firings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thermoplastic cover reinforced with one braided layer brass plated steel wire of high tensile with N-PT couprmgs without spring guards. ~A" hoses fi.om paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Exception 17 There shall be three (3) 6" high-capacity, high pressure, $0 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear frame cross member behind the cart steering mechanism for accessibility for cleaning and so paint will not drip onto striper or carder vehicle. Compliance Yes ~o Unit shall be equipped with three (3) Model 570 t// Binks automatic airless spray guns Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes. Pa/nt guns shall be diaphragm air activated, requiting 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per minute. Power for the electrical system shall be provided by a 12 volt battery housed in a protective, heavy duty polypmpylene case with tie,-down strap, ExceptioP 18 Power switch shall be a two pole fused push-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. Junction blocks are shall be UL listed rated at 30 amps. Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. Shrink tubing shall be used as a protective coveting on wiring from cart junction box to the air solenoids. Cable connectors for conlrol box shall be a ragged milita~ type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal.' Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. Standardized cable color codes and connector pin assignments shall be used for interchangeability. A logic magnetic pickup sensor mounted on the two wheeled gun caniage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fah_mnheit. Operating frequency shall be a maximum I0 KHZ. The supply voltage shall be 9 to 176 VDC. Compliance Yes No Exce?i9O 19 Output cable must be integrally pored PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 ~" diameter disk to be made of ¼" steel and to be zinc plated for ease of clean up any paint overspray. Compliance Yes No Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" pnsh- button controls to begin and end skip line cycles. Controller shall employ sohd-state valve solenoid switching, having a current rating of at least three amperes for each paint valve cimuit and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" push-button controls to permit momentary shifts of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work or to match old patterns being repainted. Controller shall have a" PAIIqT ON" - "PAINT OFF" master switch to pvm,~t instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip line cycle, so that normal synchronization of the skip line shall resume when the switch is restored to" PAINT ON". Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds. Exception 21 Time correction system shall be capable of painting multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Controller shall have immunity against interference from short-wave radio transmissions, fi:om operation of 2-way communication transmission equipment, or other broadcasfmg or communications stations in the vicinity. Controller shall be housed in a sturdy conta'mer constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components, Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. The pole gun carriage storage bracket shall be zinc. The RAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. 1. Two sets of the following manuals shall be provided: a. Operating Manual Compliance Yes No Exception 22 b. Service Manual c. Parts Manual Included shall be: a. Wiring diagram, b. Valve and gauge schematic, c. A section on general guidelines for striping, d. General operating ranges, e. Maintenance record chart, f. Flushing guidelines, g. Maintenance record chart, h. Storage guidelines, i. Troubleshooting guide. V. Coating Specifications: P~ aint A. Product Description Shall have the following m'mlmum protective coatings applied: One prime coat One finish coat of paint, chrome or zinc plating or galvanifing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040-16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Unit and all components, including tanks, frame, compre,ssor, etc. Noxyde Rust Preventive Abrasion Resistant Coatingl Compliance Yes No Exception A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acD'lic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coating must be fluid apphed and cure to form a seamless robber anti-mst and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coaling must be 100% ultra-violet resistant so as not to break down as a result of long t~m~ exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and conlraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coating dry film thickness shall be 14 mil. Technical Performance Specifications: Coatings offered shall have been t~ted in the following areas. Compliance Yes No Exception 24 Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours Compliance Yes No Exception 25 Fire Resistance: Self-extinguishing High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of test'rog from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing 1 ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water Lmpaet Resistance: 90 Newtons, no damage Alkalis Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup tmek bed complete. Color black. Important Safety Note: In the interest of eliminating harmful fumes which can result from welding procedures, coating used must be free of lead, Vohtile Org/mic Compounds or any other hazardous Compliance Yes No Exception 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of the bid. 27 Compliance Ye~ No Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an alternate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The mst preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/mst preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product Warranty shall be supplied. Exception 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies (2) copies Product Warranties W~rranty Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mini liner self-propelled striper. Hay be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 P.M. Call: (516) 765-3140 in advance. 29 ~MUNIC~PAL & CrJNTRACTORS I~PMENT TRIUS inc. 458 JOHNSON AVENUE · PO BOX 158 · BOHEMIA, N. Y. 11716 631-244.8600 · FAX 631-244-8661 March 15, 2000 Elizabeth A. Neville, Town Clerk Town of Southold Town Hall 53095 Main Road Southold, NY 11971 RE: Bid for One (I) New Airless Pickup Mounted Striper Due: March 16, 2000 at 10:00 a.m. Dear Ms. Neville; In reference to the above mentioned bid, we are pleased to quote you on the following: One (1) Kelly-Creswell Model 2000-AL Airless Pickup Mounted Striper PRICE F.O.B. Southold, NY $35,692.00 Trade-Ins: · (1) Used Truck CAP · (1) 1980 Self-Propelled Striper TOTAL NET BID $ - 50.00 $ - 250.00 $35,392.00 OPTION - For your consideration One ( 1 ) Hydraulic Driven Agitator (set of 2) $ 3,375.00 DELIVERY: 45-60 Days After Receipt of Order Very truly yours, Gary Cervelli, President DESTROY NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or Its surety on any bond furnished herewith prior to the official opening of the bid. (Signed)~~ (Corporate Title) (if any) Bid on One fl) Flew Airless Pickup Mounted ,Striper for Highways Department Use OIIE (1) ~c~.~.r.Y-CRESI~LT. C,0~PAI~ tlODEL 2000-AL PRICK $35,692.00 F_.ACIt 3,375.00 EACH -50.00 -250.00 la:u.Y, c swm .- m,~w,~' · MumCs('~[ .~'MARKING EQUIPMENT P.O, BOX 309 XE~A, OHIO 45385 TE~. (513) 372-9221 FAX [513) 372-6109 LIMITED W~ Kelly-Creswell Company, Inc. warrants each new striping machine sold by us ~o be free from manufacturing defects in normal service for · period of one (I) year comm~cin$ with delivery of the machine to the original user. Our obligation under this warranty is expressly limited, at our option, to the replacement or repair at Kelly-Creswell Compare/, Xania, Oho 45385 or at the service facilliy designated by us, of such part or parts as inspected shall disclose to have been. defective, This warranty does not apply to defects caused by damage or unreasonable use (including tldlure to provide reasonable and necessary maintenance) while in the possession of the customer. WE SHALL NOT BE LIABLE FOR CONSEQUENTIAL DAMAGES OF ANY ICl'ND, including but not limited to, consequential labor costs or transportation charges in connection with the replacement of repair or defective parts. We make no warranty with respect to trade aex~'-~.,sorie~. They are subject to thc warranties of their manufi~urers. ANY IMPL. II;r~ OR STATUTORY WARRANTIES. INCLUDING ANY WARRANTY OF MERCHANTABILITY OF FITNESS FOR A PARTICULAR PLIRPOS~ ARE EXPRESSLY LIMITED TO THE DURATION OF THIS WRITTEN WARRANTY. We make no other express wan'anty, nor is anyone authorized to make any in our behalf'. AGREEMENT THIS AGREEMENT, made this __ day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971, hereinafter called the "Town" and, I~IIIS, ll~C. hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southoid accepted the proposal of the Contractor on the of March ,2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated :t/14 ,2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of ($ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold Jean W. Cochran, Supervisor B~ CAgy CI~VELLI[ TRIGS ~ II~C. (Contractor) I. Intent H. General Description HI. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals 2 TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All pa~s and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in slxength and quality of material and workmanship to the unit specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an alternate is bid, vendor shall at the time of the'bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, coatin~ system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by mean~ of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, 6r Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes aa alternate coating, shall at the rime'of the bid submit both wet and dry sample of the rust preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory . requirements may r~ult in rejeetion of hisPaer bid. 3 In the event an alternate is bid, the Town reserves the right to request a demonslxation, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. 4 II. General Specification It is the intent of these specifications to describe a self-contained palletized airless mad striping unit. The unit is to have its own power source and be capable of painting fi-om the right or left rear side of the truck. The striping unit shall be removable by an overhead crane, Payloader or Forklift. For this function, permanent, balanced lift points shall be installed on the unit by the vendor. The unit shall be delivered completely assembled, serviced and ready to operate. IlL Technical Specification Compliance Yes No Exception General Unit shall be capable of applying refleetorized lines x not less than 4" wide and 12 mil thickness fxom both the left or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system x Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one truck driver x and an operator on the rear of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty Yn ton pickup. X All valves are to be labeled for function and operation. x Fralrle Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. x Shall be Constructed of seven gauge, five inch x channel iron members with same cross members for support. Unit shall be so constructed to evenly distribute the weight. Shall have hooks located on the front and rear crossmember to facilitate the litting of unit on and offofthe truck. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in track bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Unit shall have two (2) 60-gallon capae'ity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quickiatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaueonsly. Compliance No x x x x x x x x x x Exception 7 Compliance Yes No Stand Tube x A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be x mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Expanded metal guards shall enshroud all moving x belts and pulleys. Motor Mount Shall be constructed of 3/16" steel x Shall be attached to frame by seven gauge, five inch x channel supports. Hydraulic pump shall have adjustable mounts, x Air compressor shall have adjustable mounts for x tightening of the drive belts. ~un Catriag~ Shall be hydraulically lifted.(speeifically excluded x are Pneumatic lifLs) Shall be operated form the operators station x Shall be raised and lowered by pulling a lever x located convenient to the operator. Gun carriage shall be two-wheeled, trailiag from x left rear or fight rear of pickup. Forward mounted or push-style carriage~ will not be acceptable. A handle shall be provided on the gun can'iago, x The handle shall be approx'unately as wide as the x carriage and equipped with two neoprene ribbed handle grips. Exception The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air robing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Shall be equipped with reversible outrigger to paint edgelines on either side of carriage. Compliance Yes No x x Wheels shall be 4.10/3.50 6" pneumatic tires with x sealed roller beatings. Al! pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. x Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block beatings with pressure lubrication fittings. x An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty % ton pick up. x x Gun mounts shall be adjustable to allow painting 2" to 12" lines with caeh gun. All adjustable gun mount components as well as the x gun caniage shall be zinc plated. Carriage shall be fully adjustable from left or right x side of truck for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release x Pivot shall be attached to frame by means of two I 1/8" pillow block bearings with pressure lubrication titlings. x Exception 9 Carriage shall be steerable with steering wheel YES which is mechanically controlled, operated fi.om left x side operators station for eenterline operations or right side operators station for edgeline operation. Compliance Ye~ No Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. x Carriage transport Bracket Gun carriage shall be held in transport position by a x 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. x Seat shall be easily moved fi.om left side to fight side of unit when switching from centerline to edgeline striping. x Operator must be able to swivel seat 360 degrees, x Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. x Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. x The bumper brackets must be adjustable to fit different styles of pick up bumpers. x The brackets on the line guide and that attach to the x pick up bumper shall be zinc plated. Except[oil 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. YES X Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Shall be located beneath engine. X Shall be 8" x 11". x Shall havel" lip constructed of 1/8" steel welded to x main frame. Unit shall have an 18 HP industrial/commemial grade engine with electric start, It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 ½' threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main frame of the unit so it is an integral component of the frame, Engine shall be equipped with an hour meter to x facilitate servicing. Pipe extension shall be provided on the drain out to x allow oil to be easily drained. Compliance Yes No, Exception I*OLD AGAINST BI]/~P~.R x EXCEEDS 20 BP ENGINE X X X l0 C-,ALLONS I, IITH rugh I~¥ii]., GAUGE Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. x x Compliance Yes No Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 V2" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun carriage is to be a nylon tube with solvent resistant neoprene cover. Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with ragged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. x x x x x x x x x x x Exception 12 YES Each set of solenoids to be independently controlled x from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for ragged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. x Solenoids shall a pressure range of 30-125 PSI and temperature range 0 to 125 degree Fahrenheit. Solenoids shall be rated for continuous duty and have Viton seals for solvent resistance. x Compliance Yes No x ]~xception Unit shall be equipped with (1) 500 pound capacity ASME approved tank for storage of reflcctorized glass beads. 750 POIJlqD CA~ACI'L~' The chemical and physical properties of all parts shall meet requirements for the specifications oft. he ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. x Tank must be permanently labeled with symbol of x the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASME certifications to be submitted with the bid. x Tank must be galvanized steel inside and outside, x Tank shall have plated gasketed head. x Tank shall have safety pressure-release valve, x Tank shall have a concave bottom for clean draining. x It shall be complete with air regulator to adjust bead x flow from 5 to 60 PSI. 13 YE8 Tank also shall have a 2" minimum dial size air ' x gauge with glass window. Tanks shall have a 75 PSI brass toggle lifl safety valve. A manual relief valve shall be provided to release pressure when refilling. x x Compliance Yes No A low pressure ball valve shall be installed on air . x supply hose at pressure regulator. 1" bronze ball valve shall be installed at bottom of x bead tank to stop bead flow from tank, Bead manifold to divert flow of beads to individual bead supply hoses for each bead gun, shall be x located at thc bottom outlet of thc bead tank. ~" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- x collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI maximum at 70 x degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass x bead dispensing guns. Guns shall deliver glass beads at a rate of 20 pounds x per minute. Guns shall be air activated, x Four nozzle inserts, x Shall come standard with each head gun. x Guns shall not require air for atomization, x Exception 14 YES The hydraulic pump shall be a rotary piston. pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. x Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. x Maximum operating speed shall be 3200 RPM. Maximum delivery shall be 11.4 GPM. x Compliance Yes No x Maximum pressure shall be 2000 PSI. x Hydraulic hoses shall have a-40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. x Hydraulic reservoir shall be 12 gallon capacity. X Hydraulic Reservoir shall have dip stick and color coded fill cap. x A 2 ~" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. X A hydraulic oil supply valve at the paint pump shall x be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. x The paint supply system shall be constructed to allow for thc application of waterbasc paint. x All fluid wet,.ed plumbing shall be ~tainle~q steel unless specified othor~ti~ in tl~ specificatiom x Exception 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8,6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance, An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and selftt0j.ll~l~. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-off valve on the outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a I ½" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel I ½" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. YES X X X Compliance Yes No x x x x x x x x x x x Exception 16 YES A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. x Check valve shall be stainless steel with stainless steel spring and metal to metal seat. x Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. x Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. Ail stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thcrmoplastic cover reinforced with one braided layer brass plated steel wire of high tensile with N-PT couplings without spring guards. Va" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Compliance Yes No Exception 45-60 DAYS AiRIo X X X X X X 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear frame cross member behind the cart steering mechanism for accessibility for cleaning and so paint will not drip onto striper or carder vehicle. Unit shall be equipped with three (3) Model 570 Binks automatic airless spray guns Spray g,nn shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes. Paint guns shall be diaphragm air activated, requiring 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per minute. Power for the electrical system shall be provided by a 12 volt battery housed in a protective, heavy duty polypmpylene case with fie-down strap. YES ~2 FILTERS: (1) HIGH (1) LO~ PII~$SIlRE WE FIVi~ gg~ ~ X X X' Compliance NO Exception X X x X X X X X 18 Power switch shall be a two pole fused push-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. x Junction blocks are shall be UL listed rated at 30 amps. x Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. x Compliance Yes No Shrink tubing shall be used as a protective cevering on wiring from cart junction box to the air solenoids. x Exception Cable connectors for control box shall be a ragged military type. Cable connectors shall be 19 pin quick-conneetqlisconnect plugs and receptacles designed for quick removal. x Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. x Standardized cable color codes and connector pin assignments shall be used for interehangeability. x A logic magnetic pickup sensor mounted on the two wheeled gun caniage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. x Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. x Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fahrenheit. x Operating frequency shah be a maximum 10 KHZ. x The supply voltage shall be 9 to 176 VDC. x 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 ~" diameter disk to be made of ¼" steel and to be zinc plated for ease of clean up any paint overspray. X X X 2O Compliance Yes No Timer Traffic Paint Stripe Controller shall have skip-line capability for each oftha three gun controls, each tine of which may be independently chosen for skip line, solid pa'mt line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve circuit and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" pnsh-button controls to permit momentary shiRs of patterns position while the vehicle is underway to permit adjustment ofpattem synchronization of new work orto match old patterns being repainted. Contwller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip line cycle, so that normal synchronization of the skip l'me shall resume when the switch is restored to" PAINT ON". Controller shah employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds. x x x x x x x x Exception 21 Time correction system shall be capable of pa'rating multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Controller shall have immunity against interference from short-wave radio transmissions, from operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy eonta'mer constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electxonic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil paint'mg. X Compliance yes No x x x x x x The pole gun carriage storage bracket shall be zinc. x The FAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide rmes and stenciling. Manuals 1. Two scts of the following manuals shall be provided: a. Operating Manual x x Exception 22 YES b. Service Manual x c. Parts Manual x Compliance Yes No Included shall be: a. Wiring diagram, x b. Valve and gauge schematic, x c. A section on general guidelines for x striping, d. General operating ranges, x e. Maintenance record chart, x f. Flushing guidelines, x g. Maintenance record chart, x h. Storage guidelines, x i. Troubleshooting guide, x Exception V. Coating Specifications: P, aint A. Product Description Shall have the following minimum protective coatings applied: x x One prime coat x One finish coat of paint, chrome or zinc x plating or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040-16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Unit and all components, including tanks, frame, compressor, etc. Noxyde Rust Preventive AbraSion Resistant Coating; x x x ZIEBART U-ND~COA~ING 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coat'mg must be fluid applied and cure to form a seamless robber anti-mst and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coat'mg dry film thickness shall be 14 mil. Technical Pefformanco ~pecificafions: Coatings offered shall have been tested in tho following areas. ZIEIIART UI~ERCOATING Compliance Ye~ No Exception ZIEBART UlqDERCOATIIIG UNDERCOATING ZIEIi~T UI~DF-,RCOATI3IG ZIEIt~RI Ultl)I~IgOATIItG ZIEBAIfT I]lfl)I~RCOATING ZIEBART 1911)ERCOATIttG ZIEBART UNDERCOATING ZIEBAIfT In~I)~II~OATIN6 ZIEBART UNDERCOATING ZIR~RT Iffii)RRCOATINC. Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Tempemtnre: Not less than 45 degrees on subslrate. 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours Z IEBAILT UIqDERCOATING Compliance Yes No Exception ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDI~tCOATING UNDERCOATING ZIF.1IART UNDI~OATING ZIEBART UNDERCOATI/qG g 1 F.R~RT UNDEII~JIATING ZI~-BA~ UND~.OATING ZIEBART UNDERCOATING ZIERART BIqDEII~OATING ZI~.~ART UI~ERf. OATING ZIEBART UNDER~IATING 25 Fire Resistance: Self-extinguishing ZIEBART UNDERCOATI_NG High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing I ppm ozone for 30 days Hot Water Immersion: Unaffected atter 1,000 hours immersion in 100 degrees F. water Impact Resistance: 90 Newtons, no damage Alkalis Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup ~uck bed complete. Color black. Important Safety Note: In the interest of eliminating harmful fumes which can result from welding procedures, coating used must be free of lead, Volatile Organic Compounds or any other hazardous Compliance Yes No Exception Z IEBART UNDERCOATING ZIEBART I]I~BERCX)ATIlqG ZIEBART IINDERCOATI~IG ZIEBART IJNI)ERCOATII~G ZT~.BART UNDERCOATING ZIEBARI UllDER~,OAIING ZIEBART UtiDm~C-OATI~IG ZIEBART U[qDERC, OATING ZIEBART UNDERCOATII~G 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of thc bid. 27 Compliance y¢~ No Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an alternate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The rust preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor mmst operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/rust preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied, The manufacturer's Statement of Product Warranty shall be supplied. x X ]~lce_ofio~ 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies Product Warranties (2) copies Warranty_ Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No x x Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mJn~ liner self-propelled striper. May be ~nspected att he Xigh~ay yard between the hours of 8:00 A.M. and 3:00 P.~. Call: (516) 765-3140 in advance. 29 ELIZABETH A. NEVILLE TOWN CLERK REGISTP,~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 17, 2000 Robert C. Hamilton, President Advanced Equipment, Inc. 75 Cedarhurst Avenue Medford, New York 11763 Dear Mr. Hamilton: Superintendent of Highways Raymond Jacobs has informed me that you have delivered the paint striping machine according to bid specifications. Therefore, I am returning your certified check no. 4736 in the amount of $100.00. Thank you for submitting your bid. Very truly yours, Southold Town Clerk Enclosure C E R T ! F [ ED 4736 ADVAN C ~1~ ,Lt~i~ N~I~.R i~1~ ,N R L L Y DRRNN 7s~L~R~Tv~.-RO131~RLY ENDORSED - ~-~4s 7 908655814 OZ/~2000 DATE ~/ '-- ~ - . SENDER: cerd to you. · W~te'RetumReceiptR~qu~tad'onthem~lpim~belowthearliclenumbe¢. 2. [] Restricted Deliver? Consult postmaster for fee. 4a. Ar~cle Number Z 088 ~i70 717 4b. Service Type [] Registered I~ Certified I[] Express Mail [] Insured [] Retum Receiptj~r Mercha~:ise [] COD Addresse/e's'Addre&s (Only if requested 3. Article Addressed to: Robert C. Hamilton Equipment, Inc. Advanced 75 Cedarhurst Avenue Medford, NY 11763 5. Recei~:~Pdnt Name) ~ ' pS Form 36.1,1', DecemberL1/994 ' 102595-97-B-0179 Domestic Return Receipt SOUTHOLD TOWN CLERK Z D&& qTD US Postal Service Receipt for Certified Mail No insurance Coverage Provided. Do not use for international Mail (See reverse) sent~°Robert.-C.. Hamiltoo pr Advancea~qmpmen[, /Itc. Street & Number 75 Cedarhurst Avenue Post Office, State, & ZIP Code Medfordr NY 11763 Postage $ Ceriified Fee 1. qO Speda~ Delivery Fee -- BS ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: RE: DATE: SUPERINTENDENT OF HIGHWAYS RAYMOND JACOBS ELIZABETH A. NEVILLE, TOWN CLERK ADVANCED EQUIPMENT . INC. CONTRACT APRIL 1~-, 2000 ENCLOSED PLEASE FIND A COPY OF THE FULLY EXECUTED CONTRACT BETWEEN THE TOWN OF SOUTHOLD AND ADVANCED EQUIPMENT, INC. FOR YOUR STRIPER.I AM STILL HOLDING THEIR $100.00 CHECK. PLEASE ADVISE UPON DELIVERY SO THAT I MAY RETURN IT. THANK YOU. AGREEMENT THIS AGREEMENT, made this ]C)~'~ day of ~ 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southoid, New York 11971, hereinafter called the "Town" and, hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southoid Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the ~) of March , 2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated ~, ~ , 2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of '44~/-Ow~..q4'lO~~l.,500.00) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold Je~l~ W. Cochran, Supervisor £, 2 ADVANCED EQUIPMEN Nc. TEL: (631) 698-4100 FAX: (631) 696-0892 EMAIL: AdvancedEq@aol.com March 15, 2000 Mrs, Elizabeth A. Neville Town Clerk Southold Town Hall Main Road Southold, NY 11971 Dear Mrs. Neville, Advanced Equipment Inc. is pleased to submit this proposal to furnish (1) EZ Liner AL 120 Palletized Paint Striper. This unit is in complete accordance with the published bid specifications. Features include in the following; -Pressure compensating hydraulic systems -304 ss. stainless steel paint tanks -Variable speed hydraulic paint agitators -Hydraulic carriage lift (zinc plates) -Bead application system -3 line skipline controller -Pole gun with 25' high pressure hose -Deluxe seat with arm rests and safety belt Price delivered: Less Trade-in for Used Striper: Less Trade-in for Pick up cap: Final Price: $34,550.00 $ 3,000.00 $ 5O.OO $31,500.00 Availability: 30 days If you have any questions or if I can be of further assistance please do not hesitate to call me at 631-698-4100. Robert C. Hamilton 75 CEDARHURST AVENUE · MEDFORD, N.Y. ] ] 763 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Corporate Titl~. , (if any) ~/~/~ Bid on Ope fl) New Airless Pickup Mounted Striper for Highways Department Use I. Intent II. General Description III. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals 2 II. General Specification It is the intent of these specifications to describe a self-contained pailetized airless road striping unit. The unit is to have its own power source and be capable of painting from the right or left rear side of the truck. The striping unit shall be removable by an overhead crane, Payloader or Forklif~. For this function, permanent, balanced lift points shall be installed on the unit by the vendor. The unit shall be delivered completely assembled, serviced and ready to operate. TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of material and workmanship to the unit specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an alternate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, eoat'mg system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time of the bid submit both wet and d~ sample of the rust preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in rejection of hishher bid. In the event an alternate is bid, the Town reserves the right to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. III. Technical Specification Compliance Yes No Exception General Unit shall be capable of applying reflectofized lines not less than 4" wide and 12 mil thickness from both the leR or fight sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one track driver and an operator on the rear of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all roles and regulations pertaining to use on a heavy duty ~ ton pickup. All valves are to be labeled for function and operation. FraiTle Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. Shall be Constructed of seven gauge, five inch channel iron members with same cross members for support. 6 Compliance Yes No Unit shall be so constructed to evenly distribute the t~ weight. Shall have hooks located on the front and rear crossmember to facilitate the lifting of unit on and offofthe track. Paint tanks shall be bolted to thc front of the frame. Bead tank to be held in truck bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Paint Supply Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Exception Compliance Yes No Stand Tube A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Safety Guards Expanded metal guards shall enshroud all moving belts and pulleys. Motor Mount Shall be constructed of 3/16" steel Shall be attached to flame by seven gauge, five inch channel supports. Hydraulic pump shall have adjustable mounts. Air compressor shall have adjustable mounts for tightening of the drive belts. Shall be hydraulically lif~ed.(specifically excluded are Pneumatic lifls) Shall be operated form the operators station Shall be raised and lowered by pulling a lever located convenient to the operator. Gun carriage shall be two-wheeled, trailing from left rear or right rear of pickup. Forward mounted or push-style carriages will not be acceptable. A handle shall be provided on the gun carriage. The handle shall be approximately as wide as the carriage and equipped with two neoprene ribbed handle grips. Exception 8 The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Shall be equipped with reversible outrigger to paint edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with sealed roller bearings. All pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty ~ ton pick up. Gun mounts shall be adjustable to allow painting 2" to 12" lines with each gun. All adjustable gun mount components as well as the gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or fight side of track for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release Pivot shall be attached to frame by means of two 1 1/8" pillow block bearings with pressure lubrication fittings. Compliance Ye~ No Exception 9 Carriage shall be steerable with steering wheel which is mechanically controlled, operated from left side operators station for centeriine operations or right side operators station for edgeline operation. Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. Carriage transport Bracket Gun carriage shall be held in transport position by a 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. Seat shall be easily moved from left side to right side of unit when switching from centerline to edgeline striping. Operator must be able to swivel seat 360 degrees. Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. Line Guide Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. The bumper brackets must be adjustable to fit different styles of pick up bumpers. The brackets on the line guide and that attach to the pick up bumper shall be zinc Plated. Compliance Y~ No Exception 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Battery. tray Shall be located beneath engine. Shall be 8" x 11". Shall havel" lip constructed of 1/8" steel welded to main frame. Unit shall have an 18 I-IP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 V2" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main f~ame of the unit so it is an integral component of the frame. Engine shall be equipped with an hour meter to facilitate servicing. Pipe extension shall be provided on the drain out to allow oil to be easily drained. Compliance Yes No Exception 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. Compliance Yes No Safety valve shall be stamped with official ASME ~/ modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 ~" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun carriage is to be a nylon tube with solvent resistant neoprene cover. Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with rugged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. Exception 12 Each set of solenoids to be independently controlled ~/ from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for ragged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. Solenoids shall a pressure range of 30-125 PSI and vI temperature range 0 to 125 degree Fahrenheit. Compliance yes No Solenoids shall be rated for continuous duty and have Viton seals for solvent resistance. Unit shall be equiPped with (1) 500 pound capacity ASME approved tank for storage ofreflectorized glass beads. The chemical and physical properties of all parts shall meet reqnirements for the specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. Tank must be permanently labeled with symbol of the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASME certifications to be submitted with the bid. Tank must be galvanized steel inside and outside. Tank shall have plated gasketed head. Tank shall have safety pressure-release valve. Tank shall have a concave bottom for clean draining. It shall be complete with air regulator to adjust bead flow from 5 to 60 PSI. Exception 13 Tank also shall have a 2" minimum dial size air gauge with glass window. Tanks shall have a 75 PSI brass toggle lift safety valve. A manual relief valve shall be provided to release pressure when refilling. A low pressure ball valve shall be installed on air supply hose at pressure regulator. 1" bronze ball valve shall be installed at bottom of bead tank to stop bead flow from tank. Bead manifold to dive~l flow of beads to individual bead supply hoses for each bead gun, shall be located at the bottom outlet of the bead tank. ~A" ID bead supply hoses shall be clear PVC for visual flow, reinfomed with a spring wire to be anti- collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI max'unum at 70 degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass bead dispensing guns. Guns shall deliver glass beads at a rate of 20 potmds per minute. Guns shall be air activated. Four nozzle inserts. Shall come standard with each head gun. Guns shall not require air for atomization. Compliance yes No Exception 14 Hydraulic System The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 RPM. Compliance Yes No Maximum delivery shall be 11.4 GPM. Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a-40 to 200 deg~es Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 ~" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. The paint supply system shall be constructed to allow for the application ofwaterbase paint. All fluid wetted plumbing shall be stainless steel unless specified otherwise in this specification. ~ception 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on md and cylinder parts for abrasion resistance. An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self a~usting. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-off valve on the outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a 1 V:" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel. I ~" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. Compliance Yes No Exception 16 A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. Check valve shall be stainless steel with stainless steel spring and metal to metal seat. Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. Compliance Yes No Delivery. Delivery shall be made F.O.B. within 30 days A,R.O. A one (1) day t~aining seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure bail valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thermoplastic cover reinforced with one braided layer brass plated steel wire of high tensile with NPT couplings without spring guards. ½" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Exception 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear flame cross member behind the cart steering mechanism for accessibility for cleaning and so paint will not drip onto striper or carrier vehicle. Unit shall be equipped with three (3) Model 570 Binks automatic airless spray guns Compliance Yes No Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes. Paint guns shall be diaphragm air activated, requiting 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter--changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per minute. Power for the electrical system shall be provided by a 12 volt battery housed in a protective, heavy duty polypropylene case with tie-down strap, Exception 18 Power switch shall be a two pole fused pnsh-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. Junction blocks are shall be UL listed rated at 30 amps. Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. Compliance Yes No Shrink tubing shall be used as a protective covering on wiring fi-om cart junction box to the air solenoids. Cable connectors for control box shall be a ragged military type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal.' Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. Standardized cable color codes and connector pin assignments shall be used for interchangeability. A logic magnetic pickup sensor mounted on the two wheeled gun carriage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fahrenheit. Operating fi-equency shall be a maximum 10 KHZ. The supply voltage shall be 9 to 176 VDC. Exception 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 IA" diameter disk to be made of ¼" steel and to be zinc plated for ease of clean up any paint overspray. 2o Compliance Yes No Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve circffat and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" push-button controls to pe~it momentary shifts of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work or to match old patterns being repainted. Controller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip/me cycle, so that normal synchronization of the skip Fmc shall resume when the switch is restored to" PAINT ON''. Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds. Exception 21 Time correction system shall be capable of painting multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Controller shall have immunity against interference from short-wave radio transmissions, from operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy conta'mer constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Qlm A 3' long pole gun with two wheeled carriage and 25' of high pressure paim hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. The pole gun carriage storage bracket shall be zinc. The RAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. Manuals 1. Two sets of the following manuals shall be provided: a. Operat'mg Manual Compliance Yes No Exception 22 b. Service Manual c. Parts Manual Included shall be: a. Wiring diagram, b. Valve and gauge schematic, c. A section on general guidelines for striping, d. General operating ranges, e. Maintenance record chart, f. Flushing guidelines, g. Maintenance record chart, h. Storage guidelines, i. Troubleshooting guide. V. Coating Specifications: Paint A. Product Description Shall have the following minimum protective coatings applied: One prime coat One finish coat of paint, chrome or zinc plating or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040-16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Unit and all components, including tanks, frame, compressor, etc. Rust Preventive Abrasion Resistant Coating: Compliance Yes No Exception 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coating must be fluid applied and cure to form a seamless robber anti-rust and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. {Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coating dry film thickness shall be 14 mil. Technical performance Specifications: Coatings offered shall have been tested in the following areas. Compliance Yes No Exception 24 Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48°72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. Primer: 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours Compliance Yes No Exception 25 Fire Resistance: Self-extinguishing High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing 1 ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 1 O0 degrees F. water Impact Resistance: 90 Newtons, no damage Alkalis Resistance: 0 Resists 100~A against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup truck bed complete. Color black. Important Safety Note: In the interest of eliminating harmful fumes which can result from welding procedures, coating used must be free of lead, Volatile Organic Compounds or any other hazardous Compliance Yes No Exception 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of the bid. 27 Compliance Ye~ No VI. Ven i i ' Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an altemate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The mst preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full serdce facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/mst preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product Warranty shall be supplied. Exception 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies (2) copies Product Warranties Warranty_ Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mini liner self-propelled striper. May be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 Call: (516) 765-3140 in advance. 29 ELIZABETH A. NEVILLE TOWN CLERK REGISTP~AR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD April 3, 2000 Robert C. Hamilton, President Advanced Equipment, Inc. 75 Cedarhurst Avenue Medford, New York 11763 Dear Mr. Hamilton: The Southold Town Board at their regular meeting held on March 28, 2000 awarded you the bid for the "New Airless Paint Striper" for Highway Department use. A certified copy of this resolution is enclosed. Your certified check in the amount of $100.00 will be returned to you upon delivery of the equipment. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures cc: Superintendent Jacobs ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE .TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON MARCH 28. 2000: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Advanced Equipment, Inc. for supplying the Southold Town Highway Department with one (1) new airless pickup-mounted striper, at a cost of $31,500.00, all in accordance with bid specifications, and the approval of the Town Attorney. · N&ville Southold Town Clerk March 28. 2000 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD CERTIFIED MAIL RETURN RECEIPT REQUESTED April 3, 2000 Gary Cervelli, President Trius, Inc. 458 Johnson Avenue Post Office Box 158 Bohemia, New York 11716 Dear Mr. Cervelli: The Southold Town Board at their regular meeting held on March 28, 2000 awarded the bid for the "New Airless Paint Striper" for Highway Department use to the lowest bidder, Advanced Equipment, Inc. A certified copy of this resolution is enclosed. Your certified check no. 203092 in the amount of $100.00 is enclosed. Thank you for submitting your bid. Very truly yours, m....~_.L . Neville( n Clerk !el=MIlleR: I ~. ~ary CerveUi le.~T~ on Ave. Boh~ia, NY 11716 ~6. 2O3092 ,- DOLLARS ELIZABETH A. NEVILLE TOWN CLERK REGISTI~&R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORM~.TION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON MARCH 28. 2000: RESOLVED that the Town Board of the Town of Southold hereby authorizes the establishment of the following Capital Project in the 2000 Capital Budget: Capital Project Name: Fa nt Striping Machine Financing Method: Transfer from Highway Fund Whole Town Budget: Revenues: H.2650.00 H.5031.12 Trade In Allowance Interfund Transfers $ 3,050.00 31,500.00 Appmoriations: H.5130.2.100.100Machinery Capital Outlay Other Equipment Paint Striping Machine $34,550.00 A. bleville Southold Town Clerk March 28, 2000 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ONE (1) NEW AIRLESS PICKUP MOUNTED STIPER for HIGHWAY DEPARTMENT BID OPENING: 10:00 AM~ THURSDAY, MARCH 16~ 2000 TWO (2) BIDS WERE RECEIVED: Advanced Equipment Inc. 75 Cedarhurst Avenue Medford, New York 11763 631-698-4100 $31,500.00 Thus Inc. 458 Johnson Ave P O Box 158 Bohemia, New York 11716 631-244-8600 Add'l option $35,392.00 3,375.00 MUNICIPAL & CONTRACTORS' PMENT TRIUS inc. 458 JOHNSON AVENUE * PO BOX 158 o BOHEMIA, N.Y. 11716 631-244'8600 ° FAX 631-244'8661 March 15, 2000 Elizabeth A. Neville, Town Clerk Town of Southold Town Hall 53095 Main Road Southold, NY 11971 RE: Bid for One (1) New Airless Pickup Mounted Striper Due: March 16, 2000 at 10:00 a.m. Dear Ms. Neville; In reference to the above mentioned bid, we are pleased to quote you on the following: One (1) Kelly-Creswell Model 2000-AL Airless Pickup Mounted Striper PRICE F.O.B. Southold, NY $35,692.00 Trade-Ins: · (1) Used Track CAP $ - 50.00 · (1) 1980 Self-Propelled Striper $ - 250.00 TOTAL NET BID $35,392.00 OPTION - For your consideration One (1) Hydraulic Driven Agitator (set of 2) $ 3,375.00 DELIVERY: 45-60 Days After Receipt of Order Very truly yours, Gary Cervelli, President GC:mn NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on One {1) New Airless Pickup Mounted Striper for Highways Department Use ONE (1) KELL¥-CRES#ELL COI~PANY ~IODEL 2000-AL PRICE $35,692.00 EACH OPTION: FOR YOUR CONSIDERATION Ol~ (1) HYDRAULIC DRIVE~ AGITATOR TRADE-INS: (1) USED TRUCK CAe (1) 1980 SELF PROPE~.LP.~ STRIPER P1L~CE $ 3,375.00 EACH $ -5o.oo $ -25o.oo ZONE-MARKING EQUIPMENT_ TEl, (~13) 372-9221 FAX (.513) 372-8109 LIMITED WAI~,ANTY Kelly-Creswell Company. Inc. warrants each new striping machine sold by us to be free from manu~cturing defects in non,al service for a period of one (I) year conunencin$ with d¢livenff of the machine to the original user. Our obligation under this warranty is expressly limited, at our option, to the replacement or repair at Kelly-Creswell Company, Xenia, Oho 45385 or at the service facility de~nated by us, of such pm't or parts as inspected shall disclose to have been defer-tire. This warranty does not apply to defects caused by damage or unreasonable use (including failure to provide reasonable and nec. e~aty maintenance) while in the posaesslon of the customer. WE SHALL NOT BE LIABLE FOR CONSEQUENTIAL DAMAGES OF ANY KIND, includin~ but not limited ;o, consequential labor costs or transportation charges in connection with the replacement of repair or defective parts. We make no warran~ with respect to trade accessories. They ar~ subject to the warranties of their rnanur~turer~, ANY IIVlPLIP. D OR STATUTORY WARR. ANT~S, INCLUDING ANY WARRANTY OF MERCHANTABILITY OF FITNESS FOR A PARTICULAR PURPOSE, ARE EXPRESSLY LIMITED TO THE DUP, ATION OF THIS WRITTEN WARRANTY. We make no other e~press warrant,, nor is anyone authorized to make any in our behalf. AGREEMENT THIS AGREEMENT, made this __ day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southoid, New York 11971, hereinafter called the "Town" and, hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the of March ,2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated 3/14 ,2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of ($ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold By¸ Jean W. Cochran, Supervisor By ~-~ ~ ~ GARY (~ERVELLI /Designed R~xt~entative 'I'RIUS a, INC. (Contractor) 2 I. Intent II. General Description III. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of material and workmanship to the unit specified herein. The trait shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an alternate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, coating system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time'of the bid submit both wet and dry sample of the mst preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in rejection of his/her bid. In the event an alternate is bid, the Town reserves the right to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. 4 II. General Specification It is the intent of these speciltcations to describe a self-contained palletized airless road striping unit. The unit is to have its own power source and be capable of painting fi.om the right or lelt rear side of the truck. The striping unit shall be removable by an overhead crane, Payloader or Forldil't. For this function, permanent, balanced lilt points shall be installed on the trait by the vendor. The trait shall be delivered completely assembled, serviced and ready to operate. 5 III. Technical Specification Compliance Yes No Exception General Unit shall be capable of applying refiectorized lines x not less than 4" wide and 12 mil thickness from both the leR or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system x Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one truck driver x and an operator on the rear of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty Vn ton pickup. X All valves are to be labeled for function and operation. X Franle Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. X Shall be Constructed of seven gauge, five inch x channel iron members with same cross members for support. Unit shall be so constructed to evenly distributc thc weight. Shall have hooks located on the front and rear crossmember to facilitate the lifting of unit on and off of the truck. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in track bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Compliance Yes NO x x x x x x x x x x Exception Compliance Yes No Stand Tube x A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be x mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Safety Guards Expanded metal guards shall enshroud all moving x belts and pulleys. Motor Mount Shall be constructed of 3/16" steel x Shall be attached to frame by seven gauge, five inch x channel supports. Hydraulic pump shall have adjustable mounts, x Air compressor shall have adjustable mounts for x tightening of the drive belts. Gun Carriage Shall be hydraulically lifted.(speeifically excluded x are Pneumatic lifts) Shall be operated form the operators station x Shall be raised and lowered by pulling a lever x located convenient to the operator. Gun carriage shall be two-wheeled, trailing from x left rear or right rear of pickup. Forward mounted or push-style carriages will not be acceptable. A handle shall be provided on the gun carriage, x The handle shall be approximately as wide as the x carriage and equipped with two neoprene ribbed handle grips. Exception The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Compliance Yes No X Exception Shall be equipped with reversible outrigger to paint x edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with x sealed roller beatings. All pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. X Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block beatings with pressure lubrication firings. X An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty ~A ton pick up. X Gun mounts shall be adjustable to allow painting 2" x to 12" lines with each gun. All adjustable gun mount components as well as the x gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or right x side of truck for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release X Pivot shall be attached to frame by means of two I 1/8" pillow block bearings with pressure lubrication fittings. X 9 YES Carriage shall be steerable with steering wheel which is mechanically controlled, operated from left x side operators station for centerline operations or right side operators station for edgeline operation. Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. Compliance Yes No x Exception Carriage transport Bracket Gun carriage shall be held in transport position by a x 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. X Seat Support Bracket Seat shall be easily moved from left side to fight side of unit when switching from centerline to edgeline striping. x Operator must be able to swivel seat 360 degrees, x Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. X Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. X The bumper brackets must be adjustable to fit different styles of pick up bumpers. X The brackets on the line guide and that attach to the x pick up bumper shall be zinc plated. 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. YES X Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Battery_ tray Shall be located beneath engine, x Shall be 8" x 11". x Shall havel" lip constructed of 1/8" steel welded to x main frame. Unit shall have an 18 HP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 ¼" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main frame of the unit so it is an integral component of the frame. Engine shall be equipped with an hour meter to x facilitate servicing. Pipe extension shall be provided on the drain out to x allow oil to be easily drained. x Compliance Yes No Exception x FOLD AGAINST BIOIqPER X EXCE~)S 20 lip EtlGIIIE X X X 10 GALLONS WITH FUEL LEVEL GAUGE X 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. YES X X X Compliance Yes No Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 ½" diameter minimum. Gauge shall be visible fi-om either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. X X X X X X Air supply hose to gun carriage is to be a nylon tube x with solvent resistant neoprene cover. X X X Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with ragged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. X A separate air solenoid shall be supplied for each individual gun. Exception 12 YES Each set of solenoids to be independently controlled x from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for ragged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. x Solenoids shall a pressure range of 30-125 PSI and temperature range 0 to 125 degree Fahrenheit. Solenoids shall be rated for continuous duty and have Viton seals for solvent resistance. x Compliance x Exception Bead Supply System Unit shall be equiPped with (1) 500 pound capacity ASME approved tank for storage ofreflectorized glass beads. EXCEgDS - 750 POIJI, ID CAPACIIY The chemical and physical properties of all parts shall meet requirements for the specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. x Tank must be permanently labeled with symbol of x the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASME certifications to be submitted with the bid. x Tank must be galvanized steel inside and outside, x Tank shall have plated gasketed head. x Tank shall have safety pressure-release valve. x Tank shall have a concave bottom for clean draining. x It shall be complete with air regulator to adjust bead x flow fi'om 5 to 60 PSI. 13 Tank also shall have a 2" minimum dial size air gauge with glass window. Tanks shall have a 75 PSI brass toggle lift safety valve. A manual relief valve shall be provided to release pressure when refilling. ' x x x Compliance Y¢~ No A low pressure ball valve shall be installed on air ' x supply hose at pressure regulator. l" bronze ball valve shall be installed at bottom of x bead tank to stop bead flow fi.om tank. Bead manifold to divert flow of beads to individual head supply hoses for each bead gun, shall be x located at the bottom outlet of the bead tank. 3/4" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- x collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI maximum at 70 x degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass x bead dispensing guns. Guns shall deliver glass beads at a rate of 20 pounds x per minute. Guns shall be air activated, x Four nozzle inserts, x Shall come standard with each head gun. x Guns shall not require air for atomization, x Exception 14 Hydraulic System The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 RPM. Maximum delivery shall be 11.4 GPM. Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a-40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 ½" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. The paint supply system shall be constructed to allow for the application ofwaterbase paint. All fluid wetted plumbing shall be stainless steel unless specified otherwise in this specification. YES X X X Compliance Yes No X X X X X X X X X X Exception 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance. An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self adjusting. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-off valve on the outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a 1 V2" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel. 1 ¼" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. YI~S X X Compliance Yes No X X X X X X X X X X X Exception 16 ¥E$ A hi[h-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. x Check valve shall be stainless steel with stainless steel spring and metal to metal seat. x Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. x Delivery_ Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thermoplastic cover reinforced with one braided layer brass plated steel wire of high tensile with N-PT couplings without spring guards. %" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Compliance Yes No Exception 45-60 nAYS MR/O X X X z 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear flame cross member behind the cart steering mechanism for accessibility for clean'mg and so paint will not drip onto striper or can/er vehicle. Unit shall be equipped with three (3) Model 570 Binks automatic airless spray guns Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes. Paint guns shall be diaphragm ak activated, requiring 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per minute. Power for the electrical system shall be provided by a 12 volt battery housed in a protective, heavy duty polypropylene case with tie-dom strap. YES (1) LO~ PRESSURE I~E FILIER BEFORE ~ Atcr~.R PIJ14P X X Compliance Yes No Exception X x X X X X X 18 Power switch shall be a two pole fused push-pull switch. YES TOGGLE SI~ITClt Wiring harness for electrical system shall follow standardized cable color coding. X Junction blocks are shall be UL listed rated at 30 amps. X Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. X Shrink tubing shall be used as a protective covering on wiring from cart junction box to the air solenoids. Compliance Yes No X Exception Cable connectors for control box shall be a ragged military type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal. X Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. X Standardized cable color codes and connector pin assignments shall be used for interchangeability. X A logic magnetic pickup sensor mounted on the two wheeled gun carriage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. X Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. X Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fahrenheit. X Operating frequency shall be a maximum 10 KHZ. x The supply voltage shall be 9 to 176 VDC. X 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 ½" diameter disk to be made of ¼" steel and to be zinc plated for ease of clean up any paint overspray. YES X X X 2O Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve circuit and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" push-button controls to permit momentary shifts of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work or to match old patterns being repainted. Controller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip line cycle, so that normal synchronization of the skip line shall resume when the switch is restored to" PAINT ON''. Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds. Compliance Yes No X X X X X X X X Exception 21 Time correction system shall be capable of painting multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Controller shall have immunity against interference from short-wave radio transmissions, from operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy container constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. YES x Compliance Yes No X X X x x x The pole gun carriage storage bracket shall be zinc. X The RAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. Manuals 1. Two sets of the following manuals shall be provided: a. Operating Manual x x x Exception 22 YES b. Service Manual x c. Parts Manual x Compliance Yes No Included shall be: a. Wiring diagram, x b. Valve and gauge schematic, x c. A section on general guidelines for x striping, d. General operating ranges, x e. Maintenance record chart, x f. Flushing guidelines, x g. Maintenance record chart, x h. Storage guidelines, x i. Troubleshooting guide, x Exception V. Coating Specifications: Paint A. Product Description Shall have the following minimum protective coatings applied: x x One prime coat x One finish coat of paint, chrome or zinc x plating or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040-16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Areas to be coated Unit and all components, including tanks, frame, eomp~ssor, etc. Noxyde Rust Preventive Abrasion Resistant Coating: x x x ZIEBART UNDERCOATING 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water diSPersed polymers. Coating must be fluid applied and cure to form a seamless rubber anti-mst and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must ~ to a smooth texture. Coating dry film thickness shall be 14 mil. Technical P0rformane~ Specifications: Coatings offered shall have been tested in the following areas. ZIEBART UNDERCOATING Compliance Yes No Exception ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBARTUNDERCOATING ZIEBART UNDERCOATING ZIEBAKT UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING 24 Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. Primer: 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours ZIEBART UNDERCOAIING Compliance Yes No Exception ZIEBAR~ UNI)ERCOATI}IG ZIEBART IlNDER~OATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEIi/~T UNDERCOATING ZIEBARTUNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBARTUNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING 25 Fire Resistance: Self-extinguish'mg ZIEBART UNDERCOATING High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing 1 ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water Impact Resistance: 90 Newtons, no damage Alkalis Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup truck bed complete. Color black. Important Safety Note: In the interest of eliminat'mg harmful fumes which can result fxom welding procedures, coating used must be free of lead, Volatile Organic Compounds or any other hazardous Compliance Yes No Exception ZIEBART BttDERCOA~ING ZIEIk~.~ IiNDERCOA~ING ZIEBART UNDERCOATING ZIEBAR~ UNDERCOATING ZIEBART UIqDERCOATING ZIEBARTUlqDERCOATING ZIEB~RI UNDERCOATING ZIEBARTUNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING 26 materials as evidenced by MSDS/OSHA Form 174 to be submittcd at the time of the bid. Compliance Yes No Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an altemate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The rust preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/mst preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product Warranty shall be supplied. x x Exception 28 Product Warranties Warranty. VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies (2) copies Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Ye~ No X X Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mini liner self-propelled striper. May be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 P.M. Call: (516) 765-3140 in advance. 29 MARK 40D SKIPLINE CONTROLLER The Kelly-Creswell Mark 40D Electronic Skipline Controller is designed for the professional striper. Using the latest microprocessor technology, the Mark 40D is rich in features, yet simple to oper- ate. Constructed using only the highest quality components, the Mark 40D is designed to endure the harsh striping environment and provide yeors of reliable service. The Mark 40D can control up to four paint and bead guns or use two in conjunction to control up to eight guns. Due to this versatility, the unit is ideal for large truck mounted stripers, but also smaller ride-on stripers and pick-up mounted stripers. Features include: · Bright 32 character digital LCD display · Advanced/retard with Posi-Cycle · Single switch auxiliary paint/skip cycle · Automatic calibration · Speedometer/odometer · Programmable pattern changes (4 modes) · Metric or U.S. measurements and display · Operator-friendly, menu driven programming · Heavy duty military specifications components · Non-volatile memory - no batteries required · Optional digital footage counters I: Dis! I"l~ld],JF: II: I I,*~irl ,~llaHI I II :~ I i M IIi ' I,~, I, ~ I~ I ; ( t q,r;!iiJilt [I l:J'll ,I ,C III II~llllffllllllll/lll IIII I I MODEL 2000-AL AIRLESS PICKUP MOUNTED STRIPER The Kelly-Creswell Model 2000-AL Airless Pickup Mounted Striper is an ideal unit for contractors, municipalities and airports that need the speed, performance and features of an airless truck-mounted stdper at an economical cost. The Model 2000-AL is a completely self-contained striper de- signed to slip into the bed of a 3/4 ton pickup or other small truck. The unit may be easily removed allowing the pickup to be used for other purposes. The unit may be run by a single operator. Standard features of the Model 2000-AL include: easy-swing gun carriage with rack and pinion steering for center-lining and edgelining, two automatic aidess striping guns with reversible tips, heavy duty 9.2 gpm hydraulic piston paint pump, two 60 gallon zero-prassure paint tanks, cleaning system, electronic gun and skipline control, large 13.2 cfm displacement compres- sor, 20 hp all cast-iron electdc start engine, 750 pound glass bead dispensing equipment with two automatic bead gu ns, and pneumatic cardage lift for efficient movement between job sites. A vadety of options and other configurations are available upon request. Like all Kelly-Craswell products, the Model 2000-AL is constructed using only the highest quality components, ensur- ing many years of excellent service and performance. For all your striping equip- merit needs, count on Kelly-Creswell ~ namethat has defined stdping since 1937. Two 60 Gallon Paint Tanks and 15 Gallon Solvent Reservoir Type Airless Pump 750 lb GJas; Bead Heavy Duty 5" Channel Frame with Lifting Lugs SPECIFICATIONS FRAME: 4' wide x 10'long 7 gauge 5'iron steel platform with cross members for suppoft; lithng lugs; skid resistant floor plata; adjustable clevis designed to bolt to a standard step bumper. MATEfllAL CONTNNERS: Three compartmest, zero-pressu re, etect rica~ly weibed tank consist- ing of two (2} 60 gallon paint tanks and one (1) 15 gallon solvent reservoir equipped with minimum 12' square lids w~ solvent resistant gaskets. The tanks shall be constructed of 11 gauge steel and electrically welded at all joints. Each paint compartment valved atthe tank outlet with rigid pipa and valves to allow separate or simultaneous use. The solvent tank sbeH be valved to a~low the introduction of cleaning soluDon to the pump. paint lines and gu ns. COMPRESSOR: Two cylinder, cast iron, single stage, air-cooled 13.2 dm displa~ment at 900 rpm at 10O psi with automatic unloader unit mouriteq for easy access and maintenance ENGINE: Twenty horsepower industrial/commercial grade, cast iron, gasoline engine equipped w~ 12 volt, 15 amp electronic igng~on and battery HYDRAULIC SYSTEM: Oedioatad pressure-compensating piston pumpforthe paint pumpwith 18 gallon hydraulic reservoir wdh oil cooler and canister type ~urn line filter, Gener~es 12 gallons per minute at 2000 psi at 2700 rpm mounted on an overhung Icad adapter. Optional second gear type pump shall be used for optional hydraulic paint tank agitators and/or power steering. AIRLESS PAINT PUMP: Hydraulically ddven, piston type pump capable of delivering 9.2 gpm and a maximum dischange pressure of 2,000 psi. Pump piston and sleeve constructed of stainless steel and chrome plated for maximum corrosion and abrasion resistance. PAINT FILTRAtiON: At paint tank outlet, one (1) iow pressure "Y" strainer with 20 mesh stairdess steel removable, reusable screen whh 1/3Z' openings. At pump outlet, two (2) high pressure filters wgh removable, reusable 30 mesh staietess steel screens. GUN CARRIAGE: Movable from left to dght side ct vehicle w~thout using tools. Elactricaily welded, all steel parallel scissor type construction equipped with one 3.00 x 5 all-pneumatic swivelwheel and pneumatic air cylinder to automatically raise and lower the spray gun carriage. The air cylinder shall be adjustable in 2" increments for a span of 8" to accommodate different height truck beds. A pin and lock system shall be provided to lock the carriage in the up position for safe over-the-road travel. The spray gun carnage shall be fully adjustable to allow painting of 2" to 12" lines for each paint gun. KELLY-CRESWELL Company, Inc. Box 309 · Xenia, Ohio 45385 Phone: (513) 372-9221 Fax: (513) 372-8109 SPRAYGUNS: Equippeqwithtwo ',2) pill)irqL ir i ~.' I steel fluid champer with revereible clea i ]ti] BEAD DISPENSING EQUIPMENT: Tv, 3 2) ;~ t ~0 I , capacitypressurebeadguns7501)ourd a;a;i eaJt' assembiy, airpressure regulat)r pauge p~ po' ~ I, cji steel skirt electronic intermittant line/timer roechali m',il include automaticadvance/retard ma..!t~] changa, set f-tast diagnoetics, men u d dw! r :alih to mount unit at the rear operator's posilici ~ or ri, 611c ! i i i retained settings regardless CONTROLPANEL: Rear mountedcontrcl: ~nel, :~ s.~i) ~ i position. Control panel equipped with ret ~ct~e s I~ no: [ COntrol,highpressureregulatarforpaintlpu n9 ;) H )lj r I ~ system. GUIDEASSEMBLY: Removable.front b m ~nr-r 'L rte:. of tubular steel. OPTIONS: · Silardess stael tanks and plumbrdg , DJ ~ · Hand paint and bead guns , Cu ~ · Hydraulic paint agKation with remo':e conD it ,Part · Additional paint and bead guns , Ad:: · Dual paint pump assembly tuI / [ · Digital footage counters f0t ~ Imlll IIIIIII IIII II I $10.00 Non-refundable Fee f~ Bid Spec.'; BID ON ONE (1) NEW AIRLESS PICKUP MOUNTED STRIPER FOR HIGHWAY DEPARTMENT BID OPENING DATE: 10:00 A.M.. THURSDAY. MARCH 16. 2000 Company Name & Contact Person Address Telephone ~ Fax Numbers 1. 3/9 Advanced Equipement Inc., 75 Cedarhurst AVe., Medford, NY 11953 Phone 631-698-4100 Fax 696-0892 2. 3/10 Trius, Inc., 458 Johnson Ave., Bohemia, NY 11716 631-244-8600 Fax 244-866~ Paul Mitchell o 10. LEGAL NOTICE NOTICE TO ~IDDESS NOTICE IS HERESY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One (1) New Airless Pickup Mounted Striper for use by the Southold Town Highway De- partment. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, 53095 Main Road, Southold, New York 11971 for a non- refundable fee of $10.00. The sealed bids, together with a Non-Collusive Bid Certificate and bank draft or certified check in the amount of $100.00, will be received by the Town Clerk, at the Southold Town Hall. 53095 Main Road, Southold, New York, until 10:00 A.M. Thursday, March 16, 2000, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on One (1) New Airless Pickup Mounted Striper", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, feder- al, state, or local from which the Town of Southold is exempt, Dated: Februa[l* 29, 2000 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK 1230-1TM9 STATE OF NEW YORK) )SS: COUNTY OF SUFFer. K) . ~.]~C~I~ ~-, ~AJ(t{~ of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for ~ weeks succes- sively; ~:ommerJcing on the c~ +~, day of t'-./~ ~' (' J~ 20 O0 ( }~Principal Clerk Sworn to before me this ~/~t. day of //¥[(Z/~'~/~ 2000 Cornrntssi0n Expires Oecemb~." 2CT~) I FR.EEDO~ Ole INFOR~M~ATIO~4 OFFICE OF THE TOWN CLERK TOWI~ OF SOUTHOLD FAX TRAN.~MI TTAL TO: FROM: DATE: <'CONSTRUCTION INFO - 800 962-0S~I~ DODGE REPORTS 293-5qS6 (Tele. 293-9213] Daffney BROWN'S LETTERS 2qq~9576 (Tele. Zalq-9818 AmeJia) BURRELLJE'S INFORMATION 800 $~qo3329 I[Tele 973 S92-G&01a) Cheryl OAT& CONSTRUCTION 888 23zTggal (Tele 900 395 l~O0,Ext 115 Nancy] :I~ETT~ NE~flLLt% SOUTHOJ.D '[OWN CL~R~ $16 za~61q$ (Fax Number) RE: :",BIDS" ADVERTISEMENT/PUBLICATiON Number of Pag.es (including Darer):, ,, if total transmittal is not received, pleas~ call ($16)7{i5-1800. ~ENTS: PI FASE PUBLISH THE I;OI2LO~rINC DESCRIBED BID IN YOUR ~BLI~TION A~ YOUR ~RLI~T CONVENIENCE: O~ (I) Ne~ Airl~s ~ckup ~nt~ Strict ~r High~ay ~t use. Please a~.nowleOge rec~pt of this information, by signing belol~ anddreturnlnsi a faxed cop}, to me at 5;16 765-~Iq~, Attention: Betty Neville. That~k y~u.. [~001 07/03 'Off TUE 15:50 FAX 516 765 6145 SOUTHOLD CLERK TX/RX NO INCOMPLETE TX/RX TRANSACTION OK ERROR MULTI TX/RX REPORT 1241 [, 1812935456 l* 1512449576 la: 16118005243329 [, 17118882329941 [, 32118009620544 Dodge Reports Brown's Letters Burrelle's Info Data Construct Construct. Info. REGISTP,.~I OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION oFFICER Town Hall, 58095 M~in Pmad P.O. Box 1179 Southold. New York 11971 Fax ($1~) 765-&145 Telephone (516) 765-1800 OFFICE OF TI-IE TOWN C;.ERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: FROM: ,:CONSTRUCTION INFO - 800 962-05q4 DODGE REPORTS 293-5456 (Tele. 293-9213) Daffney BROWN'S LETTERS 244-9576 (Tele. 2zl4-9818 Amelia) BURRELLE'S INFORMATION 800 524-3329 [Tele 973 992-66001 Cheryl DATI[ CONSTRUCTION 888:232rDg41 (Tele 900 395 1400,Ext 115 Nancy) ._BETTY NEylLLE. S_OUTHOLD TOWN CLERK_ 516. 76.5.-61Q5 (Fax Number) DATE: _~lTtoa RE: :qB.IDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 2 If total transmittal is not received, please c~ll [516)765-1800. COMMENTS: PLEASE PUBLISH THE FOI~LOWING DESCRIBED BID IN YOUR PUBLICATION AT YOUR EARLIEST CONVENIENCE: One (1) New Airless Pickup Mounted Striper for Highway Department use. ELIZABETH A. NEVII,I.E TOWN CLERK REGISTRAI~ OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-61~5 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: FROM: DATE: DODGE REPORTS 293-5q56 {Tele. 293-9213} Daffney BROWN'S LETTERS 2q&-9576 {Tele. 2~-9818 Amelia) BURRELLE'S INFORMATION 800 52q-3329 {Tele 973 992-6600} Cheryl DAT~ CONSTRUCTION 800 395-1162 (Tele 900 395 lq00,Ext 115 Nancy} ,,BETTY NEVILLE, SOUTHOLD TOWN CLERK 516 765-61a5 {Fax Number} RE: "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): If total transmittal is not received, please call {516)765-1800. COMMENTS: PLEASE PUBLISH THE FOLLOWING DESCRIBED BID IN YOUR PUBLICATION AT YOUR EARLIEST CONVENIENCE: Please acknowledge receipt of this information, by signing below and,~returning a faxed copy to me at 516 765-6~i5, Attention: Betty Neville. Thank you. Received By Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One (1) New Airless Pickup Mounted Striper for use by the Southold Town Highway Department. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, 53095 Main Road, Southold, New York 11971 for a non-refundable fee of $10.00. The sealed bids, together with a Non-Collusive Bid Certificate and bank draft or certified check in the amount of $100.00, will be received by the Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, March 16, 2000, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and ail informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on One (1) New Airless Pickup Mounted Striper~' , and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local from which the Town of Southold is exempt. Dated: February 29, 2000 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON March 9, 2000 OF PUBLICATION TO ELIZABETH A. PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Highway Superintendent Jacobs Dodge Reports Brown's Letters Burrelle's Information Services Data Construction Construction Information Town Clerk's Bulletin Board AND FORWARD ONE (1) AFFIDAVIT NEVILLE, TOWN CLERK, TOWN HALL, STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 6th day of March 201J0 she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, _Southold Town Hall, 53095 Main Road, Southold, New York. Legal Notice - Legal Notice to Bidders for One (1) New Airless Pickup Mounted Striper for Use by the Southold Town Highway Department - Bid Opening Date: 10:00 A.M., Thursday, March 16, 2000. ~/Ellzab~ Southold Town Clerk Sworn to before me this 6th day of March , 2001~. Notary' Public ELIZABETH A. NEVILLE TOWN CLERK t~EGISTR,A~ OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOI:LM. ATION OFFICER Town Hail, 53095 Main Road P~O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ONE (1) NEW AIRLESS PICKUP MOUNTED STIPER for HIGHWAY DEPARTMENT BID OPENING: 10:00 AM~ THURSDAY, MARCH 16~ 2000 TWO (2) BIDS WERE RECEIVED: Advanced Equipment Inc. 75 Cedarhurst Avenue Medford, New York 11763 631-698-4100 $31,500.00 Trius Inc. 458 Johnson Ave P O Box 158 Bohemia, New York 11716 631-244-8600 Add'l option $35,392.00 3,375.00 E UIPI ENT . TEL: (631) 698-4100 FAX: (631) 696-0892 EMAIL: AdvancedEq@aol.com March 15, 2000 Mrs. Elizabeth A. Neville Town Clerk Southold Town Hall Main Road Southold, NY 11971 Dear Mrs. Neville, Advanced Equipment Inc. is pleased to submit this proposal to furnish (1) EZ Liner AL 120 Palletized Paint Striper. This unit is in complete accordance with the published bid specifications. Features include in the following; -Pressure compensating hydraulic systems -304 ss. stainless steel paint tanks -Variable speed hydraulic paint agitators -Hydraulic carriage lift (zinc plates) -Bead application system -3 line skipline controller -Pole gun with 25' high pressure hose -Deluxe seat with arm rests and safety belt Price delivered: Less Trade-in for Used Striper: Less Trade-in for Pick up cap: Final Price: $34,550.00 $ 3,000.00 $ 50.00 $31,500.00 AvailabiliW: 30 days If you have any questions or if I can be of further assistance please do not hesitate to call me at 631-698-4100. rely, / Robert C. Hamilton 75 CEDARHURST AVENUE , MEDFORI~, N.Y: .11763 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) any) T/~ Bid on One (1} New Airless Pickup Mounted Striper for Highways Department Use AGREEMENT THIS AGREEMENT, made this __ day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southoid, New York 11971, hereinafter called the "Town" and, hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the of March . , 2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated~ ~_~ , 2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of .($ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold By. Jean W. Cochran, Supervisor b~sign ate~,Rffl~esentai~ve ~r~vc~_~ ~o,,,,~rn~t'.G~. (Contractor) I. Intent II. General Description III. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals 2 II. General Specification It is the intent of these specifications to describe a self-contained palletized airless road stfiping unit. The unit is to have its own power source and be capable of painting from the fight or left rear side of the truck. The striping trait shall be removable by an overhead crane, Payloader or Forklift. For this function, permanent, balanced lift points shall be installed on the unit by the vendor. The unit shall be delivered completely assembled, serviced and ready to operate. TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of material and workmanship to the unit specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an alternate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, coating system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time of the bid submit both wet and dry sample of the mst preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in rejection of his/her bid. In the event an alternate is bid, the Town reserves the right to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. Compliance Yes No Exception IlL Technical Specification General Unit shall be capable of applying reflectorized lines not less than 4" wide and 12 mil thickness from both the left or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one truck driver and an operator on the mar of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty ~A ton pickup. All valves are to be labeled for function and operation. Franle Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. Shall be Constructed of seven gauge, five inch channel iron members with same cross members for support, Unit shall be so constructed to evenly distribute the weight. Shall have hooks located on the front and rear crossmember to facilitate the lifting of unit on and off of the track. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in truck bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of cie, an-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Compliance Yes No Exception Compliance Yg~ No Exception Stand Tube A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Safety Guards Expanded metal guards shall enshroud all moving belts and pulleys. Motor Mount Shall be constructed of 3/16" steel Shall be attached to frame by seven gauge, five inch channel supports. Hydraulic pump shall have adjustable mounts. Air compressor shall have adjustable mounts for tightening of the drive belts. Shall be hydraulically lif~ed.(specifically excluded are Pneumatic lif~s) Shall be operated form the operators station Shall be raised and lowered by pulling a lever located convenient to the operator. Gun carriage shall be two-wheeled, trailing from left mar or right rear of pickup. Forward mounted or push-style carriages will not be acceptable. A handle shall be provided on the gun carriage. The handle shall be approximately as Wide as the carriage and equipped with two neopi~ne fibbed handle grips. The handle shall be an integral part of the carriage. Compliance Yes No The handle shall project above the component, ~/ wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Shall be equipped with reversible outrigger to paint edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with sealed roller bearings. All pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty V~ ton pick up. Gun mounts shall be adjustable to allow painting 2" to 12" lines with each gun. All adjustable gun mount components as well as the gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or fight side of track for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release Pivot shall be attached to frame by means of two 1 1/8" pillow block bearings with pressure lubrication fittings. Exception 9 Carriage shall be steerable with steering wheel which is mechanically controlled, operated fi.om left side operators station for centerline operations or right side operators station for edgeline operation. Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. Compliance Yes No Exception Carriage transport Bracket Gun carriage shall be held in transport position by a 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. Seat Support Bracket Seat shall be easily moved fi.om left side to right side of unit when switching fi.om centerline to edgeline striping. Operator must be able to swivel seat 360 degrees. Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. Unit shall have mechanically adjustable line guide attached to from bumper of pickup, for use as a guidance tool by driver. The bumper brackets must be adjustable to fit different styles of pick up bumpers. The brackets on the line guide and that attach to the pick up bumper shall be zinc Plated. 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. ~31~tte .ry tray Shall be located beneath engine. Shall be 8" x 11". Shall havel" lip constructed of 1/8" steel welded to main frame. Unit shall have an 18 ItP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 Y:" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main flame of the unit so it is an integral component of the frame. Engine shall be equipped with an hour meter to facilitate servicing. Pipe extension shall be provided on the drain out to allow oil to be easily drained. Compliance ¥¢~ No Exception 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air man/fold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 V2" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun canSage is to be a nylon tube with solvent resistant neoprene cover. Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be uptight, and equipped with rugged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. Compliance Yes No Exception 12 Each set of solenoids to be independently controlled ~/ from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for rugged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. Solenoids shall a pressure range of 30-125 PSI and vl temperature range 0 to 125 degree Fahrenheit. Compliance Ye~ No Solenoids shall be rated for cont'muous duty and have Viton seals for solvent resistance. Unit shall be equipped with (1) 500 pound capacity ASME approved tank for storage of reflectorized glass beads. The chemical and physical properties of all parts shall meet requirements for the specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. Tank must be permanently labeled with symbol of the ASME for 110 PSI Max'Lmm working pressure. Note: a copy of all ASME certifications to be submitted with the bid. Tank must be galvanized steel inside and outside. Tank shall have plated gasketed head. Tank shall have safety pressure-release valve. Tank shall have a concave bottom for clean It shall be complete with air regulator to adjust bead flow fxom 5 to 60 PSI. Except|on 13 Tank also shall have a 2" minimum dial size air // gauge with glass window. Tanks shall have a 75 PSI brass toggle lift safety valve. A manual relief valve shall be provided to release pressure when refilling. ? Compliance Yes No A low pressure ball valve shall be installed on air supply hose at pressure regulator. 1" bronze ball valve shall be installed at bottom of bead tank to stop bead flow fi'om tank. Bead manifold to divert flow of beads to individual bead supply hoses for each bead gun, shall be located at the bottom outlet of the bead tank. 3/4" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI max'maum at 70 degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass bead dispensing guns, Guns shall deliver glass beads at a rate of 20 pounds per minute. Guns shall be air activated. Four nozzle inserts. Shall come standard with each head gun. Guns shall not require air for atomization. Exception 14 The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 R.PM. Compliance Yes No Maximum delivery shall be 11.4 GPM. Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a-40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 ~" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. The paint supply system shall be constructed to allow for the application ofwaterbase paint. All fluid wetted plumbing shall be stainless steel unless specified otherwise in this specification. Exception 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance. An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self ad_/usting. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-offvalve on the outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a 1 ¼" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fitt'mgs on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel. I V2" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. Compliance Yes NO E_xception 16 A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. Check valve shall be stainless steel with stainless steel spring and metal to metal seat. Each high-pressure paim line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. Compliance yes No Delivery_ Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factot'y technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon eom with thermoplastic cover minfomed with one braided layer brass plated steel wire of high tensile with N-PT couplings without spring guards. ~/2" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Exception 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear frame cross member behind the cart steering mechanism for accessibility for cleaning and so paint will not drip onto striper or carder vehicle. Compliance Yes No Unit shall be equipped with three (3) Model 570 ~/ Binks automatic airless spray guns Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged alum'mum gun body with stainless steel fluid passages shall be provided. No substitutes. Paint guns shall be diaphragm air activated, requiring 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per m'mute. Power for the electrical system shall be provided by a 12 volt battery housed in a protective, heavy duty polypropylene case with fie-down strap. Exception 18 Power switch shall be a two pole fused push-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. Junction blocks are shall be UL listed rated at 30 amps. Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. Compliance Ye~ No Shrink tubing shall be used as a protective covering on wiring fi.om cart junction box to the air solenoids. Cable connectors for control box shall be a ragged militaD, type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal.' Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guras and control box. Standardized cable color codes and connector pin assignments shall be used for interchangeability. A logic magnetic pickup sensor mounted on the two wheeled gun carriage shall be provided to allow t/10 foot of travel per signal for use by the Traffic Paint Line Controller. Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fahrenheit. Operat'mg frequency shall be a maximum 10 KI-IZ. The supply voltage shall be 9 to 176 VDC. Exception 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 ½" diameter disk to be made of ¼" steel and to be zinc plated for ease of clean up any paint overspray. 2o Compliance Ye~ ~No ]E~ception Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve circuit and three amperes for each bead valve circnit. Controller shall have "AHEAD" and "BACK" push-button controls to pe~it momentary shit, s of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work orto match old patterns being repainted. Controller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip/me cycle, so that normal synchronization of the skip line shall resume when the switch is restored to" PAINT ON''. Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds, 21 Time correction system shall be capable of painting multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Compliance Yes No Controller shall have immunity against interference from short-wave radio transmissions, fi.om operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy container constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be z'mc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. The pole gun carriage storage bracket shall be zinc. The RAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. 1, Two sets of the following manuals shall be provided: a. Operating Manual Exception 22 b. Service Manual c. Parts Manual Included shall be: a. Wiring diagram, b. Valve and gauge schematic, c. A section on general guidelines for striping, d. General operating ranges, e. Maimenance record chart, f. Flushing guidelines, g. Maintenance record chart, h. Storage guidelines, i. Troubleshooting guide. V, Coating Specifications: P, alnt A. Product Description Shall have the following minimum protective coatings applied: One prime coat One finish coat of paint, chrome or zinc plat'rog or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-O-O0040-16 lit-off~white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Unit and all components, including tanks, frame, enmpressor, etc. Noxyde Rust Preventive Abrasion Resistant Coating: Compliance Yes No Exception 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coating must be fluid applied and cure to form a seamless rubber anti-mst and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coafmg must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunr~ght. Coat'mg must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting fi.om impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coating dry film thickness shall be 14 mil. Technical Performance Specifications: Coatings offered shall have been tested in the following areas. Compliance Yes No Exception Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. D~y Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. Primer: 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours Compliance Yes No Exception 25 Fire Resistance: Self-extinguishing High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid ahnosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing I ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 1 O0 degrees F. water Impact Resistance: 90 Newtons, no damage Alkalis Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup truck bed complete. Color black. Important Safety Note: In the interest of eliminat'mg harmful fumes which can result fi'om welding procedures, coating used must be flee of lead, Volatile Organic Compounds or any other hazardous Compliance Yes No Exception 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of the bid. Compliance Ye~ No VI. Vender Qualifications Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an alternate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The mst preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistan~Jrust preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product Warranty shall be supplied. Exceptio~ 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies Product Warranties (2) copies Warranty_ Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No Exception TRADES: 1. 2. OHE USED TRUCK CAP OHE 1980 mini liner self-propelled striper. May be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 P.M. Call: (516) 765-3140 in advance. 29 TRIUS. Inc. 458 JOHNSON AVENUE * PO BOX 158 · BOHEMIA, N.Y. 11716 631-244-8600 · FAX 631-244'8581 March 15, 2000 Elizabeth A. Neville, Town Clerk Town of Southold Town Hall 53095 Main Road Southold, NY 11971 RE: Bid for One (1) New Airless Pickup Mounted Striper Due: March 16, 2000 at 10:00 a.m. Dear Ms. Neville; In reference to the above mentioned bid, we are pleased to quote you on the following: One (1) Kelly-Creswell Model 2000-AL Airless Pickup Mounted Striper PRICE F.O.B. Southold, NY $35,692.00 Trade-Ins: · (1) Used Track CAP $ - 50.00 · (1) 1980 Self-Propelled Striper $ - 250.00 TOTAL NET BID $35,392.00 OPTION - For your consideration One (1) Hydraulic Driven Agitator (set of 2) $ 3,375.00 DELIVERY: 45-60 Days After Receipt of Order Very truly yours, Gary Cervelli, President GC:mn DESI'ROY C) NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, 'and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) ]E'RE S ~I)]~I~ Bid on One [11 New Airless Pickup Mounted Striper for Highways Department Use Ot~g (1) K~T.T.¥--ClO~S~a~.L COt~PAI~ 14ODEL 2000-AL PRICE $35,692.00 EACH OPTION: ~OR YOUR CONSIDER~LTION ONE (l) a¥I~M]LIC DI~IV~ AGI~R ~E-~S: (l) US~ ~ ~ (i) 1980 ~.~ p~p~.L~ S~P~ PRICE $ 3,375.00 EACH $ -50.00 $ -250.00 mOHWAY' · ~UH~C)i'~,L · ~-MARKING EQUI~M'~'~'~ P.O, BO~( 30~ XENIA, OHIO 45't8~ TEL (513) 372-9221 FAX (513) 372-8109 LIMITED WARRANTY Kelly-Creswell Company, Inc. warrants ee~h new striping machine sold by us to be free from manufacturing defects in normal service for a period of one (I) y~ar conunencins with delivery the machine to the original user. Our obligation under this warranty is expressly limited, at our option, to the replacement or repair et Kelly-Creswell Company, Xenia, Oho 45385 or at the service facility designated by us, of such part or pans as inspected shall disclose to have been. defective. This wammty does not apply to defects caused by damage or unreasonable use (including failure to provide reasonable and necessary maintenance) while in the possession of the ~ustomer. WE SHALL NO'I~'B~ .LIABLE FOR CONSEQUENTIAL DAMA(~ES OF ANY KIND, including but not limited to, consequential labor costs or transportation charges in connection with the replaoement of repair or defective parts. We make no warranty with respect to trade accessories. They are subject to the warranties of their manufacturers. ANY IMPLIED OR STATUTORY WARRANTIES, INCLUDING ANY WARRANTY OF MERCHANTABILITY OF FITNESS FOR A PARTICULAR PURPOS~ ARE EXPRESSLY LIMITED TO THE DURATION OF THIS WRITTEN WARRANTY. We make no other express warranty, nor is anyone authorized to make any in our behalf: AGREEMENT THIS AGREEMENT, made this day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southoid, New York 11971, hereinafter called the "Town" and, ~.Itl8~ II~C. hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the __ of March .. ,2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated 3/14 ,2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of .($ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought aga. inst the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold Jean W. Cochran, Supervisor Bk'Desmgn~dY R~gentative GARY · ltlU$, I~C. (Contractor) L Intent II. General Description IlL Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of material and workmanship to the unit specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items hsted below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an alternate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components'he / she proposes to furnish. (i.e. chassis, hydraulic system, coatin~ system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time'of the bid submit both wet and dry sample of the rust preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in rejection of his/har bid. 3 In the event an altemate is bid, the Town reserves the fight to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, flee of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. 4 II. General Specification It is the intent of these specifications to describe a self-contained palletized airless road striping unit. The unit is to have its own power source and be capable of painting from the right or left rear side of the truck. The striping unit shall be removable by an overhead crane, Payloader or Forklift. For this function, pemaanent, balanced lift points shall be installed on the unit by the vendor. The unit shall be delivered completely assembled, serviced and ready to operate. III. Technical Specification Compliance Yes No Exception (~neral Unit shall be capable of applying reflectorized lines x not less than 4" wide and 12 mil thickness from both the leR or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10 m.p.h. Unit shall be equipped with an airless spray system x Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one truck driver x and an operator on the rear of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty aA ton pickup. X All valves are to be labeled for function and operation. X ]¢rarfle Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. X Shall be Constructed of seven gauge, five inch x channel iron members with same cross members for support. 6 Unit shall be so constructed to evenly distribute the weight. Shall have hooks located on the fi'ont and rear crossmember to facilitate the lifting of unit on and offofthe track. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in truck bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. Paint Supply Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Compliance yes No X X X X X X X X X X Exception 7 Compliance Yes No Stand Tube x A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be x mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Safety Guards Expanded metal guards shall enshroud all moving x belts and pulleys. Motor Mount Shall be constructed of 3/16" steel x Shall be attached to frame by seven gauge, five inch x channel supports. Hydraulic pump shall have adjustable mounts, x Air compressor shall have adjustable mounts for x tightening of the drive belts. Gun Carriage Shall be hydraulically lifted.(specifically excluded x are Pneumatic lifts) Shall be operated form the operators station x Shall be raised and lowered by pulling a lever x located convenient to the operator. Gun caniage shall be two-wheeled, trailing from x left rear or right rear of pickup. Forward mounted or push-style carriages will not be acceptable. A handle shall be provided on the gun carriage, x The handle shall be approximately as wide as the x carriage and equipped with two neoprene ribbed handle grips. I~xcepti0n 8 The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Shall be equipped with reversible outrigger to paint x edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with x sealed roller bearings. All pivot points on carriage shall have pressure lubrication firings for cart flexibility and maintenance. Compliance Yes No x Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block bearings with pre~sure lubrication fittings. x An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty Y4 ton pick up. x Gun mounts shall be adjustable to allow painting 2" to 12" lines with each gun. x x All adjustable gun mount components as well as the x gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or right x side of track for retracing existing lines. x Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release x Pivot shall be attached to frame by means of two l 1/8" pillow block bearings with pressure lubrication fittings. Exception YES Carriage shall be steerable with steering wheel which is mechanically controlled, operated from left x side operators station for centerline operations or right side operators station for edgeline operation. Steering shaft to be.attached to slide mechanism by two I 1/8" pillow block bearings with pressure lubrication fittings. Compliance yes No X Exception Carriage transport Bracket Gun carriage shall be held in transport position by a x 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. X Seat Support Bracket Seat shall be easily moved from left side to right side of unit when switching fi'om centerline to edgeline striping. X Operator must be able to swivel seat 360 degrees, x Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. X Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. X The bumper brackets must be adjustable to fit different styles of pick up bumpers. X The brackets on the line guide and that attach to the x pick up bumper shall be zinc plated. 10 Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. x Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Battery. tray Shall be located beneath engine, x Shall be 8" x 11". x Shall havel" lip constructed of 1/8" steel welded to x main flame. Unit shall have an 18 HP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 V2" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main frame of the unit so it is an integral component of the fxame. Engine shall be equipped with an hour meter to x facilitate servicing. Pipe extension shall be provided on the drain out to x allow oil to be easily drained. x Compliance ye~ No Exception FOLD AGAIltST BIll{PER x EXCEEDS 20 HI' l~GIl~l~ x x x 10 GALLONS WITH FoF. L LEVI~ GAUGE 'X 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. YES X X X Compliance Yes No Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 V2" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun carriage is to be a nylon tube with solvent resistant neoprene cover. Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with rugged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. X X X X X X X X X X X Egception 12 Each set of solenoids to be independently controlled from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for ragged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. Solenoids shall a pressure range of 30-125 PSI and temperature range 0 to 125 degree Fahrenheit. Solenoids shall be rated for continuous duty and have Viton seals for solvent resistance. Unit shall be equipped with (1) 500 pound capacity ASME approved tank for storage ofreflectorized glass beads. The chemical and physical properties of all parts shall meet requirements for thc specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. Tank must be permanently labeled with symbol of the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASlvlE certifications to be submitted with the bid. Tank must be galvanized steel inside and outside. Tank shall have plated gasketed head. Tank shall have safety pressure-release valve. Tank shall have a concave bottom for clean draining. It shall be complete with air regulator to adjust bead flow from 5 to 60 PSI. 'X X X Compliance Yes No ]~;~ception x EXCEEDS - 750 POUND CAPACITY x x X x x x x X 13 ¥E$ Tank also shall have a 2" minimum dial size air x gauge with glass window. Tanks shall have a 75 PSI brass toggle lift safety valve. A manual relief valve shall be provided to release pressure when refilling. x x Compliance Ye~ No A low pressure ball valve shall be installed on air . x supply hose at pressure regulator. 1" bronze ball valve shall be installed at bottom of x bead tank to stop bead flow from tank. Bead manifold to divert flow of beads to individual bead supply hoses for each bead gun, shall be x located at the bottom outlet of the bead tank. ~/4" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- x collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI maximum at 70 x degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass x bead dispensing guns. Guns shall deliver glass beads at a rote of 20 pounds x per minute. Guns shall be air activated, x Four nozzle inserts, x Shall come standard with each head gun. x Guns shall not require air for atomization, x Exception 14 Hydraulic System The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 RPM. YES X X X Compliance Yes No Maximum delivery shall be 11.4 GPM. Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a-40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 V2" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. The paint supply system shall be constructed to allow for the application ofwaterbase paint. All fluid wetted plumbing shall be sts]p!~ss steel unless specified otherwise in this specification. x x x x x x x x x x Exception 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance. An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self itdj.ll~lJllg. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-off valve on thc outlet side of the paint pump. Pump shall have capability to recirculate the paint and be equipped with a pressure bleed valve. There shall be a 1 ¼" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel. ½ supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. YES X X X Compliance ye~ No X X X X X X X X X X X Exception 16 YES A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. X Check valve shall be stainless steel with stainless steel spring and metal to metal seat. Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. X X Delivery. Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thermoplastic cover minfomed with one braided layer brass plated steel wire of high tensile with NPT couplings without spring guards. V~" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be ceffffied for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 tunes the working pressure stated on the hose. Compliance Yes No Exception 45-60 DAYS A/R/O X X X X X X 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible, Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. x Filters are to be located on rear frame cross member behind the cart steering mechanism for accessibility for clean'mg and so paint will not drip onto striper or carrier vehicle. YES ; 2 FILTERS: (1) HIGH PRESSURE (1) LOW PRESSURE lie FILTF. R BEFORE AND AlVl~R PUMP X Compliance Yes No Exception Unit shall be equipped with three (3) Model 570 Binks automatic airless spray guns Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes, Paint guns shall be diaphragm air activated, requiring 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. X X X X X X Guns shall allow flow rate of 3.3 + gallons per x minute. Power for the electrical system shall be provided by x a 12 volt battery housed in a protective, heavy duty polypropylene case with fie-down strap. 18 Power switch shall be a two pole fused push-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. Junction blocks are shall be UL listed rated at 30 amps. Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. YES TOGGLE SIdlTCIt X Shrink tubing shall be used as a protective covering on wiring fi-om cart junction box to the air solenoids. Cable connectors for control box shall be a ragged military type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal. Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. Standardized cable color codes and connector pin assignments shall be used for interchange, ability. A logic magnetic pickup sensor mounted on the two wheeled gun carriage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. Shall have a stainless steel sensing pole with an operating range of 0 to 140 degrees Fahrenheit. Operating frequency shall be a maximum 10 KHZ. The supply voltage shall be 9 to 176 VDC. X X Compliance X X X X X X X X X E~ceptio~ 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 ½" diameter disk to be made of ¼" steel and to be zinc plated fbr ease of e!ema up any paint overspray. YES X X X 2O Compliance Yes No Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired sh-ipe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve cimuit and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" push-button controls to permit momentary shins of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work or to match old patterns being repainted. Controller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip line cycle, so that normal synchronization of the skip l'me shall resume when the switch is restored to "PAINT ON". Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable fi.om five milliseconds to 250 milliseconds. X X X X X X X X Exception 21 YES Time correction system shall be capable of painting x multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Compliance Yes No Controller shall have immunity against interference from short-wave radio transmissions, from operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy container constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The carriage for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. The pole gun carriage storage bracket shall be zinc. The RAC IV Reverse-A~Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. Manuals 1. Two sets of the following manuals shall be provided: a. Operating Manual X X X X X X X X X Exception 22 YES b. Service Manual x c. Parts Manual x Compliance Yes No Included shall be: a. Wiring diagram, X b. Valve and gauge schematic, x c. A section on general guidelines for x striping, d. General operating ranges, x e. Maintenance record chart, x fi Flushing guidelines, X g. Maintenance record chart, X h. Storage guidelines, x i. Troubleshooting guide, x Exception V. Coating Specifications: Paint A. Product Description Shall have the following minimum protective coatings applied: X X One prime coat x One finish coat of paint, chrome or zinc x plating or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040~ 16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Unit and all components, including tanks, frame, compressor, etc. Noxyde Rust Preventive AbraSion Resistant Coating: X X X ZIEBA.RT UNDERCOATING 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coating must be fluid applied and cure to form a seamless rubber anti-rust and waterproof coat'mg that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coating dry film thickness shall be 14 mil. Technical Performance Specifications: Coatings offcred shall have been t~ted in the following are~. ZIEBARI IJNDERCOATING Compliance Yes No Exception ZIEBART I]I'tDERCOATING ZIEBART UNDERCOATING ZlEBART 1]NDERCOATING ZIEBART UNDERCOATING ZIEBART I]NDERCOATING ZIEBART UNDERCOATING ZIEBA~T UNDERCOATING ZIEBART UNDERCOATING ZIEBART U~)ERCOATI~G ZIEBART U~DEP. COATING ZIF.~I~T H[~)~COLTLNG Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils, Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/l scI. meter per 24 hours ZIEBART UNDERCOATING Compliance Ye~ No Exception z~g~u~a: mmr~co~riNc ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UN'DERP_,OATIltG ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIF-RART IINDERCOATING ZIEBARI UNDERCOATING ZIEBART IINDERCIOATING 25 Fire Resistance: Self-extinguishing ZIEBART UNDERCOATING High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, [IV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing 1 ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water Impact Resistance: 90 Newtons, no damage Alkalis Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup truck bed complete. Color black. Important Safety Note: In the interest of eliminating harmful fumes which can result from Welding procedures, coating used must be free of lead, Volatile Organic Compounds or any other hazardous Compliance yes No Exception ZIEBARI UNDERCOATING ZIEBART Uffi)ERCOAIING ZIEBART III~ERIJOATING ZIEBART IYNI)ERCOAIING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBART UNDERCOATING ZIEBA~T UNDERCOATING ZIEBART UNDEP~OATING ZIEBART UNDERCOATING 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of the bid. 27 Compliance Yes No Exception VI. V d i ai Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an alternate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The mst preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/mst preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (112)0) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. x The manufacturer's Statement of Product Warranty x shall be supplied. 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies (2) copies Product Warranties Warranty. Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No x x Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mini liner self-propelled striper. l~ay be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 P.M. Call: (516) 765-3140 in advance. 29 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One (1) New Airless Pickup Mounted Striper for use by the Southold Town Highway Department. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, 53095 Main Road, Southold, New York 11971 for a non-refundable fee of $10.00. The sealed bids, together with a Non-Collusive Bid Certificate and bank draft or certified check in the amount of $100.00, will be received by the Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, March 16, 2000, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on One (1) New Airless Pickup Mounted Striper" , and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local from which the Town of Southold is exempt. Dated: February 29, 2000 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON March 9, 2000 OF PUBLICATION TO ELIZABETH A. PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Highway Superintendent Jacobs Dodge Reports Brown's Letters Burrelle~s Information Services ' Data Construction Construction Information Town Clerk's Bulletin Board AND FORWARD ONE (1) AFFIDAVIT NEVILLE, TOWN CLERK, TOWN HALL, STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 6th day of March she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hallr 53095 Main Roadr Southold, New York. Legal Notice - Legal Notice to Bidders for One (1) New Airless Pickup Mounted Striper for Use by the Southold Town Highway Department - Bid Opening Date: 10:00 A.M., Thursday, March 16, 2000. ~ EI,zabeth -A-.I Neville Southold Town Clerk Sworn to before me this 6th day of March , 200~. --7 Notary' Public ' UNDA J. COOPER Notary Public, State of New York No. 4822563, Suffolk Ceunty Term Expires December 31, ~ TOWN OF SOUTHOLD Specifications for Airless Pick up Mounted Striper I. Intent II. General Description III. Technical Specifications IV. Vendor Qualifications V. Coating Specifications VI. Manufacturer Requirements VII. Submittals 2 I. Intent It is the intent of the following specifications to describe an self contained, palletized, Airless Pickup Mounted Paint Striper The successful bidder shall deliver to the Town of Southold a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. All parts and components not specifically mentioned which are necessary to provide a complete and operational unit shall be included in the bid and shall conform in strength and quality of material and workmanship to the trait specified herein. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. For any offer to be considered, all items must be of a standard production model, not modified for bid purposes. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. All components in this system shall be domestic manufacture. Specifications - in the event an altemate is bid, vendor shall at the time of the bid submit two (2) copies of the technical description of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, coating system, ) Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. Brochures - for the purpose of evaluation each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, Or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. Coating Samples - for the purpose of evaluation each vendor, who proposes an alternate coating, shall at the time of the bid submit both wet and dry sample of the rust preventive, abrasion resistant coating he / she proposes to furnish. 4. Warrantee- Copy of the manufacturer warrantee on unit shall be included at the time of bid Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in rejection of his/her bid. 3 In the event an alternate is bid, the Town reserves the right to request a demonstration, of the exact unit, within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Failure on the part of any vendor to comply with request for demonstration may result in disqualification of his/her bid. Delivery may be a factor of prime importance in the award of this bid. Vendors must state best guaranteed delivery date in days. Failure to do so may result in disqualification of bid. 4 II. General Specification It is the intent of these specifications to describe a self-contained palletized airless road striping unit. The unit is to have its own power source and be capable of painting from the right or left rear side of the truck. The striping trait shall be removable by an overhead crane, Payloader or Forklift. For this function, permanent, balanced lift points shall be installed on the unit by the vendor. The trait shall be delivered completely assembled, serviced and ready to operate. 5 III. Technical Specification Compliance Yes No Exception General Unit shall be capable of applying reflectorized lines not less than 4" wide and 12 mil thickness from both the left or right sides of the machine. Unit shall be capable of skip or solid lines at a speed of 5 to 10m.p.h. Unit shall be equipped with an airless spray system Unit shall be equipped with a pressurized tank for glass beads. Unit shall be a two-man operation (one track driver and an operator on the rear of the unit). Due to the desire for a quality line and for safety reasons, one-man operations will not be acceptable. Completed striper shall be palletized and of legal size and weight to be compliant with all rules and regulations pertaining to use on a heavy duty ~ ton pickup. All valves are to be labeled for function and operation. Fralrl{~ Unit shall be installed on a palletized skid mount and extend the length of the bed. Paint tanks shall be located directly behind driver's cab and extend across entire width of bed. Shall be Constructed of seven gauge, five inch channel iron members with same cross members for support. Unit shall be so constructed to evenly distribute the weight. Shall have hooks located on the fi'ont and rear crossmember to facilitate the lifting of unit on and off of the track. Paint tanks shall be bolted to the front of the frame. Bead tank to be held in track bed by means of Zinc plated, tiedown bracket with turnbuckles on rear bumper. Operator's platform shall be constructed of 1/8" non-skid diamond plate steel. paint Supply Unit shall have two (2) 60-gallon capacity zero- pressure 10 gauge 304 grade stainless steel paint tanks. (Poly not acceptable) Paint tanks shall have square quicklatch openings for ease of clean-up. Two 3" openings shall be provided in the top of the paint tanks, one in the middle of each section of the tanks. Openings shall be used for the paint agitators. Lid latches shall be heavy duty cast, positive lock adjustable cam levers as used on a pressure vessel. Each tank is valved at pump inlet, allowing tanks to be used separately or simultaneously. Compliance Yes No Exception Stand Tube Compliance Yes No Exception A 4" diameter x 43" water-tight, leak proof tube to hold the suction hose and bleeder line tube shall be mounted in a way that allows it to be removed. It can be removed from the frame for ease of cleaning. Expanded metal guards shall enshroud all moving belts and pulleys. Motor Mount Shall be constructed of 3/16" steel Shall be attached to frame by seven gauge, five inch channel supports. Hydraulic pump shall have adjustable mounts. Air compressor shall have adjustable mounts for tightening of the drive belts. Gun Carriage Shall be hydraulically lifted.(specifically excluded are Pneumatic lifts) Shall be operated form the operators station Shall be raised and lowered by pulling a lever located convenient to the operator. Gun carriage shall be two-wheeled, trailing from left rear or fight rear of pickup. Forward mounted or push-style carriages will not be acceptable. A handle shall be provided on the gun carriage. The handle shall be approximately as wide as the carriage and equipped with two neoprene fibbed handle grips. The handle shall be an integral part of the carriage. The handle shall project above the component, wiring and air tubing to provide a convenient and natural lifting point to help facilitate the lifting and moving of the gun carriage. Shall be equipped with reversible outrigger to paint edgelines on either side of carriage. Wheels shall be 4.10/3.50 6" pneumatic tires with sealed roller bearings. All pivot points on carriage shall have pressure lubrication fittings for cart flexibility and maintenance. Carriage mounting bracket shall be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. An extension bracket for the carriage mounting is to be available for units that will be mounted on a flatbed type chassis which stands higher than a standard heavy duty 3/4 ton pick up. Gun mounts shall be adjustable to allow painting 2" to 12" lines with each gun. All adjustable gun mount components as well as the gun carriage shall be zinc plated. Carriage shall be fully adjustable from left or right side of track for retracing existing lines. Shall be movable to either side of pickup by means of center bearing pivot and by pulling a pin to release Pivot shall be attached to frame by means of two I 1/8" pillow block bearings with pressure lubrication fittings. Compliance Yes No Exception Carriage shall be steerable with steering wheel which is mechanically controlled, operated from left side operators station for centerline operations or right side operators station for edgeline operation. Steering shaft to be attached to slide mechanism by two 1 1/8" pillow block bearings with pressure lubrication fittings. Carriage transport Bracket Gun carriage shall be held in transport position by a 3/16" x 3" channel 29" long and locked in place with a zinc plated tie down rod and snap ring. An extension bracket for the carriage transport bracket, shall be available for use with vehicles with higher than normal bed height. Seat Support Bracket Seat shall be easily moved from left side to right side of unit when switching from centerline to edgeline striping. Operator must be able to swivel seat 360 degrees. Deluxe operators seat shall be provided with cushion backrest and padded armrests with safety belt. Line Guide Unit shall have mechanically adjustable line guide attached to front bumper of pickup, for use as a guidance tool by driver. The bumper brackets must be adjustable to fit different styles of pick up bumpers. The brackets on the line guide and that attach to the pick up bumper shall be zinc plated. Compliance Yes No Exception lO Main tube must be at least 9' long with orange safety guide on end. Line guide must be easily removable by removing two pins with snap rings. Line guide shall be capable of being lifted to a 35 angle and secured in this position during transport to be fully visible to driver of vehicle. Shall be located beneath engine. Shall be 8" x 11". Shall havel" lip constructed of 1/8" steel welded to main frame. Engine System Unit shall have an 18 HP industrial/commercial grade engine with electric start. It shall have a 12 volt electric power supply. Shall have 6 amp alternator. Fuel tank shall have a 12 gallon capacity with a 1 ¼" threaded and plugged outlet available in the top to add a fuel level gauge. The fuel tank shall be bolted to the main frame of the unit so it is an integral component of the flame. Engine shall be equipped with an hour meter to facilitate servicing. Pipe extension shall be provided on the drain out to allow oil to be easily drained. Compliance Yes No Exception 11 Unit shall be equipped with a two cylinder single stage, minimum of 13.2 CFM displacement, air compressor with unloader assembly. Compressor shall unload when there is no demand for air. Safety valve shall be set at 110 PSI. Compliance Yes No Safety valve shall be stamped with official ASME modified four-leaf clover symbol. There shall be an air manifold at the compressor and on the gun carriage. Manifold at the air compressor shall have a 0-300 PSI liquid filled pressure gauge. Pressure Gauge shall be 2 ½" diameter minimum. Gauge shall be visible from either operators position. Compressor shall have a pipe extension on the drain out for oil to be easily drained. Air supply hose to gun carriage is to be a nylon tube with solvent resistant neoprene cover. Air lines on gun carriage shall be solvent resistant nylon tubing. Lines shall be upright, and equipped with ragged corrosion resistant brass body pushlock fittings to allow for easy replacement of air lines. 12 volt DC, 7.6 watt air solenoids shall be installed to activate each set of paint and bead guns. A separate air solenoid shall be supplied for each individual gun. Exception 12 Each set of solenoids to be independently controlled from the control box and shall open one paint and bead gun. Solenoids provided are to be designed for rugged duty and rapid cycling, full ported, large capacity and rated at 75 CFM at 125 PSI. Solenoids shall a pressure range of 30-125 PSI and temperature range 0 to 125 degree Fahrenheit. Solenoids shall be rated for continuous duty and have Viton seals for solvent resistance. Bead Supply System Unit shall be equipped with (1) 500 pound capacity ASME approved tank for storage of reflectorized glass beads. The chemical and physical properties of all parts shall meet requirements for the specifications of the ASME Boiler and Pressure Vessel Code and shall be certified by an authorized inspector of the National Board of Boiler and Pressure Vessel Inspectors. Tank must be permanently labeled with symbol of the ASME for 110 PSI Maximum working pressure. Note: a copy of all ASME certifications to be submitted with the bid. Tank must be galvanized steel inside and outside. Tank shall have plated gasketed head. Tank shall have safety pressure-release valve. Tank shall have a concave bottom for clean draining. It shall be complete with air regulator to adjust bead flow fi.om 5 to 60 PSI. Compliance Yes No Exception 13 Tank also shall have a 2" minimum dial size air gauge with glass window. Tanks shall have a 75 PSI brass toggle lifl safety valve. A manual relief valve shall be provided to release pressure when refilling. Compliance Y¢$ No A low pressure ball valve shall be installed on air supply hose at pressure regulator. 1" bronze ball valve shall be installed at bottom of bead tank to stop bead flow from tank. Bead manifold to divert flow of beads to individual bead supply hoses for each bead gun, shall be located at the bottom outlet of the bead tank. aA" ID bead supply hoses shall be clear PVC for visual flow, reinforced with a spring wire to be anti- collapsible, but with glass smooth interior to prevent material buildup. Hoses shall be rated at 70 PSI maximum at 70 degrees Fahrenheit and shall be nontoxic. Shall have three (3) Binks Model 30 automatic glass bead dispensing guns. Guns shall deliver glass beads at a rate of 20 pounds per minute. Guns shall be air activated. Four nozzle insert& Shall come standard with each head gun. Guns shall not require air for atomization. Exception 14 Hydraulic System The hydraulic pump shall be a rotary piston, pressure compensating pump with a swash plate for positive pressure control. Gear type pumps will not be acceptable. Pump shall be rated at not less than 6.5 GPM at 1800 RPM (min.). Gear type pumps will not be acceptable. Maximum operating speed shall be 3200 RPM. Maximum delivery shall be 11.4 GPM. Compliance Yes No Exception Maximum pressure shall be 2000 PSI. Hydraulic hoses shall have a -40 to 200 degrees Fahrenheit temperature range with 4 to 1 safety factor and be oil/weather resistant. Hydraulic reservoir shall be 12 gallon capacity. Hydraulic Reservoir shall have dip stick and color coded fill cap. A 2 ½" minimum sized, liquid filled, 0-3000 PSI, pressure gauge shall be provided at the high pressure paint pump. A hydraulic oil supply valve at the paint pump shall be rated at 2000 PSI WOG. Shall have a hydraulic oil return filter containing a 10 micron element with a spin-on/throw away type cartridge. Thc paint supply system shall be constructed to allow for the application of waterbase paint. All fluid wetted plumbing shall be stainless steel unless specified otherwise in this specification. 15 There shall be one (1) high-pressure airless double ball piston paint pump rated at 2000 PSI and seven cycles per gallon. Shall have a 60 cycle per minute recommended pump speed for continuous operation at a delivery of 8.6 minimum gallons per minute. All wetted parts of the high pressure paint pump shall be waterbase compatible. Pump to have hard chrome plating on rod and cylinder parts for abrasion resistance. Compliance yes No Exception An 8 oz bottle of special pump lubricant shall be provided with the unit. Valve seats to be carbide tungsten. Packings shall be spring loaded and self 0djusting. Pumps that have packings which are adjusted manually will not be accepted. Pressure and volume shall be fully adjustable. Shall have a foot valve at inlet, and shut-offvalve on the outlet side of the paint pump. Pump shall have capability to recimulate the paint and be equipped with a pressure bleed valve. There shall be a 1 ~" x 10' suction hose with a 40" suction tube. The suction hose shall have a nylon tube core with solvent resistant neoprene cover. All hose fittings on the low pressure paint supply hoses and suction hose are to be grade 304 stainless steel. 1 ½" supply hoses shall be valved at the pump inlet with a 316 grade stainless steel, ball valve. 16 A high-pressure, spring-loaded check valve shall be installed at the outlet side of the pump. Check valve shall be stainless steel with stainless steel spring and metal to metal seat. Each high-pressure paint line is to have a 316 grade stainless steel, full port ball valve at the pump outlet and at the high pressure paint filter. Compliance Yes No Delivery. Delivery shall be made F.O.B. within 30 days A.R.O. A one (1) day training seminar will be conducted by an experienced factory technician upon delivery and shall cover operation, maintenance and safety. All high pressure ball valves shall be rated at 2,000 PSI WOG working pressure or higher. All stainless steel nipples shall be 316 grade with all other fittings to be grade 304. Brass not acceptable. All high pressure paint hoses which shall be waterbase compatible shall have a nylon core with thermoplastic cover reinforced with one braided layer brass plated steel wire of high tensile with NPT couplings without spring guards. ½" hoses from paint pump to gun carriage are to have a 3000 PSI working pressure and a burst pressure of 12,000 PSI. High pressure hoses are to be certified for electrostatic conductivity and hydrostatic resistance to a pressure of 1.5 times the working pressure stated on the hose. Exception 17 There shall be three (3) 6" high-capacity, high pressure, 50 mesh, in-line filters which shall be waterbase compatible. Stainless steel elements shall accessible by removing hand-tight fine-threaded cap. Assembly is to seal with teflon washer and O'ring. Filters are to be located on rear flame cross member behind the cart steering mechanism for accessibility for clean'mg and so paint will not chip onto striper or carrier vehicle. Unit shall be equipped with three (3) Model 570 Binks automatic airless spray guns Compliance Yes No Exception Spray guns shall be rated at 3000 PSI maximum working pressure with a maximum of 2000 cycles per minute. A forged aluminum gun body with stainless steel fluid passages shall be provided. No substitutes. Paint guns shall be diaphragm air activated, requiring 40 PSI to operate. A complete paint gun repair kit shall be available to include the gun needle spring. RAC IV Reverse-A-Clean carbide tips shall be inter-changeable for variable sized spray patterns and flow rates. Guns shall allow flow rate of 3.3 + gallons per minute. Power for the electrical system shall be provided by a 12 volt batteu housed in a protective, heavy duty polypropylene case with tie-down strap. 18 Power switch shall be a two pole fused push-pull switch. Wiring harness for electrical system shall follow standardized cable color coding. Junction blocks are shall be UL listed rated at 30 amps. Wiring harness between junction blocks shall be protected by a polyethylene corrugated loom wire covering. Compliance Yes No Shrink tubing shall be used as a protective covering on wiring from cart junction box to the air solenoids. Cable connectors for control box shall be a ragged military type. Cable connectors shall be 19 pin quick-connect-disconnect plugs and receptacles designed for quick removal. Pins in the connections shall be the correct gauge, rated to withstand current needed to operated guns and control box. Standardized cable color codes and connector pin assignments shall be used for interchangeability. A logic magnetic pickup sensor mounted on the two wheeled gun carriage shall be provided to allow 1/10 foot of travel per signal for use by the Traffic Paint Line Controller. Sensor shall be epoxy encapsulated in a stainless steel case for oil, dirt and moisture resistance. Shall have a stainless steel sensing pole with an operating range of O to 140 degrees Fahrenheit. Operating frequency shall be a maximum 10 KHZ. The supply voltage shall be 9 to 176 VDC. Exception 19 Output cable must be integrally potted PVC jacketed with a neoprene strain relief boot with stranded shield and 100% foil shield coverage. Sensor is to be installed in a protective housing that is permanently attached to the gun carriage, so that sensor can be accurately positioned on the target disk. 8 V~" diameter disk to be made of ¼ steel and to be zinc plated for ease of clean up any paint overspray. 2O Timer Traffic Paint Stripe Controller shall have skip-line capability for each of the three gun controls, each line of which may be independently chosen for skip line, solid paint line or OFF. Controller shall have digital binary decimal "thumbwheel" selector switches for independent selection of desired stripe and cycle length of the skip line with accuracy of selection to tenth-foot increments of measure. Selections shall have "MARK" and "STOP" push- button controls to begin and end skip line cycles. Controller shall employ solid-state valve solenoid switching, having a current rating of at least three amperes for each paint valve circuit and three amperes for each bead valve circuit. Controller shall have "AHEAD" and "BACK" push-button controls to permit momenta~ shifts of patterns position while the vehicle is underway to permit adjustment of pattern synchronization of new work or to match old patterns being repainted. Controller shall have a" PAINT ON" - "PAINT OFF" master switch to permit instant interruption of paint and beads to all guns, which shall not effect the internal timing of the skip line cycle, so that normal synchronization of the skip line shall resume when the switch is restored to" PAINT ON". Controller shall employ bead time correction for compensation of bead overshoot at all speeds of travel, independent of vehicle speed. Compensation shall be adjustable from five milliseconds to 250 milliseconds. Compliance Yes No Exception 21 Time correction system shall be capable of painting multiple skip line stripes that are shorter than the bead time correction distance at any speed of travel. Compliance Yes No Controller shall have immunity against interference from short-wave radio transmissions, from operation of 2-way communication transmission equipment, or other broadcasting or communications stations in the vicinity. Controller shall be housed in a sturdy container constructed of extruded aluminum members that shall provide full mechanical protection for the enclosed electronic components. Unit shall be securely held in place by means of twist-lock type latches which shall allow easy removal for relocation to another operating position. The controller support bracket shall be zinc plated. Pole Gun A 3' long pole gun with two wheeled carriage and 25' of high pressure paint hose shall be provided. The pole gun shall be equipped with a separate ball valve for paint supply. The can/age for the pole gun is to be zinc plated and easily detached without the use of tools so the handgun and extension can be used for stencil painting. The pole gun carriage storage bracket shall be zinc. The RAC IV Reverse-A-Clean tips shall be interchangeable for variable sized spray patterns and flow rates for painting 2" to 12" wide lines and stenciling. Manuals I. Two sets of the following manuals shall be provided: a. Operating Manual Exception 22 b. Service Manual c. Parts Manual Included shall be: a. Wiring diagram, b. Valve and gauge schematic, c. A section on general guidelines for striping, d. General operating ranges, e. Maintenance record chart, f. Flushing guidelines, g. Maintenance record chart, h. Storage guidelines, i. Troubleshooting guide. Compliance Yes No Exception V. Coating Specifications: Paint A. Product Description Shall have the following minimum protective coatings applied: One prime coat One finish coat of paint, chrome or zinc plating or galvanizing. Finish coat color-Minion high performance acrylic enamel MCM-0-00040-16 IH-off-white. A clean IPDI Urethane Hardener is to be added to the finish coat to improve hardness and increase chemical resistance Areas to be coated Unit and all components, including tanks, frame, compressor, etc. Noxyde Rust Preventive Abrasion Resistant Coating: 23 A. Product Description - Noxyde Product shall be Noxyde. Coating must be a one part acrylic base self- priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. Coating must be fluid applied and cure to form a seamless rubber anti-rust and waterproof coating that can be applied over clean dry surfaces of other tight coatings. V.O.C. (Volatile Organic Compound) shall be 0.01 or less. Coating must be 100% waterproof. Coating must be 100% ultra-violet resistant so as not to break down as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Coating dry fill thickness shall be 14 mil. Technical Performance Specifications: Coatings offered shall have been tested in the following areas. Compliance Yes No Exception 24 Results shall be in the minimum acceptable to the Town. Test documentation must be available to the Town upon request. Specific Gravity: Not less than 1.28 Solids by Weight: Not less than 67% Solids by Volume: Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat Not less than 57% Application Temperature: Not less than 45 degrees on substrate. Primer: 33% diluted Noxyde Elasticity: 200% Water Tightness: 14 mils, waterproof Hardness: Shore "A" hardness 70 Vapor Permeability: 5.5 grams pq vapor p/1 sq. meter per 24 hours Compliance Yes No Exception 25 Fire Resistance: Self-extinguishing High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant to hot, humid atmosphere of 7% concentration of sulfur dioxide Ozone Resistance: Unaffected by an environment containing 1 ppm ozone for 30 days Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water Impact Resistance: 90 Newtons, no damage Alkahs Resistance: Resists 100% against sodium hydroxide at ph 14 Coating shall be applied to the unit carriage and receiving pickup track bed complete. Color black. Important Safety Note: In the interest of eliminat'mg harmful fumes which can result from welding procedures, coating used must be free of lead, Volatile Organic Compounds or any other hazardous Compliance Yes No Exception 26 materials as evidenced by MSDS/OSHA Form 174 to be submitted at the time of the bid. 27 Compliance Yes No VI. Vender Oualifications Bids will be excepted only from dealers factory authorized to conduct sales, service and warranty repairs. Dealers must be located within the County of Suffolk. In the event an altemate is bid the dealer shall submit manufacturer letter of authorization at the time of the bid. Letter shall include dealer number and facility address. The mst preventive abrasion resistant protective coating being offered, must be supplied, installed and warranted by a single factory authorized dealer. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. Abrasion resistant/rust preventive system shall be applied by a factory authorized vendor having sufficient experience to have completed a minimum of one hundred (100) equipped applications. Names and telephone numbers of references must be provided upon request. VI. Manufacturer's Qualifications The manufacturer shall provide (2) standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product Warranty shall be supplied. Exception 28 VII. Submittals Vender shall submit the following at the time of bid: Product Specifications (2) copies Product Brochures (2) copies Product Manuals (2) copies (2) copies Product Warranties Warranty_ Warranty shall serve for a period of one (1) year and shall warrant against product failure. Warranty shall include but not be limited to cost of all parts and labor. Compliance Yes No Exception TRADES: 1. 2. ONE USED TRUCK CAP ONE 1980 mini liner self-propelled striper. May be inspected at the Highway yard between the hours of 8:00 A.M. and 3:00 P.H. Call: (516) 765-3140 in advance. 29 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on One fll New Airless Pickup Mounted Striper for Highways Department Use AGREEMENT THIS AGREEMENT, made this __ day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971, hereinafter called the "Town" and, hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the of March ,2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated _, 2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of ($_ ) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold By Jean W. Cochran, Supervisor By. Designated Representative .(Contractor) AGREEMENT THIS AGREEMENT, made this day of March, 2000 between the TOWN OF SOUTHOLD, a municipal corporation of the state of New York, having its office and principal place of business at 5~}095 Main Road, Southold, New York 11971, hereinafter called the "Town" and, hereinafter called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a proposal from the Contractor to supply one (1) new airless pickup-mounted striper for use by the Southold Town Highway Department WHEREAS, the Town of Southold accepted the proposal of the Contractor on the of March ,2000. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply one (1) airless pickup-mounted striper in accordance with the Legal Notice to Bidders, contractor's proposal dated ,2000, which is annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of .($ .) within sixty (60) days of the completion of said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement, in limits of $1,000,000 and $2,000,000 aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. 4. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold By Jean W. Cochran, Supervisor By_ Designated Representative (Contractor) ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF TIlE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON FEBRUARY 29, 2000: RESOLVED that the Town I~oard of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville to advertise for bids for One (1) New Airless Pickup Mounted Striper for use by the Southold Town Highway Department. Southold Town Clerk February 29. 2000