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