Request for Bid MULTI-TASKING, HI SPEED SNOW … · Request for Bid. MULTI-TASKING, HI SPEED SNOW...

23
Request for Bid MULTI-TASKING, HI SPEED SNOW PLOW / BROOM UNITS Des Moines Airport Authority Des Moines International Airport 5800 Fleur Drive Des Moines, IA 50321 All bids are due on or before 10:00 a.m., local time, February 26, 2015, and must be irrevocable for 90 days from the due date. One original and four copies of the proposal must be submitted to: Des Moines Airport Authority Attn: Lorna Davros 5800 Fleur Drive Suite #207 Des Moines, IA 50321 (515) 256-5100 An electronic copy of this Request for Proposal is available by contacting Lorna Davros at [email protected] 1 | Page

Transcript of Request for Bid MULTI-TASKING, HI SPEED SNOW … · Request for Bid. MULTI-TASKING, HI SPEED SNOW...

Request for Bid

MULTI-TASKING, HI SPEED SNOW PLOW / BROOM UNITS

Des Moines Airport Authority

Des Moines International Airport 5800 Fleur Drive

Des Moines, IA 50321 All bids are due on or before 10:00 a.m., local time, February 26, 2015, and must be irrevocable for 90 days from the due date. One original and four copies of the proposal must be submitted to:

Des Moines Airport Authority Attn: Lorna Davros

5800 Fleur Drive Suite #207

Des Moines, IA 50321 (515) 256-5100

An electronic copy of this Request for Proposal is available by contacting Lorna Davros at [email protected]

1 | P a g e

Part 1 – General

Guidelines and Information

1. Introduction

Des Moines Airport Authority invites bids for item(s) outlined in Part 3 Detail Specifications. The Authority intends to use the results of this process to purchase (2) Multi-Tasking Hi-Speed Snow Plow/Broom vehicles. It is the intent of the Authority to award the bid to the responsible bidder submitting the lowest responsive Total Delivered Price plus any options selected by the Airport. The technical specifications are based upon a generic type, size and quality of a new, unused Multi-Tasking, Hi-Speed Snow Plow/Broom Vehicle. The specifications are not intended to exclude any product, manufacturer, or vendor, but to describe the minimum quality and operational functions required. Equipment that meets or exceeds the minimum specifications and provides equivalent functions will be considered.

2. Schedule

Issuance of Request for Bids February 5, 2015 Request for Clarifications Due 3:00 pm February 16, 2015 Response to Request for Clarifications Due 3:00 pm February 19, 2015 Bids Due 10:00 am February 26, 2015 Notification of Successful Bidder March 3, 2015 Award by Airport Authority Board March 10, 2015 Delivery Within 210 days of the issuance of

the “NOTICE OF AWARD”

3. Clarification/Questions:

Requests for clarification regarding this RFB must be made to the contract manager, Steve Dawson, at [email protected] no later than 3p.m., local time, February 16, 2015. Written answers to requests for clarification will be provided to all potential bidders no later than 3p.m., local time, February 20, 2015.

4. Addendums:

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFB, revisions/amendments and/or supplements will be provided to all known potential bidders. Bidders must acknowledge the receipt/review of any addendum(s) on the bottom of the Non-Collusion Affidavit.

5. Bid Prices

1 | P a g e

The Unit Bid Price is inclusive of the proposed vehicle including any peripherals needed to function, delivery (F.O.B. Destination), minimum of one (1) year warranty, all manuals and specified training. In the event that a price stated in words is not the same as the corresponding price stated in figures, the price stated in words will prevail.

6. Bidder Qualifications:

The successful bidder must be a manufacturer or a manufacturer’s authorized sales agent/distributor of the proposed equipment. The successful bidder must be able to provide replacement parts and service, technical support, and maintenance for the proposed equipment.

7. Bidder Instructions: The Bid forms in Part 2 of this request for bid must be completed in ink or typewritten and submitted in a sealed envelope clearly identified in the lower left comer with the Bid Title, and Due Date. Improperly identified sealed bids could be rejected if over-looked prior to the time and date of the bid opening. Do not submit more than one bid in a single bid envelope. A "NO BID" IS CONSIDERED A RESPONSE. BIDDERS ARE REQUESTED TO INDICATE THE REASONS THEY ARE SUBMITTING A "NO BID" RESPONSE. Sealed bids may be modified or withdrawn prior to the time and date set for the opening. Modifications or withdrawals must be in writing and delivered in a sealed envelope, properly identifying the correct bid proposal to be modified. With the approval of the Airport Authority, a bid or quote may be withdrawn after opening only if the bidder provides prompt notification and adequately documents the commission of an honest error that will cause undue financial loss.

8. Bid Acceptance/Ordering:

Bid must remain fixed and valid for acceptance for ninety (90) calendar days from the due date of the bid. The Authority reserves the right to accept any part of this bid deemed to be in the best interest of the Authority. The Authority also retains the right to accept or reject any or all bids.

9. Award:

The Authority will award the bid to the lowest responsive, responsible bidder whose bid is most advantageous to the Authority. Written notice of award to a vendor in the form of a purchase order or other document, mailed or delivered to the address shown on the bid will be considered sufficient notice of acceptance of the bid.

10. Delivery:

2 | P a g e

A pre-delivery inspection will be completed at the factory. A provision for two people to travel to the factory for the inspection is to be included. This provision must include all travel, lodging and meal expenses. Quote price FOB the Des Moines International Airport, Des Moines, IA. Delivery of equipment must be within 210 days of the issuance of the “NOTICE OF AWARD” to the successful bidder.

11. Payment Terms And Invoicing:

Unless otherwise agreed, the Airport Authority will pay properly submitted vendor invoices within thirty (30) days after the goods or services are delivered, installed, and accepted as specified.

State Sales Tax/Federal Excise Tax: Bids should not include Federal Excise and Iowa Sales Taxes, as Des Moines Airport Authority is exempt from payment of such taxes.

12. System /Acceptance:

Acceptance will not be before the equipment is fully operational, performs according to specifications, and training has been completed.

13. Training The successful bidder shall provide training in the operation and general maintenance of the equipment. This training will be scheduled by the Airport within one week of the delivery of the systems. Training must be performed by a factory-trained and authorized technician and performed at the Airport. Training must include a minimum of four (4) hours operators’ training and four (4) hours maintenance training. All training costs are to be included in the Base Bid Price.

14. Manuals All manuals must be specific to the actual chassis and broom provided. Two (2) paper sets and (1) electronic set on USB Flash drive of each of the following must be supplied per unit upon delivery: 1) Operation, maintenance, and troubleshooting manual (current and unit specific); 2) Supplied equipment manual (current and unit specific); and 3) Parts manual identifying every part on the unit both in parts list form and exploded view (or

schematic form in the case of electrical and hydraulic systems) (current and unit specific). 4) All component manufacturer literature.

15. Warranty

The successful bidder shall fully warrant that the equipment conforms to the specified capacities and performance, is free from defects in design, material, and is fit for the particular purpose intended. All defective parts must be replaced free of cost including labor and transportation costs. THIS WARRANTY MUST CONTINUE FOR NOT LESS THAN ONE (1) YEAR AFTER ACCEPTANCE OF THE EQUIPMENT. Engines and Allison transmissions require, at a minimum, a two year warranty. No exception to the warranty requirement will be accepted. If any optional warranties are available (engines, transmission, drivetrain) at an additional cost, they should be listed separately. The length, time, and conditions of warranty must be attached to or stated in the bid document.

16. Late Delivery

3 | P a g e

Time is of the essence with respect to the delivery of this equipment. In the event the successful bidder fails to deliver the Multi-Tasking Hi-Speed Snow Plow/Brooms by the delivery date specified by contract or by a later date approved in writing by Des Moines Airport Authority, the successful bidder shall pay to Des Moines Airport Authority liquidated damages in the amount of $250.00 for each calendar day that the brooms remain undelivered after the agreed upon delivery date. At the Des Moines Airport Authority’s option, liquidated damages incurred due to late delivery may be deducted from the purchase price of the MTE Hi-Speed Plow/Brooms. The liquidated damages are not a penalty but are fixed and agreed upon damages due Des Moines Airport Authority by reason of increased costs incurred for additional equipment maintenance, increased labor requirements and other items and inefficiencies resulting from the failure to deliver the brooms by the specified delivery date.

4 | P a g e

STANDARD TERMS AND CONDITIONS

Request For Bids

GENERAL TERMS & CONDITIONS

1. EXCLUSIVE CONTRACT The contract which results from this Invitation to Bid constitutes the exclusive contract between the parties and incorporates the provisions of these terms and conditions, and supersedes any previous agreements or contracts, either written or oral. The terms and conditions hereof may not be altered without prior written consent of both parties.

2. REMEDIES UPON DEFAULT

In any case where the awarded bidder has failed to deliver or has delivered non-conforming goods or services, the Authority shall provide a cure notice by mail, FAX or e-mail. If after notice the bidder continues to be in default, the Authority may procure goods or services in substitution from another source and charge the difference between the contracted price and the market price to the defaulting proposer.

3. ACTS OF GOD

The awarded bidder will not be considered to be in default under the resulting contract if performance is delayed or made impossible by an act of God, floods, fires, strikes, and similar events; but in each such case, the delay or impossibility must be beyond the control and without the fault or negligence of the bidder. The bidder shall promptly advise the Authority of the delay. The Authority may elect to cancel all orders on file with the bidder and place the order with another bidder.

4. SUBCONTRACTORS

The awarded bidders shall be responsible for all acts and performance of any subcontractor or secondary supplier that the successful bidder may engage for the completion of any contract with the Airport Authority. A delay that results from a subcontractor's conduct, negligence or failure to perform will not exempt the bidder from default remedies. The successful bidder shall be responsible for payment to all subcontractors or secondary suppliers.

5. IMMUNITY OF AIRPORT AUTHORITY, CITY, STATE AND FEDERAL AGENCIES

The awarded bidder shall defend, indemnify, and hold harmless the Authority, its officers, employees and agents, and any city, state or federal funding source for the Authority from liability arising from bidder's performance or attempted performance of the resulting contract and bidder's activities with subcontractors and all other third parties.

6. DELIVERY AND ACCEPTANCE

When an award has been made to a bidder and the official purchase order issued and received by the bidder, deliveries are to be made in the following manner:

a) Deliveries are to be made only to the point specified on the official purchase order. If delivery is made to any other point it will be the responsibility of the bidder to promptly reship to the correct locations. Failure to deliver procured goods on time may result in cancellation of an order or termination of a contract at the option of the Authority.

b) All delivery charges will be to the account of the bidder. If not, they must be prepaid and added to the invoice. The nature of any rejections of a shipment, based on apparent deficiencies disclosed by ordinary methods of inspection, will be given by the receiving department to the bidder and carrier within a reasonable time after delivery of the item with a copy of this notice to the Authority. Notice of latent deficiencies which would make items unsatisfactory for the purpose intended may be given by the Authority at any time after acceptance.

c) The bidder must remove at the bidder's expense any item rejected by the Authority. If the bidder fails to remove that rejected item, the Authority may dispose of the item by offering it for sale, deduct any expenses incurred and remit the balance to the proposer.

d) Laboratory analysis of an item or other means of testing may be required after delivery. In such cases, the awarded bidder will be notified in writing that a special test is being made and that payment will be withheld until completion of the testing process.

7. ASSIGNMENT

The successful bidder may not assign contracts or purchase orders to any party (including financial institutions) without written permission of the Airport Authority Executive Director or his/her designee.

5 | P a g e

8. ANTI-TRUST ASSIGNMENT For good cause and as consideration for submitting a proposal, the awarded bidder, through its duly authorized agent, hereby conveys, sells assigns, and transfers to the Authority all right, title and interest in and to all causes of action it may now or hereafter acquire under the anti-- trust laws of the United States and the State of Iowa, relating to the particular goods or services purchased or acquired by the Authority pursuant to the Invitation to Bid and the resulting contract.

9. TITLE TO GOODS

The awarded bidder warrants that the goods procured pursuant to the Invitation to Bid are free from all liens, claims and encumbrances.

10. INDEMNIFICATION

To the extent the goods procured pursuant to the Invitation to Bid are not manufactured in accordance with the Authority's design or specification, the successful bidder shall defend, indemnify and hold harmless the Authority and the Authority's assignees, and other users of the goods, from and against any claim of infringement of any patent, trade name, trademark, copyright, or trade secret by reason of sale or use of any articles purchased hereunder. The Authority shall promptly notify the successful bidder of any such claim.

11. MISCELLANEOUS

a) This Contract is entered into and performable in part in Polk County, Iowa, and shall be governed by and construed in accordance with the laws of the state of Iowa, without regard to its conflicts of laws principles. Contractor and Authority hereby submit to the exclusive jurisdiction of the United States federal district court for the Southern District of Iowa or the Iowa district court sitting in Polk County, Iowa in any action or proceeding arising out of or relating to this, and Contractor and the Authority hereby irrevocably agree that all claims and counterclaims in respect of any such action or proceeding shall be heard and determined in any such court. Contractor and the Authority each waive any objection, including any objection to the laying of venue or based on the grounds of forum non conveniens that they may now or hereafter have to the bringing of any such action or proceeding in any such court. b) Waiver of Jury Trial. Each of the parties hereby irrevocably and unconditionally waives all right to trial by jury in any action, proceeding or counterclaim arising out of or relating to this Contract.

12. WARRANTY

The awarded bidder expressly warrants that all goods supplied are merchantable within the mean of Iowa Code section554,2314(2) as in effect on the date of the bid. Additionally, the goods must conform to specifications, drawings, and other descriptions and be free from defects in materials and workmanship.

13. CHEMICALS

OSHA 1910.1200, Chapter 89B of the Iowa Code, and 875 Iowa Administrative Code, Chapter 110, Sec. 110.5, require employees to maintain Material Safety Data Sheets (MSDS) for all chemical-containing products to which its employees are exposed. To ensure Authority employees have access to the most current MSD, the Authority requires that the most recent MSDS accompany each delivery of a chemical-containing product purchased by the Authority or its authorized agent.

14. COMPLIANCE WITH ALL APPLICABLE LAWS

All goods and services shall be provided in compliance with all applicable federal, state, and local laws and regulations. The successful bidder expressly warrants and guarantees that the goods and services provided do not violate the rights of third parties, including without limitation, copyright, trademark, patent or other intellectual property rights or interests.

ADMINISTRATIVE INFORMATION

1. DISCLOSURE OF BID OR PROPOSAL CONTENT: Under Chapter 22 of the Iowa code, "Examination of Public Records", all records of a governmental body are presumed to be public records, open to inspection by members of the public. Section 22.7 of the Iowa Code sets forth a number of exceptions to that general rule, establishing several categories of "confidential records". Under this provision, confidential records are to be kept confidential, "unless otherwise ordered by a court, by the lawful custodian of the records, or by another person duly authorized to release such information”. Among the public records which are considered confidential under this Iowa Code provision are the following:

3. Trade secrets which are recognized and protected as such by law. 6. Reports to governmental agencies which, if released, would give advantage to competitors and serve no public

purpose.

6 | P a g e

Under Chapter 22 of the Iowa Code, the Authority, as custodian of the bid submitted in response to an Invitation to Bid, may, but is not required, to keep portions of such bids confidential under exceptions 3. and 6. noted above. If a responding vendor in good faith reasonably determines that a portion or portions of its bid constitute a trade secret, or should otherwise be kept confidential to avoid giving advantage to competitors, a confidentiality request may be submitted with the bid identifying which portion or portions of the bid should be kept confidential and why. The burden will be on individual bidders to make such confidentiality request to justify application of a confidentiality exception to its bid. The Authority will not under any circumstance consider the entire bid to be a confidential record. If a request is thereafter made by a member of the public to examine a bid including the portion or portions thereof for which a confidentiality request has been made, the Authority will so notify the bidder and will keep confidential that portion of the bid covered by the confidentiality request, pending action by the bidder requesting confidentiality to defend its request. In that notification, the bidder requesting confidentiality will be given not more than 5 calendar days within which to file suit in Polk County District Court to seek the entry of a declaratory order and/or injunction to protect and keep confidential such portion of its bid. Absent such action by a bidder requesting confidentiality, and absent the entry of a court order declaring such portion or portions of the bid confidential, the entire bid will be released for public examination. Bidders shall be responsible for all costs relating to a declaratory judgment or injunctive action, including the payment of any damages assessed and attorney fees and litigation expenses awarded.

2. PROPOSAL OBLIGATIONS:

The contents of the bid and any clarification thereto submitted by the successful bidder shall become part of the contractual obligation and incorporated by reference into ensuing contract or purchase order.

3. DISPOSITION OF BIDS OR PROPOSALS:

All bids become the property of the Authority and will not be returned to the bidder. 4. EQUIPMENT AVAILABILITY:

a) All equipment features, and attachments which are proposed must have been formally announced for market purposes before the date of the bid. All bidder supplied programs/software referred to in the bid must be field operational before the date of the bid unless the requirements are for program/software development.

b) Demonstrations must utilize the proposed equipment, programs or software precisely as proposed. c) Unless otherwise specified in the specifications, all items on which a bidder submits a bid shall be new, of the

latest model, crop year or manufacture and shall be at least equal in quality to that specified in the bidding documents.

5. GRATUITIES:

The laws of Iowa provide that it is a felony to offer, promise, or give anything of value or benefit to government employees with the intent to influence that employee's acts, opinion, judgment or exercise of discretion with respect to that employee's duties. Evidence of violations of this clause will be turned over to the proper prosecuting attorney.

6. CONFLICT BETWEEN TERMS:

The Authority reserves the right to accept or reject any exception taken by the bidder to any portion of the Invitation to Bid.

7. STATUTES AND RULES:

The terms and conditions of this Invitation to Bid shall be construed in accordance with the laws of Iowa. Where statutes and regulations of the United States Government are referenced herein, they shall apply to this bid and resulting purchase order or contract. Wherever differences exist between federal and state statutes or regulations affecting this procurement, interpretation shall be in the direction of that which is most beneficial to the interests of the Authority.

8. SIGNATURE OF BIDDER'S AGENT

All bids submitted by the bidder in response to the Authority's Invitation to Bid shall be signed by an officer of the offering firm or a designated agent empowered to bind the bidder in a contract.

9. PURCHASE OPTION:

The bidder agrees that the purchase price, warranty and all terms and conditions of performance contained in the Invitation to Bid and the response thereto, shall be, at the option of the Authority, passed through a third party that agrees to accept these terms and provide an acceptable financing mechanism to the Authority.

10. APPEALS:

Any bidder whose bid was submitted as a sealed bid and whose bid was timely filed, and who is aggrieved by the Authority’s determination as to which is the lowest (or, in the appropriate instance, to the highest) compliant bid .or as

7 | P a g e

to the determination to reject a bid, may appeal the Authority’s decision by filing a written appeal. Such appeal must be received by the office of the Airport Executive Director at the address above by no later than noon on the Friday before the following Airport Authority Board meeting at which award of the bid will be considered. Written appeals may be filed in person, by mail, FAX or e-mail. Bidders may find the Airport Authority’s determination as to the lowest (or, in the appropriate instance, to the highest) compliant bid to be recommended to the Airport Authority Board for award by checking the Airport Authority Board Agenda, which is available at: dsmairport.com or at the Airport Administrative Office, or by contacting the Airport Executive Director’s Office directly at 515-256-5100. The written appeal must state all objections to the Airport Authority's determination and all arguments in support thereof and attach all documentation supporting its objections. The Director will have the discretion to decide the appeal on the written record or may require an informal hearing process determined by the Director. Upon receipt of the written decision by the Director the bidder may appeal the Director's decision to the Airport Authority Board on the date of board action on the award of the bid.

8 | P a g e

Part 2 – Bid Forms

Submit With Bid

BIDDER COVER PAGE NON-COLLUSION AFFIDAVIT

NAME OF FIRM:

STREET ADDRESS:

CITY, STATE, ZIP

CONTACT PERSON:

PHONE #:

FAX #:

EMAIL:

The proposer herby certifies under penalty of perjury:

1. That this proposal is not affect by, contingent on, or dependent on any other proposal submitted for any improvement for the Des Moines Airport Authority; and

2. That no individual employed by the proposer was paid or will be paid by any person, corporation, firm association, or other organization for soliciting the proposal, other than the payment of their normal compensation to persons regularly employed by the proposer whose services in connection with the making of this proposal were in regular course of their duties for the proposer; and

3. That no part of the compensation to be received by the proposer was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the proposal, other than the payment of their normal compensation to persons regularly employed by the proposer whose services in connection with the making of this proposal were in the regular course of their duties for the proposer; and

4. That this proposal is genuine and not collusive or sham; that the proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any other proposer or person, to put in a sham proposal or to refrain from making a proposal, and has not in any manner, directly or indirectly, sought, by agreement or collusion, or communication or conference, with any person, to fix the proposal price of proposer or any other proposer, or to otherwise restrain freedom of competition, and that all statements in this proposal are true: and

5. That the individual executing this proposal has the authority to execute this proposal on behalf of the proposer.

6. The proposer hereby acknowledges receipt of Addendums Nos.____,____,____ to this RFB. _____________________________________ _______________________ Signature Title _____________________________________ _______________________ Name (type or print Date

1 | P a g e

Part - 2 Bid Forms Submit With Bid

Company Name__________________________________________________________________ For the price(s) listed below, our firm hereby offers to provide Two (2) NEW, Multi-Tasking, HIGH-SPEED SNOW PLOW/TOWED RUNWAY BROOM UNITS, in accordance with the specifications of this bid. Pricing includes delivery to the Des Moines International Airport. Year / Make / Model of Brooms: _______________________________________ Warranty: _______________________________________ Nearest Service / Parts Location: _______________________________________ Delivery Time: _______________________________________ (Indicate delivery days after receipt of order) TOTAL DELIVERED PRICE: $ ________________________ OPTIONAL TRADE-INS Provide trade-in allowance for the following equipment. Contact Tony Howard, Des Moines Airport Authority, at (515) 256-5995 to inspect equipment. The Airport Authority reserves the right to accept or reject any trade-in offer.

One (1) 2001 Oshkosh “H” / with MB 20’ Front Mount Broom $ ________________________

One (1) 2002 Oshkosh “H” / with MB 20’ Front Mount Broom $ ________________________

One (1) 1993 Oshkosh “PA” / with BMP2250 Plow $ ________________________

One (1) 2001 Oshkosh “H” / with BMP2250 Plow $ ________________________

One (1) 2001 Oshkosh “H” / with BMP2250 Plow $ ________________________ TOTAL TRADE-IN ALLOWANCE $ ________________________

(Continued on next page)

PRICE PROPOSAL

2 | P a g e

PRICING (CONTINUED)

Company Name: _____________________________________________________

Sales Tax Bids should not include Federal excise and Iowa sales taxes, as the Des Moines Airport Authority is exempt from payment of such taxes. Quote/Bid price delivered FOB Destination To: Des Moines Airport Authority Des Moines International Airport 3800 Old Army Post Rd Des Moines, IA 50321

3 | P a g e

Part 3 – Detailed Specifications Bid Forms

Submit With Bid

Technical Specifications

MINIMUM SPECIFICATIONS Two (2) MULTI-TASKING, HIGH-SPEED, SNOW PLOW/TOWED RUNWAY BROOM

UNITS DES MOINES INTERNATIONAL AIRPORT

The Des Moines Airport Authority will accept bids for the purchase of specified items as described in this document. Bidder shall complete every space in the area provided with either a check mark to indicate the item being bid is exactly as specified (Comply), or deviates from the bid specification (Does Not Comply). If checking “Does Not Comply,” use the area provided to explain how the item being provided deviates from the bid specifications (use additional sheets as attachments, if required). Any deletions, additions or variations from the following specifications must be noted. Any items appearing in the manufacturer’s regular published specifications furnished by the bidder are assumed to be included in the Bidder’s proposal.

1. General

This vehicle must be designed and manufactured in the United States, for the specific purpose of airport snow removal. This vehicle must also comply with all applicable FMCSR and FMVSS quality/safety standards and the requirements of FAA Advisory Circular 150/5220-20, current edition. The vehicle must include all of the manufacturer’s standard options as well as any additional options to meet the intended use of the vehicle and these specifications. All parts and components of this unit must be engineered and classified as HEAVY DUTY, and shall be of the size, material, and strength to sustain the maximum load limits and severe operating conditions encountered in snow removal, while resulting in minimum wear and failure. These specifications require all actions necessary or proper for, or incidental to the furnishing of said unit. All items of design and equipment not listed in these specifications, but involved in carrying out their intent, are required to be furnished by the bidder, as if these items were specifically mentioned and described in these specifications. The multi-tasking vehicle must be designed for one-person operation and designed to be operated at speeds to at least 40 MPH during snow removal operations on ramps, taxiways and runways. The design of this unit must ensure positive tire-to-ground traction effort while brooming and moving in full wall-to-wall turn-arounds at a maximum of 68 feet diameter with 22’ plow. The unit shall have a minimum net clean width of 16.4 feet after the broom with 20’ broom head.

The total GVW of all axles combined must be 80,000 pounds minimum. The total combined engine horsepower on board must be 940 hp minimum. For maximum traction efforts for all equipment configurations, static axle loading with all fluids filled and equipment operating must be optimized.

1 | P a g e

The Authority requires this specified piece of equipment in order to maintain the airfield during large and small snow events. It will be a central and critical element in the fleet and in the effort to accomplish the Airport’s published snow plan. Experience building snow removal machines for plowing and brooming is mandatory as is a track record minimum of three (3) years of recent manufacture and in-service record for machines of similar purpose. Bids received without including such location and contact list will be considered non responsive and will not be considered. All components shall be new and from current year production. The exact proposed chassis, broom and air blower drive power system components, including engine, gearbox, and hydrostatic pumps and motors, must have in-field, proven experience. No prototypes are allowed.

A list of the names of three (3) airports that are currently operating units being bid must be supplied with the bid. The list must include the location and staff contact information. ALL WIRING AND HOSES MUST BE SUFFICIENTLY SHEATHED AND PROPERLY ROUTED AND SECURED TO PREVENT DAMAGE FROM CHAFING. All wiring must be permanently number coded (minimum spacing every 3 inches) to match drawing schematics. All fluid fill points (fuel, hydraulic, coolant, oil) must be clearly and permanently marked. Remote drain lines must be included for engine oil, engine coolant and hydraulic fluid. All instruments, breakers, fuses, and controls must be labeled in a manner to remain legible for the life of the unit. Plugs for all plug-in devices (heaters, charger, etc.) must be consolidated into one central location and be clearly labeled. Ball shut off valves must be installed to facilitate ease of maintenance and prevent loss of fluids at fuel and hydraulic tanks.

Comply ___________ Does Not Comply ________

2. Chassis

The chassis must be intended for Heavy Duty service and able to withstand the extreme conditions associated with the use of large runway snow plows and brooms. The configuration must be front-mounted attachments with a forward mounted cab and trailing, tracking broom with air blast blower. It must be designed for one-person operation, include a full size and fully functional passenger seat, and have a fully enclosed, thermally and acoustically insulated cab. The cab must be air ride and designed to provide the maximum amount of operator visibility. The operator must be positioned for best visibility in high speed snow removal operations. A fifth wheel receptacle must be supplied and installed over the rear axle of the towing chassis. Trailer connections must be provided integral to the chassis system with air supply valve in the cab. Air brake glad hands and SAE 7 pin trailer connector supplied.

2 | P a g e

The cab of this unit must be provided with the following: 1) A tilt/telescoping steering column. 2) Windows that provide the maximum amount of viewing area as possible and include “peep”

type windows that allow for viewing the casters and connection points for the plow. 3) A panoramic or sectional heated windshield. 4) A rear window with the maximum amount of view as possible, structure permitting. 5) Windows with tinted safety glass, DOT approved and stamped. 6) Electric variable speed wiper(s), providing operator absolute, clear line of vision, providing a

minimum of 80% swept surface of the windshield. Wipers must be mounted above or below the windshield to assist in snow shedding. Front and side wipers must be heated. If parking in a vertical position, wipers must park within 3 inches of windshield corner posts, or outside of a 90 degree arc centered on the operator’s eye position looking forward. The side door windows must be equipped with wipers, independently controlled, with arctic type blades.

7) Six quart reservoir for wet arm wipers. System must include an automated sequence which soaks the windshield and performs wiper sweep with the press of a single button, minimizing dry wipe. Deluge system for instant clean minimum 15 gallon capacity.

8) High output, fresh air type heater/defroster with multispeed fan motor. Cab heater with defroster must be capable of maintaining a 50 degree F inside temperature at sea level when the ambient temperature is -40 degrees F. Air flow of 380 CFM minimum required. The HVAC system must also include air conditioning for cooling and also for dehumidifying the cab air while in defrost mode.

9) A screened, louvered vent for fresh air intake into the heater/ventilation unit. Climate control with auto mode for fan to provide rapid warm up of cab with automatic throttling down of fan as requested temperature is reached. Vent controls provided from panel selection including defrost mode dictating outside air intake for maximum drying effect.

10) A nonmetallic liner in interior lower panels of doors to assist in sound absorption. 11) Two 12 volt power outlets. 12) Dual, heated, motorized West Coast type mirrors operated from the operator position in the

cab. 13) Self-canceling turn signals with hazard switch. 14) Key type starter switch for chassis engine. Integrated safety checks to prevent starting when

an unsafe condition is detected. Real time feedback to the message center to report what condition is preventing the system from attempting an engine start.

15) Coat hooks. 16) Cup holders (two), located within reach of the driver. 17) The truck cab and operator seat shall be air ride, fully adjustable in the horizontal and vertical

positions with high back, air assist, arm rests, lumbar support, cloth cover, load adjustable, and furnished with 3 point type safety belts. Arm rest must include a vertical stow feature to facilitate easy egress/ingress of operator. A detent must lock arm rest in the stowed position, with release control provided for operator.

18) An air ride passenger/trainer seat identical to operator’s seat (except no armrest). 19) Digitally controlled electrical circuits protected by solid state circuitry and logic. Power

supplies to control modules must be protected by manual reset circuit breakers. Manual reset circuit breakers controlling all analog circuits must be easily accessible. Gauges for both engines on dash.

20) Fully insulated cab for warmth and noise reduction. The floor of the cab must be insulated with thermal-acoustical sound barrier floor mat.

21) Master connection point for 2 way radios in control console above windshield near center of cab. Also coax run to proper locations roof and console area.

22) Rear view camera in cab placed to view areas behind broom engine compartment and monitor located within view of operator.

23) Multiple access panels to allow easy access to switch and wiring connections 24) 5lb. ABC type fire extinguisher mounted within reach of the driver 25) LED amber beacon on front of cab, Whelen Model L360, and flasher switch located within

reach of the operator. 26) Instrumentation centered on a color liquid crystal display. In general and to provide clear

information, chassis engine information must be grouped at top of screen.

3 | P a g e

Available information on the dashboard must include:

1. Speedometer/odometer 2. Tachometer and hour meters. Hour meters to register when engine is running only,

for both chassis and broom engines. 3. Voltmeter. 4. Air pressure gauge (dual system, physical gauge required) 5. Time of day 6. Fuel level with low level indicated by color (12% remaining gauge shall be yellow for

caution; at 6% level, gauge to be red for urgent situation)

Warning Icons required for: 1. Low air pressure 2. ABS fail 3. ABS communication Lost 4. Engine Stop 5. Engine fail warning 6. Low voltage 7. Engine overheat 8. Engine low oil pressure 9. Engine air intake restriction 10. Transmission overheat 11. Transmission fail 12. Engine communication lost 13. Control system mode communication lost 14. Transmission communication lost 15. Parking brake applied 16. Transfer case range 17. Traction lock engaged 18. Message center for fault messages affecting operation. 19. Engine air intake restriction

Auxiliary Engine Warning Icons:

1. Engine stop 2. Engine fail warning 3. Low voltage 4. Engine overheat 5. Engine low oil pressure 6. Engine air intake restriction

Hydraulic System Warning Icons:

1. Low pressure 2. High temperature 3. Low fluid indicator

A summary of fault messages with most probable resolutions must be provided in the service manuals. Multiple selections of display must be provided for operation and maintenance. Fault codes must be “notify of failure” with operator attention drawn to the area of fault. Display shall include selectors to page through digitally displayed instrumentation for maintenance and routine check list procedures. There must also be gauges and warning indicators for the chassis and auxiliary engine including any warning signals and gauges for hydraulic systems. The entire wiring system must be color coded and numbered along with electrical schematics which must be in the manuals.

4 | P a g e

A back-up alarm must be included that will activate when the vehicle transmission is placed into reverse. At the rear of the vehicle chassis there must be a pintle hook. The headlights must be capable of high beam and low beam. There must be an additional (2) sets of working lights aimed forward. Also another 2 sets minimum, working lights must be provided to illuminate the plow, broom and blower ducts, all these must be “Speaker” brand or equal. Side and rear marker lights, brake lights, direction indicators, and parking lights must be provided, all LED. The chassis must be designed to permit easy and safe mounting and dismounting of the unit for operators and service personnel. All sheet metal, cowling, steps and fenders must be free of sharp edges and protrusions, and include ample supports and bracing to prevent distortion and cracking. All steps or walkways must be raised lug or expanded metal type construction. Chrome or stainless steel Grab bars must be installed as required for safe mounting and dismounting by personnel following OSHA standards of 3-point contact during all mount and dismount activities. Grab bars must be made of minimum 1-inch diameter material, round only (no sharp edges or corners) for safety. The drive engine and auxiliary engine each must be four stroke diesel type, six (6) cylinder, minimum 13 liter nominal displacement, developing a minimum of 475 horsepower at 2100 RPM, Caterpillar C13 or equivalent, and must be equipped with latest diesel electronic control and engine management system. The engines must be provided with full flow, replaceable oil filters, heated fuel water separator, engine manufacturer’s standard fuel filtration system, and emergency (power de-rate) system with light and buzzer, in event of high water temperature and/or low oil pressure. Automatic measured shot ether starting aid with thermostatic control must be provided. Both engines must have Master Shut off Switch for batteries. Engine access for basic maintenance must be by means of removable panels or tilting hood. Cooling system, hydraulics and other required elements of the power pack must be protected by a tilt hood. Daily maintenance points must be easily accessed. A comprehensive lubrication data plate must be affixed to the truck easily visible from the ground to include locations and type of fluids and grease. The engine must be equipped with cruise control and provisions for high idle setting. Controls for these must be automotive type located in the cab. A dry type two stage air cleaner is required with provisions for modification of air intake, offering both outside of hood and under hood air intake as required by seasonal and local conditions to assure that engine manufacturer’s intake air temperature limitations can be met. Chassis engine air intake filter canister (s) must be located under the engine hood on stand away brackets. A cab forward design must be submitted for the chassis, that chassis shall be all wheel drive and all wheels steer capable. The controls for these systems must be within reach of the operator. Trailer brake connections must be provided, integral to the chassis system with supply valve in the cab. There must be a ballast pack included that will hook in the fifth wheel area, for when only plowing is wanting to be done. Chassis must have a standard, removable fifth wheel for connection and towing of heavy duty attachments. All axles on the entire unit, both chassis and broom frame chassis must be steerable. The system must include safety provisions for dampening all wheel steer effects at higher speeds, but it must also allow full operation while the vehicle is moving at slower speeds. An indicator must be provided in the cab to display mode selected and the rear position wheel. All of the wheel steering system controls are to be located in the cab easily accessible to the operator. The all wheel steering system must be programed with multiple steering modes. The operator must be able to select one of the following modes on the go, based on the driving conditions: Front Steer, Coordinated Steer, Crab Steer, Operator Controlled Rear Steer, auto Center Feature, Switching between modes, Wheel position indicator, and Mode indicator.

5 | P a g e

The Broom Chassis / trailer axle must have the ability to steer. In normal operation, the axle must able to function on its own initiative, and not require specific action on the part of the operator for routine operation. Provisions must be provided for draining fluids from a convenient location outside the truck frame. Mud flaps must be provided behind all axles and in front of rear axles to avoid snow and debris on truck. There must be a full width mud flap across the rear to prevent snow blowing up onto vehicle chassis. Muffler must be positioned and in a location to protect operators from burns during normal movement around the functioning, in-service vehicle. FRAME LINERS, WRAPPERS, FISHPLATING, AND BOLT-ON EXTENSIONS ARE NOT ACCEPTABLE. The cooling system must consist of a HEAVY DUTY radiator, horizontal or vertical flow for maximum cooling with the top & bottom tanks, and side members bolted together to form a rigid frame. The assembly may be aluminum or steel and copper and brass. Sturdy steel support rods (minimum ½ inch diameter) between radiator and frame, complete with rubber vibration isolating pucks at frame end are required. There must be at least one support bracket on left and right of radiator, providing stability for the cooling package. A transmission cooler must be provided. A thermostatically controlled, hydraulically or belt driven suction fan must be provided. Air flow must be parallel type with charge air cooling system mounted above or alongside the liquid coolant system. Radiator shroud is required to properly direct air flow through cooling system. The engine cooling system must be filled with permanent type antifreeze protecting the system to -40 degrees F. A spin on coolant filter and silicone radiator and heater hoses must be provided. An auxiliary coolant heater must be provided, 1500 watt 110 volt AC block type. Fan belt, if not hydraulically powered, must be serpentine type. Engine must be equipped with an automatic belt tensioning device. Certification and proof of chassis engine cooling tests are required no later than the delivery of the equipment. Certification must include a dated, signed letter from the engine manufacturer or flagship dealer indicating approval of the installation as bid. Certification must prove suitable cooling capacity in expected ambient temperatures when operated at maximum horsepower. Certification must be for horsepower equal to or greater than the horsepower required within this specification. Lack of proper certification will be considered reason to reject a delivered unit as an untested and unreliable prototype. Fuel tank or tanks must be heated and must have a minimum total capacity of 150 gallons, providing at least 10 hours of operation at full power. The tanks must be constructed of heavy gauge steel and be properly fastened to the frame, improved for ground clearance. A four inch diameter filler neck with chain connected cap and brass tank drain plugs must be provided. Fuel tanks must be interconnected to allow equalized fuel level in both tanks and to allow filling both tanks from one side of the truck. A Racor 490 heated fuel/water separator must be installed in the supply line to the engine fuel injectors. The transmission must be Allison computerized automatic, and must be supplied with the appropriate torque converter for this application. Shifting must be accomplished via a shift control within easy reach of the operator. Touch pad control must be located near driver. A low transmission oil level sensor system must be included in the electronic transmission. A transmission monitor system must be included in which the operator will be able to gather operating information and fluid levels from inside the cab. LIGHT OR MEDIUM DUTY TRANSMISSIONS ARE NOT ACCEPTABLE. A dedicated back up connection must be provided between touch pad shifter and vehicle electronic system

6 | P a g e

EXTERNAL TO THE J1939 DATA BUS CONNECTION to allow operator to shift into gear during fault mode or if main J1939 data bus fails. This back up connection is essential for emergency egress from active runways. Transfer case must be designed and manufactured by the vehicle manufacturer to assure fully integrated design. Front Axle must be 29,000lb minimum, front drive and steer axle with operator controlled limited slip differential, of heavy duty design and must have enough design capacity to be able to withstand the weight and load bearing needed for pushing a 22 feet plow with snow load. Rear axle(s) must be a 26,000 lb. minimum rear drive axle with operator controlled limited slip differential, of heavy duty design and must have enough design capacity to carry the vehicle weight including the plow and broom. All wheel steer with 68’wall to wall turning capability given with a 22’ plow. The parking brakes must be spring actuated, air released at the rear service brake air chambers with the air switch mounted within the cab and in easy reach of the operator. An electronic anti-lock brake system is required. The air system for this unit must be equipped with frame-mounted, heated Bendix air drier system. A quick disconnect coupler on the left side of the vehicle must allow introduction of shop air into air system upstream of the air dryer for filling on board truck system with air. Remote cable drains must be provided for each air tank. These units must be equipped with proper sized aluminum wheels and tires for the GVW rating of the unit being bid. Two spare tire and wheel assemblies must be provided, one for the front axle and one for the rear. If front and rear wheels are the same then only 1 wheel and tire is needed. The spare tire and wheel assembles can be steel wheels. Comply ___________ Does Not Comply ________

3. Quality/Safety Standards Each bid must include the vehicle (chassis) manufacturer's certification that the vehicle (chassis) meets or exceeds the following requirements based on documented test results. Documented test results must be provided upon request. Manufacturer must be certified ISO 9001. FMVSS 571-103 Windshield defrosting and defogging systems, in accordance with JI944,

J198. FMVSS 571-121 Air brake systems. FMVSS 571-207 Seating systems. FMVSS 571-210 Seat belt assembly. 40 CFR CH.1 Pass by noise levels (in accordance with SAE J366). FMCSR 393.94 Vehicle interior noise levels. FMVSS 571-101 Controls and displays. FMVSS 571-108 Lamps, reflective devices and associated equipment. FMVSS 571-120 Tire selection and rims for motor vehicles other than passenger cars. FMVSS 571-206 Door locks and door retention components. FMVSS 271-209 Seat belt assemblies. FMCSR 393-65 Fuel systems and fuel tanks. FMCSR 205 Glazing for windows. FMCSR 302 Flammability of interior materials.

7 | P a g e

Comply ___________ Does Not Comply ________

4. Hydraulics

The hydraulic system(s) must have a design capacity to operate the plow, broom, and air blast blower systems. The operators control must be integrated with the chassis and broom. All switches must be lighted rocker style or push buttons. It must have all necessary functions to operate: Joystick (up, down, swing), Switch for plow float on/off, Switch for hitch removing or installing, Hitch lock confirmation light, Switches for linking and unlinking plow from broom controls, air blast direction. There must be removable spin-on filters for each system to prevent contamination of the fluid. Element must have a 10 micron rating. The filter must be above the fluid level in the reservoir to prevent fluid loss when changing the filter. As needed, hydraulic coolers must be installed to prevent the fluid from excess heat build-up. There must be a minimum of one cooler for the broom and one for the blower. The oil tank(s) must have an oil level inspection window(s)/visual sight glass and low oil level sensor, magnetic drain plug, and 40 micron filter basket cap with riser as part of the tank. The piping from the tank must have quarter-turn shut-off ball valves that are capable of being cable-tied in the open and closed positions to prevent accidental opening or closing the valve. The operator’s cab must have gauges and warning indicators for hydraulic pressure, and temperature for each system. Each set of gauges must be labeled for each system. All hydraulic steel piping and hoses must be of a proper size and capacity to meet the requirements of the hydraulic pumps, cylinders, and hydraulic driven attachments. All pressure hoses will have a rating of 3000 PSI. All hoses must be anchored away from bolts and sharp edges to prevent wear, fatigue or fire. A single joystick control in the cab must be used to raise, lower, and change the angle of the plow, broom, and blowers. The plow, broom, and blower must move together when changing the angle fully from side to side, or can be done separately from each other. The angle must be capable of changing fully from one direction to the other within 8 seconds. The broom and blower must be fully operable if the plow is removed from the chassis. The plow must be fully operable if the broom and blowers are not engaged/operating.

Comply ___________ Does Not Comply ________

5. Lubrication

All broom and related drive train components must have a means of lubrication provided for all required components. There must be a central area for all draining of fluids. The unit must be lubricated prior to delivery with proper lubes for the ambient temperatures at the delivery point. Decals

8 | P a g e

must be placed to identify lubrication points and types of lubricant needed, as well as point indicated on an engineering drawing of the broom assembly.

Comply ___________ Does Not Comply ________

6. Plow

These specifications describe a Power Reversible Plow with polymer straight (no flare ends) moldboard, manufactured expressly for airport runway high speed and ramp plowing. This plow must be rigidly built for severe duty, of new material suited for continuous work under extreme conditions of snow removal. The plow must include at a minimum all of the manufacturers standard features and any options necessary to comply with the intended use and specifications. The width of the plow must be 22 feet. The front attachment plow hitch to the chassis must be a “Hands Free” type. It must allow hands free interchange of the plow and other attachments from the operator position in the cab. It must be hydraulically operated (plow lift, swing, and lock) and designed for power reversible runway plows. The plow moldboard and push frame must be capable of being completely removed or attached from the vehicle’s cab without leaving the operator’s seat and without the need to disconnect or reconnect hydraulic lines and connections by the operator. It must be automated and fully repeatable. The entire process of hitching or unhitching must be possible by one person in not more than 2 minutes and must be positive connected with hydraulically operated lock pins. All hydraulics and structure for plow lift, swing, oscillation, and lock must be on the chassis side of the moldboard coupling and must be of modular design. Provisions must be made to allow the chassis side portion to be readily removable from the chassis. The cutting edge must be of polyurethane, 2 inches thick x 12 inches. The polyurethane blade must be reversible with multiple holes for position adjustment. The polyurethane must have a minimum Brinell hardness of "Shore A-83 Durometer" and a minimum tensile strength of 6,000 P.S.I. A spare cutting edge must be included. There must be 3 separate angles the plow may be set at, 65, 75, and 85 degrees. A spray guard/deflector must bolt to the top of the moldboard flange or reinforcement to direct snow forward, down, and toward the trailing edge of the plow. The hardware must be of the locking type to minimize opportunity for loss on the aircraft operating areas of the airport. Automatic adjusting single casters must be included and with appropriate weight rating to support the weight of the plow. The castors must be foam filled, each caster assembly must be equipped as necessary to minimize wheel wobble. One spare castor wheel, tire, bearings and lug nuts must be included. The moldboard must have a pair of adjustable leg stands to be used for plow removal / storage with the other remaining weight on the caster tires. The leg stands must aid in raising the cutting edge to assist in changing the cutting edge. The leg stands are also required for safety and storage reasons. The moldboard will be a minimum of 50” high, straight (no flared ends) and must be safety yellow color for high visibility on airfield. The moldboard sheet /backing must be formed of 0.38 inch thick VHMW polyethylene.

Comply ___________ Does Not Comply ________

9 | P a g e

7. Broom

The broom must be a standard, fifth wheel type, rated heavy duty and designed for high speed runway snow removal up to 40MPH. Welded or fixed fifth wheel modified hitches are not acceptable. The towed chassis trailer frame must be fabricated and designed to eliminate flexing and bouncing. The axle must have a minimum rating of 26,000lbs and have trailer brakes. The rear axle must also be equipped with a steering system to fully allow the broom to follow the path of the plow attached to the chassis vehicle. The minimum broom width must be 20 feet with a minimum working width of 16.4 feet at maximum angle left or right. The clearing path of the broom must follow the plow path to optimize runway clearing efforts. There must be (4) work lights (Speaker) pointed towards the broom head in working positions left and right. The broom must be hydraulically driven and its rotation speed adjustable automatically or manually. After initial adjustment the front cover adjustment must be fully automatic and linked to the brush pattern adjustment. When not in use the broom must rotate and lock into a cradle for storage and ease of fitting vehicle into overhead doorways of the maintenance building. When removing broom assembly from tractor chassis there must be 2 legs that hydraulically will drop down to assist in removing the broom frame from fifth wheel. The broom in working position must float on the ground independent of vehicle position or tilting. The broom hitch must provide low friction, free floatation shock absorbing and weight transfer abilities for the broom head. The brush pattern must be automatically controlled from an initial set point and continuous through the life of the bristles. The broom head will be designed to reduce or eliminate any snow build-up on the head. This must be done by a hydraulic dumping hood that covers the entire width of the head and controlled by the operator in the cab. There must be a vibrator attached to the broom to help in removing snow build up. There must be a minimum of four single casters to support the weight of the broom head while in operation, and must come with one spare. If broom chassis /trailer axle tires are not the same size as vehicle tires a spare rim and tire must be furnished. The bristles must be of the wafer type, cassettes not acceptable, must be 46 inch, 13lb. wire wafer, across the width of the broom head. There must be 2 core haves, with end plates that bolt to the ends of the broom frame, driving by hydraulic motors on each side. There must also be an extra set of cores per unit. This must be only the cores no segments needed with this extra set. A set of carts with castor wheels must be furnished to aid in assembling the broom cores. All controls must be electric or hydraulic. The main functions must be through a joystick with right hand on an armrest, other functions can be done through rocker switches or push buttons.

10 | P a g e

An additional Service control station must be provided to operate the broom at the rear engine enclosure and can be either permanently mounted to or operated by remote wired pendant control. The broom engine must be same H.P. as chassis engine, Caterpillar C13 or equal, with auto alert low oil and high temp. Master shut off for batteries, and engine block heater 1500 watt 110 volt. Engine enclosure must be weatherproof design, tilting hood or removable doors, and inside compartment work lights. On the rear engine enclosure there must be a Whelen beacon L360 with a clear lense.

Comply ___________ Does Not Comply ________

8. Air Blast Blower

The forced air blower must be hydraulically driven. It must produce a minimum 23,000 CFM with 400 MPH minimum velocity out of both air ducts simultaneously, and adequate pressure/force to remove snow, water, and other objects/debris from the cleaning path. Direction and raising the blower(s) must be controlled by the operator’s joystick from within the cab. An additional control must permit blowing without broom operation. There must be a minimum of 10 inches of ground clearance when raised for transport and storage. For safety reasons and clean design, the ductwork must not impede access to the engine compartment of the vehicle. Impeller / shaft assemblies must be dynamically balanced at the rated RPM. Blower air inlet must have screens to prevent entry of foreign objects.

Comply ___________ Does Not Comply ________

9. FINISH

Prior to application of the primer coat, the surfaces must be adequately cleaned. The prime coat must be an epoxy type. Two polyester urethane paint finish coats must be applied with no imperfections, including fish eyes. The color must be #33 yellow (same as Dupont N1155 chrome yellow). The entire broom head must be low gloss black to reduce glare for the operator and to aid in melting ice and snow. Include six (6) cans of yellow spray paint per paint formula.

Comply ___________ Does Not Comply ________

11 | P a g e