t-2014-025 supply delivery and commissioning of a road suction sweeper

Upload: graceenggint8799

Post on 02-Jun-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    1/26

    Request for Tender T-2014-025

    Auburn City Council Page 1 of 26

    Tenders are invited for the following

    Supply, Delivery and Commissioning of a Road Suction Sweeper

    Contact Officer:Ramesh Selliah

    Contracts Officer

    All enquiries are to be addressed in writing to the Contact officer onlythrough the Apets Contact Job Manager icon.

    Tender s must be submitted by the Closing Time

    Closing Time: 12.00pm, Thursday, 15thJanuary 2015

    Auburn City Council

    Request for Tender

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    2/26

    Request for Tender T-2014-025

    Auburn City Council Page 2 of 26

    TABLE OF CONTENTS

    TABLE OF CONTENTS.......................................................................................................................................... 2

    SECTION 1: PROJECT OVERVIEW ............................................................................................................ 4

    1.1:GENERAL COUNCIL INFORMATION............................................................................................................ 4

    1.2:OVERVIEW OF REQUIREMENTS.................................................................................................................. 4

    1.3:PROJECT TIMELINE..................................................................................................................................... 4

    SECTION 2: CONDITIONS OF TENDER ..................................................................................................... 5

    2.1:PARTICIPANTS TO BE BOUND...................................................................................................................... 5

    2.2:PREPARATION OF TENDERS........................................................................................................................ 5

    2.3:ELECTRONIC TENDERS ................................................................................................................................ 6

    2.4:LODGEMENT OF TENDERS........................................................................................................................... 6

    2.5:EVALUATION AND ACCEPTANCE OF TENDERS.......................................................................................... 7

    2.6:THE CONTRACT........................................................................................................................................... 8

    2.7:UNSUCCESSFUL RESPONDENTS................................................................................................................... 8

    2.8:VALIDITY PERIOD OF TENDERS.................................................................................................................. 8

    2.9:RESPONDENTS COSTS................................................................................................................................. 9

    2.10:ETHICS AND FAIR DEALINGS.................................................................................................................... 9

    2.11:TAX........................................................................................................................................................... 10

    SECTION 3: CONDITIONS OF CONTRACT ............................................................................................. 11

    3.1:DEFINITIONS............................................................................................................................................... 11

    3.2:NOTICES...................................................................................................................................................... 11

    3.3:QUALITY OF GOODS................................................................................................................................... 12

    3.4:DEFECTS LIABILITY................................................................................................................................... 12

    3.5:CONTRACTORS OBLIGATIONS.................................................................................................................. 12

    3.6:PRINCIPALS OBLIGATIONS....................................................................................................................... 13

    3.7:PAYMENT .................................................................................................................................................... 14

    3.8:VARIATIONS............................................................................................................................................... 14

    3.9:INSURANCE................................................................................................................................................. 15

    3.10:GOODS AND SERVICES TAX ..................................................................................................................... 15

    3.11:DISPUTES.................................................................................................................................................. 15

    3.12:SUSPENSION .............................................................................................................................................. 15

    3.13:TERMINATION.......................................................................................................................................... 163.14:ACCESS TO INFORMATION (GIPAACT,S.54) ........................................................................................ 16

    3.15:CONSULTATION (GIPAACT,S.54).......................................................................................................... 17

    3.16:REGISTRATION OF INSURANCES AND WHSDOCUMENTATION............................................................ 18

    3.17:ETHICS AND FAIR DEALINGS.................................................................................................................. 18

    SECTION 4: SPECIFICATION ROAD SUCTION SWEEPER ................................................................. 20

    4.1. INTRODUCTION........................................................................................................................................ 20

    4.2. REQUIREMENTS....................................................................................................................................... 20

    4.3. NOISE....................................................................................................................................................... 20

    4.4.

    SERVICE PLATE ....................................................................................................................................... 204.5. RISK ASSESSMENT OF COMPLETED UNIT............................................................................................... 21

    4.6. KEYS......................................................................................................................................................... 21

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    3/26

    Request for Tender T-2014-025

    Auburn City Council Page 3 of 26

    4.7. WARRANTY .............................................................................................................................................. 21

    4.8. MANUALS ................................................................................................................................................. 21

    4.9. PRE-DELIVERY INSPECTION................................................................................................................... 21

    4.10. DELIVERY.............................................................................................................................................. 21

    4.11. SPECIFICATION AND BROCHURES........................................................................................................ 21

    4.12. PARTS AVAILABILITY ............................................................................................................................ 22

    4.13.

    SERVICE AVAILABILITY....................................................................................................................... 224.14. TRAINING ............................................................................................................................................... 22

    4.15. TOOLS AND TOOL BOX......................................................................................................................... 22

    4.16. REGISTRATION ...................................................................................................................................... 22

    4.17. SIGNWRITING........................................................................................................................................ 22

    4.18. ROAD SUCTION SWEEPER..................................................................................................................... 23

    4.19. MAIN ENGINE REQUIREMENTS ............................................................................................................ 24

    4.20. DIMENSIONS.......................................................................................................................................... 24

    4.21. AUTOMATIC TRANSMISSION................................................................................................................ 24

    4.22. STEERING............................................................................................................................................... 24

    4.23. PAINTING (CAB CHASSIS) ..................................................................................................................... 24

    4.24. PAYLOAD AND AXLE LOADINGS.......................................................................................................... 24

    4.25.

    SWEEPER BODY UNIT........................................................................................................................... 24

    4.26. BODY LIFTING EQUIPMENT.................................................................................................................. 25

    4.27. AUXILIARY ENGINE (IF FITTED) .......................................................................................................... 25

    4.28.

    WATER SYSTEM.................................................................................................................................... 25

    4.29. WATER SPRAYS ..................................................................................................................................... 25

    4.30. SWEEPING EQUIPMENT......................................................................................................................... 26

    4.31. SUCTION FAN ......................................................................................................................................... 26

    4.32. SWEEPER CONTROLS ............................................................................................................................ 26

    4.33. WORKS LAMPS ...................................................................................................................................... 26

    4.34. BEACON.................................................................................................................................................. 26

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    4/26

    Request for Tender T-2014-025

    Auburn City Council Page 4 of 26

    Section 1:PROJECT OVERVIEW

    1.1: GENERAL COUNCIL INFORMATION

    The Auburn Local Government Area (LGA) is situated 20 km west of Sydney CBD and covers 31square kilometres. Auburns boundaries include Parramatta Road and Duck River in the North andWest, Homebush Bay and Powells Creek to the east and the Sydney Water Supply Line to thesouth. Auburn LGA shares boundaries with Parramatta, Bankstown, Strathfield and Canada Baylocal government areas.

    1.2: OVERVIEW OF REQUIREMENTS

    Council is seeking Tender from suitably qualified and experienced supplier for the supply, deliveryand commissioning of the following;

    a) One (1) only Road Suction Regenerative Air Sweeper with dual steer, and be suitable forcollection of litter and silt from roadways..

    1.3: PROJECT TIMELINE

    Councils Indicative Project Timeline is:

    Activity Date

    Issue request for Tender 16/12/2014

    Request for Tender closes 15/01/2015 @ 12.00noon

    Supply, Delivery and Commissioning of a Road SuctionSweeper

    TBA

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    5/26

    Request for Tender T-2014-025

    Auburn City Council Page 5 of 26

    Section 2:CONDITIONS OF TENDER

    2.1: PARTICIPANTS TO BE BOUND

    Tenders are invited in accordance with these Conditions of Tender. Council agrees to be bound bythese Conditions of Tender. Respondents agree to be bound by these Conditions of Tender.

    2.2: PREPARATION OF TENDERS

    2.2.1: Completing Tender Documents for Submission

    Respondents shall complete and submit all the Forms and Schedules through the LGP vendor panlsystem, along with signed copies of the following documents/information:

    a) Qualifications and experience of Respondent

    b) Delivery schedule for the vechicles

    c) All additional documents or information necessary to enable Council to properly interpret andevaluate the Tender. Such documents or information shall only become part of the contract ifspecifically included by Council in the Letter of Acceptance or Contract Documents.

    2.2.2: Respondent to Become Fully Informed

    The Respondent shall become acquainted with all issues, circumstances and conditions affectingthe services, the contract and its Tender.

    2.2.3: Enquiries and Clarifications

    Respondents are encouraged to seek clarification on any issue relating to the Request for Tender.Enquiries are to be addressed in writing to the Contact officer specified on the cover page ofthe Request for Tender only through the Apets Contact Job Manager icon.Enquiries shouldnot be addressed to any other Council officer or Councillors. Any instruction resulting from anenquiry will be issued to all Respondents as an Addendum.

    2.2.4: Addenda

    Council may issue Addenda to clarify issues or to amend the Request for Tender. Addenda shallbecome part of the Request for Tender. No explanation, elaboration of or amendment to theRequest for Tender will be effective unless it is in the form of an Addendum. Addenda will be

    numbered consecutively, commencing with the Number 1.

    2.2.5: Non-conforming and Alternative Tenders

    Any Tender which does not comply with or which contains qualifications or provisions not required inthe Request for Tender is a non-conforming Tender. Respondents are encouraged to submit aconforming Tender; however non-conforming Tenders may be considered. Consideration of non-conforming Tenders is at the absolute discretion of Council.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    6/26

    Request for Tender T-2014-025

    Auburn City Council Page 6 of 26

    2.3: ELECTRONIC TENDERS

    2.3.1: Electronic Submissions

    a) Submissions via email are not acceptable.

    b) Responses may be submitted via electronic lodgement through the APET tendering sitewhich is:http://360providers.apetsoftware.com.au/Public/PublicJobs.aspx?Code=auburnatm

    2.3.2: Legal Status

    a) Responses lodged electronically will be treated in accordance with the NSW ElectronicTransactions Act 2000, and given no lesser level of confidentiality, probity and attention thanResponses lodged by other means.

    b) Respondents by electronically lodging a response are taken to have accepted any conditionsshown on the Request for Tender documentations.

    c) Auburn City Council may decline to consider for acceptance, responses that cannot beeffectively evaluated because they are incomplete or corrupt.

    2.3.3: Signature

    Signatures are not required on Tenders submitted electronically. Respondents must ensure thatelectronically submitted Tenders are authorised by the person or persons who may do so on behalfof the Respondent.

    2.3.4 Virus Prevention Obligations

    Electronically submitted Tender responses may be made corrupt or incomplete by computerviruses. To reduce the likelihood of viruses, Respondents must not include any macros, applets, orexecutable code or executable files in Tender responses, unless required by the Request forTender.

    2.4: LODGEMENT OF TENDERS

    2.4.1: Method of Lodgement

    Councils preferred method of lodgement is via electronic submission. However, Council will acceptTenders submitted to Councils Tender Box by the Tender close time. The Tender Box is located at:

    Auburn City Council

    Customer Service Counter

    1 Susan St

    Civic Place

    Auburn NSW 2144

    http://360providers.apetsoftware.com.au/Public/PublicJobs.aspx?Code=auburnatmhttp://360providers.apetsoftware.com.au/Public/PublicJobs.aspx?Code=auburnatmhttp://360providers.apetsoftware.com.au/Public/PublicJobs.aspx?Code=auburnatmhttp://360providers.apetsoftware.com.au/Public/PublicJobs.aspx?Code=auburnatm
  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    7/26

    Request for Tender T-2014-025

    Auburn City Council Page 7 of 26

    2.4.2: Closing Time

    Tenders must be received by the Closing Time specified on the cover page of this Request forTender. Late Tenders will usually be rejected but may, at the absolute discretion of Council, beaccepted.

    2.4.3: Notification of Tenders Received

    Council will, on written request, confirm to the Respondent receipt of their Tender. Council willpublish a list of Tender responses received on Councils website as soon as practicable after theClosing Time.

    2.5: EVALUATION AND ACCEPTANCE OF TENDERS

    2.5.1: Evaluation Process

    Council will evaluate Tenders on the basis of best advantage to Council. In doing so, Councilundertakes to give due consideration to all conforming Tenders. Non-conforming Tenders may, atthe absolute discretion of Council, also be considered.

    Council may determine a short-list of Tenders for more detailed evaluation. The shortlist may bebased on some, but not necessarily all, of the Evaluation Criteria.

    Council may suspend or terminate the Tender process at any time without an obligation to givereasons. Council may recall Tenders at any time.

    Council may, at any time, negotiate with any one or more Respondents, with a view to modifying theterms, conditions, prices and any other matters.

    2.5.2: Evaluation Criteria

    Criteria used in the evaluation may include, but will not necessarily be limited to, the followingcriteria:

    The Quoted price and price structure; as well as any other potential costs to Council thatmay be identified for each stage of the project.

    The proposed Respondents experience in delivery of similar vehicles Respondents capacity and resources available including financial capacity Respondents conformance to specifications Delivery times for the vehicles

    Built-in WHS aspects in compliance with specification

    2.5.3: Information Used in Evaluating Tenders

    Council may use any information to evaluate Tenders. This may include, but will not necessarily belimited to, the following.

    Information supplied by Respondents

    General industry, service and market information

    Information provided by referees and associates of the Respondent

    Information provided to Council by its advisors

    Information derived from Councils past experience in dealing with the Respondent,its subcontractors or its staff

    Any other information relevant to Councils evaluation of Tenders

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    8/26

    Request for Tender T-2014-025

    Auburn City Council Page 8 of 26

    2.5.4: Respondents to Provide Additional Information

    Council may request any additional information it considers necessary in properly evaluatingTenders. Respondents shall provide requested documents or information within three workingdays. Council may also direct that such information be provided to a third party assisting in theTender Evaluation process. For example, Respondents may be required to provide copies of

    audited financial statements to a firm engaged by Council to assess the financial position of shortlisted Respondents.

    2.5.5: Acceptance of Tenders

    Acceptance or rejection of Tenders is at the absolute discretion of Council. Council may accept noTender(s) or any Tender(s), whether the lowest priced or not and whether conforming or not.

    2.6: THE CONTRACT

    2.6.1: Execution of Contract

    Acceptance of a Tender shall only be evidenced by a Letter of Acceptance or Official PurchaseOrder issued by Council. No other document or action shall constitute acceptance of a Tender.

    2.6.2: Documents to Form the Contract

    Upon acceptance of a Tender, the following documents shall form the contract:

    The Letter of Acceptance.

    The Request for Tender (including attachments), except any Sections, componentsor Attachments specifically excluded from forming part of the contract.

    The Tender response, excluding any Forms or Schedules specifically excluded fromforming part of the contract.

    Any clarifications, corrections, alterations, additional information and documentssubmitted by the Respondent and specifically referenced in Councils Letter ofAcceptance.

    Any other documents specifically referenced in the Letter of Acceptance.

    2.7: UNSUCCESSFUL RESPONDENTS

    2.7.1: Unsuccessful Respondents to be Advised

    Council shall advise unsuccessful Respondents in writing.

    2.7.2: Feedback

    Council is not obliged to give reasons for rejecting any tender. However, Council values theongoing participation of Respondents in future Tender processes and may, at its absolutediscretion, provide feedback to unsuccessful Respondents to assist in improving the quality of futureTenders.

    2.8: VALIDITY PERIOD OF TENDERS

    A Tender is an offer. The Respondent unconditionally agrees to hold its Tender open for a ValidityPeriod of 120 days from the Closing Date. Any negotiations, or request by Council for information,

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    9/26

    Request for Tender T-2014-025

    Auburn City Council Page 9 of 26

    clarification or alteration to a Tender shall not constitute rejection of that Tender and shall not effectthe Validity Period.

    2.9: RESPONDENTS COSTS

    Council is not responsible for any costs, expenses or losses which may be incurred by aRespondent (whether successful or otherwise) as a result of participating in the Tender process.

    2.10: ETHICS AND FAIR DEALINGS

    2.10.1: Participants agree to Act with Integrity

    The Respondent must comply with and observe the ethical principles in Auburn City CouncilsStatement of Business Ethics which is available from Councils website:

    http://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement of

    Business Ethics.pdf

    2.10.2: Auburn City Council Code of Conduct

    The Respondent must comply with and observe the ethical principles in Auburn City Councils Codeof Conduct which is available from Councils website:

    http://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdf

    The Code of Conduct specifically requires that Councillors and staff shall not seek or accept any

    payment, gift or benefit intended or likely to influence, or that could be reasonably perceived by animpartial observer as intended or likely to influence them to:

    Act in a particular way (including making a particular decision)

    Fail to act in a particular circumstance

    Otherwise deviate from the proper exercise of their official duties.

    2.10.3: Collusive Tendering

    The Respondent shall not enter into any agreement with any other Respondent or any industryassociation concerning the preparation of this Tender and in particular, but without limitation to theforegoing requirement, shall not include in the pricing of the Tender any amount to be paid to anunsuccessful Respondent or any trade or industry association above the published standard fee.The Respondent shall not seek to obtain knowledge of the Tender price/s of any other Respondentand shall not reveal its Tender price/s to any other Respondent at any time prior to the acceptanceof a Tender.

    In the event that the Respondent becomes aware of or is approached by anyone on any matterwhich contravenes the foregoing or any statutory legislation, regulations or authority underCommonwealth and/or State laws the Respondent shall immediately give written notice to Council.

    http://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdf
  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    10/26

    Request for Tender T-2014-025

    Auburn City Council Page 10 of 26

    2.10.4: Conflict of Interest

    The Respondent declares that, at the time of submitting their response, other than conflicts notifiedto Auburn City Council, no conflict of interest exists, or is likely to arise, which would affect theperformance of its obligations, if the respondent were to enter into a contract.

    2.11: TAX

    Unless otherwise provided for in this Request for Tender, all rates, lump sums and other amountsquoted shall be fully inclusive of any allowance for the Goods and Services Tax (GST) and anyother tax that may be applicable.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    11/26

    Request for Tender T-2014-025

    Auburn City Council Page 11 of 26

    Section 3:CONDITIONS OF CONTRACT

    3.1: DEFINITIONS

    Business Day

    Any calendar day other than Saturday, Sunday, Public Holiday; or 27, 28 29, 30 or 31st December.

    Principal's Acceptance

    A notice in writing issued by the Principal to the Contractor accepting the Respondents Tender.

    Works

    The whole of the work to be carried out and materials and services to be provided under theContract.

    Contractor

    "Contractor" means the party bound to execute the work under the Contract.

    Principal Representative

    Shall mean the designated Auburn City Councils Officer.

    Principal

    Principal shall mean Auburn City Council.

    Government Information (Public Access) Act 2009 (GIPA Act)

    The purpose of the GIPA Act is to facilitate public access to government information. Under theGIPA Act, private-sector organisations that are engaged to provide a service to the public on behalfof a government agency have obligations to provide contract information held by the contractor tothe government agency upon request.

    3.2: NOTICES

    Any notice given under this Contract shall:

    be in writing addressed to the intended recipient at the address last notified by the intendedrecipient to the sender, be signed by an authorised officer of the sender, and be taken to have beengiven or made (in the case of delivery in person or by fax, cable or post) when delivered, received orleft at the specified address.

    If delivery or receipt of a notice occurs on a day on which business is not generally carried on in theplace to which the communication is sent or later than 4:00 p.m. (local time), it shall be taken tohave occurred at the commencement of business on the next business day in that place.

    Notices to the Principal shall be addressed to the person nominated as the PrincipalsRepresentative.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    12/26

    Request for Tender T-2014-025

    Auburn City Council Page 12 of 26

    3.3: QUALITY OF GOODS

    The Contractor is to supply materials (which are new, free from defects and suitable for the intendedpurpose) and use standards of workmanship and work methods which are in conformity with theContract, relevant Australian Standards and all lawful requirements of Commonwealth and Statelegislation and subordinate regulations, ordinances, by laws, orders and proclamations.

    3.4: DEFECTS LIABILITY

    The defects liability period shall be 48 months and commence on that items date of acceptance at4:00 p.m. The Contractor shall carry out rectification at times and in a manner causing as littleinconvenience to the users of the works as is reasonably possible.

    As soon as possible after acceptance, the Contractor shall rectify all defects existing at the date ofacceptance.

    During the defects liability period, the Principal may give the Contractor a direction to rectify a defectwhich shall identify the defect and the reasonable date for completion of its rectification.

    If the rectification is not commenced or completed by the stated dates, the Principal may have therectification carried out by others but without prejudice to any other rights and remedies the Principalmay have. The cost thereby incurred shall be moneys due and payable by the Contractor.

    3.5: CONTRACTORS OBLIGATIONS

    3.5.1: Knowledge of Requirements of the Principal

    The Contractor shall use all reasonable efforts to inform itself of the requirements of the Principaland shall regularly consult with the Principal during the performance of the Works.

    3.5.2: Discrepancies in Information

    If the Contractor considers that information, documents and other particulars made available to itare inadequate or contain errors or ambiguities, the Contractor shall give written notice as soon aspracticable to the Principal detailing the errors or ambiguities.

    3.5.3: Program

    The Contractor shall, within 7 days from the date of the Letter of Acceptance, submit to the Principala project plan for the performance and completion of the Works.

    3.5.4: Timely Provision of Works

    The Contractor shall perform the Works expeditiously and in accordance with the Project Plan.

    3.5.5: Delay

    Not less than one day after becoming aware of any matter which is likely to change or which haschanged the scope or timing of the Works, the Contractor shall give written notice to the Principaldetailing the circumstances and extent or likely extent of the change or delay.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    13/26

    Request for Tender T-2014-025

    Auburn City Council Page 13 of 26

    3.5.6: Alterations to Approved Documents

    The Contractor shall not make any alteration to, addition to or omission from the Works without theprior written approval of the Principal.

    3.5.7: Co-operation by the Contractor

    The Contractor shall liaise, co-operate and confer with others as directed by the Principal.

    3.5.8: Contractor's Relationship with the Principal

    The Contractor shall not act outside the scope of the authority conferred on it by this Contract andshall not bind the Principal in any way or hold itself out as having any authority to do so, exceptwhere authorised by the Principal in writing.

    3.5.9: Confidentiality

    The Contractor and its servants or agents shall not, without the prior written consent of the Principal,at any time issue any statement or communication or make any representation directly or indirectlyin connection with the Works or this Contract to any person or entity not a party to this Contractother than as necessary to perform the Works, or with respect to any matter already within thepublic domain.

    3.5.10: Contractor's Representative

    The person named in the Schedules as the Contractors Representative shall be responsible onbehalf of the Contractor for all aspects of the Works and shall have the legal power to bind theContractor in respect of any matters arising in connection with the Works. Any substitutedrepresentative shall be notified immediately in writing to the Principal.

    3.5.11: Subcontracting and Assignment

    The Contractor shall not assign or subcontract any part of the Works without the prior writtenapproval of the Principal. Any such approval given by the Principal shall not relieve the Contractorfrom its obligations and liabilities pursuant to this Contract.

    3.5.12: Statutory Requirements

    The Contractor shall ensure that all work done in connection with the Works complies with therequirements of all applicable legislation, codes and Authoritys requirements and all relevantAustralian Standards applicable to the Works.

    3.6: PRINCIPALS OBLIGATIONS

    3.6.1 Provide Information

    The Principal shall as soon as practicable, or as required by this Contract:

    make available to the Contractor all relevant instructions, information, documents, and any othermaterial and particulars, and answer queries made by the Contractor, relating to the Principal'srequirements in connection with this Contract.

    3.6.2 Appoint a Representative

    The Director Works and Services is appointed as the Principals Representative. The PrincipalsRepresentative has the legal power to bind the Principal in respect of any matters arising inconnection with the Works.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    14/26

    Request for Tender T-2014-025

    Auburn City Council Page 14 of 26

    3.7: PAYMENT

    3.7.1 Fee

    In consideration of the provision of the Works the Principal shall pay the Contractor the Fee set outin the Schedule titled Schedule of Rates, subject to this Contract.

    3.7.2 Effect of Payment of the Fee

    Payment, in part or in total, of the Fee shall not constitute an acceptance by the Principal of theWorks and does not amount to a waiver of any right or action which the Principal may have at anytime against the Contractor.

    3.7.3 Reimbursable Expenses

    All costs, expenses, fees or charges incurred or paid by the Contractor shall be deemed to becovered by the Fee, unless they are specifically detailed as Reimbursable Expenses in thisContract. Where Reimbursable Expenses are agreed, the Contractor shall first obtain thePrincipal's specific written approval, prior to incurring them.

    3.7.4 Timing of Payment

    On completion of each deliverable the Contractor shall lodge with the Principal a payment claim forthe Works performed (and for any approved reimbursable expenses).

    The Principal shall make a payment within 30 days from the end of the month in which the claim isreceived, but if the Principal requests access to information required to substantiate the claim, thetime for payment shall be extended by the number of days elapsing between the date of thePrincipal's request and the date access to the information is granted.

    3.8: VARIATIONS

    3.8.1: Instruction

    The Principal may instruct the Contractor in writing to vary the Works, so long as the variation isconsistent with the general nature of the Works. The Contractor shall comply with such aninstruction.

    3.8.2: Request for Estimate

    The Principal may, at any time, request the Contractor to provide a written estimate of the time, costand programming effects of a variation or a proposed variation. A written estimate shall be providedby the Contractor within a time nominated by the Principal.

    3.8.3: Change in Council Operations

    The Principal and Contractor acknowledge that a significant change in the operations of Councilsuch as an amalgamation with another Council, sharing of major operational or administrativeservices with other Councils, or other similar events constitute significant changes in operationswhich could give rise to variations in the contract.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    15/26

    Request for Tender T-2014-025

    Auburn City Council Page 15 of 26

    3.9: INSURANCE

    Public Liability Insurance

    The Contractor shall affect Public Liability Insurance for a minimum of $10 million. This shall bekept current, with evidence of renewal to be provided for all and any period of the Contract.

    3.10: GOODS AND SERVICES TAX

    The Principal acknowledges that it is registered for GST and will notify the Contractor if it ceases tobe registered.

    If the Contractor has provided an ABN as part of its Tender it acknowledges that it is registered forGoods and Services Tax (GST) and will notify the Principal if it ceases to be registered.

    If the Contractor does not quote its ABN in its Tender or on its claims or invoices, or otherwiseadvise the Principal of its ABN relating to the service, the Principal will withhold tax from paymentsin accordance with the A New Tax System (Pay As You Go) Act 1999.

    3.11: DISPUTES

    If either party is dissatisfied with an act or omission of the other party in connection with theContract, that party is to notify the Principals Agent and the other party in writing of a dispute within14 days of the act or omission. The notifying party is to provide particulars, including the factual andlegal basis of any claimed entitlement. If the Contractor and Principals Agent have not resolved thedispute within 21 days after the notice providing particulars of the dispute, the parties may appointan independent Expert to make a decision on the dispute.

    The parties are to share equally the Experts fees and out-of-pocket expenses. Each party is to

    otherwise bear its own costs and share equally any other costs of the process.

    In making the decision, the Expert acts as an expert and not as an arbitrator and is:

    1. not liable for acts, omissions or negligence;

    2. to make the decision on the basis of the written submissions from the parties and withoutformalities such as a hearing; and

    3. Required within 35 days of appointment to give the decision in writing, with brief reasons, toeach party.

    The experts decision is binding unless it requires one party to pay the other an amount exceeding$100,000 and within 14 days of receiving the decision, either party gives notice in writing to the

    other that the party is dissatisfied. In this case the decision is of no effect and either party may thencommence litigation.

    If the Experts decision is binding, and requires one party to pay the other party money, that party isto pay the money within 14 days of receiving the decision of the Expert.

    3.12: SUSPENSION

    The Principals Representative may direct the Contractor to suspend all or part of the Works and theContractor is to carry out the direction.

    If the direction to suspend the work is due to any act or omission of the Principal, the Principals

    Representative and the Contractor are to meet to agree on the reasonable extra costs payable to

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    16/26

    Request for Tender T-2014-025

    Auburn City Council Page 16 of 26

    the Contractor which resulted from the suspension. If they do not agree within 14 days after themeeting, the Principals Representative is to assess those extra costs.

    The Contractor is to recommence the Works as soon as practicable after being directed to do so bythe Principals Representative.

    3.13: TERMINATION

    Without prejudice to any other rights which the Principal has, if the Contractor commits a substantialbreach of the Contract, including:

    1. failing to carry out a direction of the Principals Representative within the time specified;

    2. not progressing the Works at a reasonable rate;

    3. Failing to effect or maintain any insurance required by the Contract; the Principal may, inwriting, specify the breach and ask the Contractor to give reasons why the Principal shouldnot take further action.

    If the Contractor either fails to give a written response within 7 days of receiving the Principalsnotice, or fails to give reasons satisfactory to the Principal, then the Principal, through the PrincipalsRepresentative may immediately terminate the Contract by notice in writing to the Contractor, inwhich case the respective rights and liabilities of the parties shall be the same as they would be atcommon law if the Contractor had wrongfully repudiated the Contract.

    Having terminated the contract the Principal may immediately take over the uncompelled Works bynotice in writing, suspend payments due or which would become due under Clause 12, and havethe Works completed by others. The Principals Representative is to calculate the differencebetween the costs of having the Works completed by others and the amount of suspendedpayments held by the Principal. If the calculation results in a shortfall of the Principal, theContractor is to pay the amount of the shortfall to the Principal within 7 days of a written demand forpayment. If the calculation results in an excess to the Principal, the Principal is to pay the amount of

    the excess to the Contractor.

    3.14: ACCESS TO INFORMATION (GIPAACT,S.54)

    1. The Contractor must, within 7 days of receiving a written request by the Council,

    provide the Council with immediate access to the following information contained in

    records held by the Contractor:

    (a) information that relates directly to the performance of the Works provided to

    the Council by the Contractor pursuant to the Contract;

    (b) information collected by the Contractor from members of the public to whom it

    provides, or offers to provide, the Works pursuant to the Contract; and

    (c) information received by the Contractor from the Council to enable it to provide

    the Works pursuant to the Contract.

    2. For the purposes of sub-clause (1), information does not include:

    (a) information that discloses or would tend to disclose the Contractors financing

    arrangements, financial modelling, cost structure or profit margin;

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    17/26

    Request for Tender T-2014-025

    Auburn City Council Page 17 of 26

    (b) information that the Contractor is prohibited from disclosing to the Council by

    provision made by or under any Act, whether of any State or Territory, or of

    the Commonwealth; or

    (c) information that, if disclosed to the Council, could reasonably be expected to

    place the Contractor at a substantial commercial disadvantage in relation to

    the Council, whether at present or in the future.

    3. The Contractor will provide copies of any of the information in sub-clause (1), as

    requested by the Council, at the Contractors own expense.

    4. Any failure by the Contractor to comply with any request pursuant to sub-clause (1)

    or (3) will be considered a breach of an essential term and will allow the Council to

    terminate the Contract by providing notice in writing of its intention to do so with the

    termination to take effect 7 days after receipt of the notice. Once the Contractor

    receives the notice, if it fails to remedy the breach within the 7 day period to the

    satisfaction of the Council, then the termination will take effect 7 days after receipt of

    the notice.

    3.15: CONSULTATION (GIPAACT,S.54)

    (1) The Council will take reasonably practicable steps to consult with the Contractor

    before providing any person with access to information relating to the Contract, in

    response to an access application under the Government Information (Public

    Access) Act 2009 (GIPA Act), if it appears that:

    (a) the information:

    i. includes personal information about the Contractor or its employees;

    ii. concerns the Contractors business, commercial, professional or

    financial interests; or

    iii. concerns research that has been, is being, or is intended to be, carried

    out by or on behalf of the Contractor; or

    iv. concerns the affairs of a government of the Commonwealth or another

    State (and the Contractor is that government);

    (b) the Contractor may reasonably be expected to have concerns about the

    disclosure of the information; and

    (c) those concerns may reasonably be expected to be relevant to the question of

    whether there is a public interest consideration against disclosure of the

    information.

    (2) If, following consultation between the Council and the Contractor, the Contractor

    objects to disclosure of some or all of the information, the Contractor must provide

    details of any such objection (including the information objected to and the reasons

    for any such objection) within 5 days of the conclusion of the consultation process.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    18/26

    Request for Tender T-2014-025

    Auburn City Council Page 18 of 26

    (3) In determining whether there is an overriding public interest against disclosure of

    government information, the Council will take into account any objection received by

    the Contractor.

    (4) If the Contractor objects to the disclosure of some or all of the information but the

    Council nonetheless decides to release the information, the Council must not provide

    access until it has given the Contractor notice of the Councils decision and notice of

    the Contractors right to have that decision reviewed.

    (5) Where the Council has given notice to the Contractor in accordance with sub-clause

    (4), the Council must not provide access to the information:

    (a) before the period for applying for review of the decision under Part 5 of the

    GIPA Act has expired; or

    (b) where any review of the decision duly applied for is pending.

    The reference in sub-clause (5)(a) to the period for applying for review of the decision under Part 5

    of the GIPA Act does not include the period that may be available by way of extension of time toapply for review.

    3.16: REGISTRATION OF INSURANCES AND WHSDOCUMENTATION

    The Contractor must be registered and approved with BNG Contractor Services prior to workscommencing. Registration cost is $187 inc GST annually, and all costs for registration must be metby the supplier. Registration and approval must be maintained for the duration of the contract.BNG contact [email protected]

    Tel: (02) 8883 1501

    Fax: (02) 8883 1502www.bngconserve.com.au

    3.17: ETHICS AND FAIR DEALINGS

    3.17.1: Participants agree to Act with Integrity

    The Contractor must comply with and observe the ethical principles in Auburn City CouncilsStatement of Business Ethics which is available from Councils website:

    http://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement ofBusiness Ethics.pdf

    3.17.2: Auburn City Council Code of Conduct

    The Contractor must comply with and observe the ethical principles in Auburn City Councils Codeof Conduct which is available from Councils website:

    http://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdf

    mailto:[email protected]:[email protected]://www.bngconserve.com.au/http://www.bngconserve.com.au/http://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/CouncilandDemocracy/CouncilandDemocracyDocuments/Code%20of%20Conduct.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.auburn.nsw.gov.au/Govern1/TendersandContracts/TenderDocuments/Statement%20of%20Business%20Ethics.pdfhttp://www.bngconserve.com.au/mailto:[email protected]
  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    19/26

    Request for Tender T-2014-025

    Auburn City Council Page 19 of 26

    The Code of Conduct specifically requires that Councillors and staff shall not seek or accept anypayment, gift or benefit intended or likely to influence, or that could be reasonably perceived by animpartial observer as intended or likely to influence them to:

    Act in a particular way (including making a particular decision)

    Fail to act in a particular circumstance

    Otherwise deviate from the proper exercise of their official duties.

    3.17.3: Conflict of Interest

    The Contractor declares that, other than conflicts notified to Auburn City Council, no conflict ofinterest exists, or is likely to arise, which would affect the performance of its obligations under thisContract.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    20/26

    Request for Tender T-2014-025

    Auburn City Council Page 20 of 26

    Section 4:SPECIFICATION ROAD SUCTION SWEEPER

    4.1. INTRODUCTION

    This Specification calls for the supply of:

    One (1) only Road Suction Regenerative Air Sweeper with dual steer, and be suitable for collectionof litter and silt from roadways.

    4.2. REQUIREMENTS

    STATUTORY REQUIREMENTS

    The design and manufacture of these garbage compaction trucks shall meet and comply with allcurrent registration and design rule requirements stipulated by the Roads and Maritime Services of

    New South Wales and all relevant sections of the WorkCovers Health and Safety at Work TheWaste Management and Recycling Industry, requirements.

    4.3. NOISE

    Council will require independent certification of noise levels prior to delivery. This cost is to beincluded in the Tender.

    The nose levels when the vehicle is operating are to be stated for internal cabin noise levelsand at 7.0 metres together with accepted noise levels, as per workcover requirements.

    Noise level inside cabin shall not exceed 78 Decibels.

    Noise levels outside the cabin shall not exceed 105 Decibels.

    4.4. SERVICE PLATE

    Each unit is to be fitted with a durable (aluminium) operators daily service instruction plate.

    PAINTING (COMPACTION BODY AND BODY OF SWEEPER)

    All metal surfaces shall be dry and thoroughly cleaned of mill-scale, grease, oil and rust beforewelding or applying the priming coat. Mill-scale on rolled steel surfaces shall be removed byabrasive blast cleaning. All surfaces shall be thoroughly primed before assembly. The priming andsurface preparation shall be in accordance with paint manufacturers recommendations. Wherepanels are to be covered by framework they shall be cleaned and primed prior to assembly.

    All welds, pits, scratches etc. are to be completely filled and the surfacing coats sanded downsmooth before finishing coats are applied.

    The compactor body is to be painted white using commercial, high gloss finish, free from runs,prominent orange peel or other defects.

    The sweeper body is to be painted white to match existing fleet vehicles.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    21/26

    Request for Tender T-2014-025

    Auburn City Council Page 21 of 26

    Any signs required by Roads and Maritime Services denoting Left Hand Drive and suitablehazard warnings to be provided.

    4.5. RISK ASSESSMENT OF COMPLETED UNIT

    Under the NSW Work Health and Safety (WHS) regulations 2011, the supplier (seller) of equipmentis to provide the purchaser, details of the risks associated arising from the condition and use of theparticular item being offered. The supplier is to provide a WorkCover complying risk assessment asa mandatory requirement of this Quotation. Failure to provide this requirement will result in theTender NOT being considered.

    4.6. KEYS

    Three (3) sets of keys are required with each unit.

    4.7. WARRANTY

    Complete details of warranty offered on the cab chassis and compaction bodies Quoted shall bestated. A minimum of (24) months is required.

    4.8. MANUALS

    The following manuals are required for the chassis and compaction body.

    a) One operator manual for each unit delivered and one for the maintenance section.

    b) One comprehensive parts manual and / or CD Rom.

    c) One comprehensive workshop service and repair manual.

    Prices for these manuals are to be included for each item of plant.

    4.9. PRE-DELIVERY INSPECTION

    Council is to be offered the option of pre-delivery inspection.

    4.10. DELIVERY

    Respondents are to provide a firm lead time from receipt of Councils Letter of Acceptance orPurchase Order.

    4.11. SPECIFICATION AND BROCHURES

    Tenders are to include comprehensive details of the cab chassis and compaction bodies being

    offered including specifications and brochures.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    22/26

    Request for Tender T-2014-025

    Auburn City Council Page 22 of 26

    4.12. PARTS AVAILABILITY

    Tenders must provide a complete list of parts for each machine, In addition Respondents must state

    the location of their parts facility nearest to Councils Depot at Auburn and also indicate whatassurances can be given as to minimise delay in supply of any part not stocked at that location.

    4.13. SERVICE AVAILABILITY

    Tenders should indicate what field service facilities are available for warranty or for any subsequentdealer service which Council may wish to utilise within its area.

    4.14. TRAINING

    Operation and maintenance training for Councils Drivers and Maintenance staff is required to bearranged at a mutually agreeable time shortly after delivery of completed unit. Respondents are tosupply details of training to be offered.

    4.15. TOOLS AND TOOL BOX

    An externally mounted lockable toolbox is required, complete with a tool kit for the driver, comprisingas a minimum an effective jack and wheel brace, and breakdown warning triangles. The toolbox isto be large enough to store daily consumables such as gloves and spare wheel and axle assembliesfor wheeled garbage containers.

    The tool box should be as large as possible for the space available and are to be specified in theTender response.

    4.16. REGISTRATION

    The successful Respondent is to register the completed units on behalf of Council prior to delivery.The registration shall run to Councils common expiry date of 1thSeptember. All registration formsand CTP green slips shall be provided with Councils official order. The registration costs are tobe invoiced separately and not included in the Tender price.

    4.17. SIGNWRITING

    Respondents are required to allow for signwriting on the cabin and body of the vehicle and allsignwriting must be to Auburn City Council specifications.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    23/26

    Request for Tender T-2014-025

    Auburn City Council Page 23 of 26

    4.18. ROAD SUCTION SWEEPER

    CAB/CHASSIS REQUIREMENTS

    Cabin/chassis design to be fully integrated for use with sweeper body.

    Hopper body to be between 3m6m.

    Vehicle to comply with Roads and Maritime Services and Workcover requirements.

    Both left and right hand driving and operation controls are to be fitted to the vehicle.

    Drive controls shall be fitted by the truck manufacturer or approved by the truck manufacturerand Roads and Maritime Services, and not to affect truck warranty.

    Cabin to incorporate twin windscreen wipers and washers.

    Cabin to be fully air-conditioned.

    AM/FM Radio, CD Player, Bluetooth.

    Main engine hour meter.

    Tinted windows.

    Supply spare wheel and tyre (no spare wheel carrier required).

    Two West Coast Type rear view mirrors (one each side) heated and adjustable from inside thecab shall be fitted and be approximately 460mm x 125mm including spot mirrors.

    Interior and exterior rear view mirrors for maximum visibility for driver.

    Vehicle registration as plant to Auburn Councils common expiry date 1 September.

    Internal cabin light.

    Internal/External sunvisor.

    Storage facility for Operators personal effects inside the cabin.

    Variable speed washer/wipers.

    Access to cabin from both sides.

    Colour camera with viewing to rear. Display to be visible from both side seats.

    2Kg dry powder fire extinguisher in cabin.

    External hopper tipping control.

    Centre mounted control console capable of use from both sides.

    Battery isolator.

    Cabin to have an air connection for cleaning out purposes.

    Cabin to have tilt functionnot manual.

    Wiring for UHF and Mobile Phone.

    Controls shall be ergonomically positioned for ease of use by driver.

    Seats are to be air operated with Tilt/Slide adjustment and Lumbar Support.

    Reversing alarm adjustable.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    24/26

    Request for Tender T-2014-025

    Auburn City Council Page 24 of 26

    4.19. MAIN ENGINE REQUIREMENTS

    Engine: Diesel 6 Cylinder preferably liquid cooled, naturally aspirated with a maximum netpower up to 190 kw or manufacturers rating. Full details of specifications required.

    4.20. DIMENSIONS

    Must be specified for the waste collection body and comply with the recommendations of theNational Association State Road Authorities and NSW Roads and Maritime Services for unrestricted24 hour use.

    The following dimensions must be stated:

    Wheel Base. Rear of cabin to rear axle.

    Rear of cabin to front axle.

    4.21. AUTOMATIC TRANSMISSION

    Gear box to be Allison Automatic Transmission Model AT545, or equivalent, or HydrostaticTransmission.

    4.22. STEERING

    Steering to be power assisted with dual controlfull details required.

    4.23. PAINTING (CAB CHASSIS)

    The cabin and body exterior is to be finished in whote and the chassis in black.

    4.24. PAYLOAD AND AXLE LOADINGS

    Payload details and axle loadings to be included in the Tender.

    4.25. SWEEPER BODY UNIT

    Sweeper body unit to be all stainless steel welded construction with a body free air volumeof at least 3.5m3.

    Rear door is to be locked and sealed automatically and incorporate separate.

    Inspection/access door. The rear door shall be fitted with a safety prop.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    25/26

    Request for Tender T-2014-025

    Auburn City Council Page 25 of 26

    Body to be readily propped when carrying out any service or maintenance works.

    Hopper to be emptied into rear loader garbage truck.

    4.26. BODY LIFTING EQUIPMENT

    Hydraulic system for body raising and rear door opening is to be driven by P.T.O/pump fittedto the chassis engine/gearbox. A Chelsea Hot Shift design required, or similar.

    Control valves for the manual control of body raising and rear door opening processes to beprovided externally near side of vehicle mid mounted.

    Body is to be equipped with single lift cylinder and an underbody safety prop.

    P.T.O sector/engaged indicator lamp to be provided in cabin console.

    4.27. AUXILIARY ENGINE (IF FITTED)

    Auxiliary engine to be 4-cylinder diesel water-cooled engine type.

    Auxiliary engine to be fitted with equipment to shut down the engine in the event of loss oflubricating oil pressure or over heating of coolant.

    Air cleaner to be dry type with safety element. A restriction indicator is to be provided.

    Fuel tank capacity to be minimum 100 litres and fitted with filler cap/breather and visual levelgauge.

    Auxiliary engine start/run switch to be provided in the cabin. Oil pressure gauge, hour gauge and coolant temperature gauge to be provided in cabin

    console.

    4.28. WATER SYSTEM

    Water tank to be integrated with body, stainless steel construction or corrosion resistantmaterial.

    4.29. WATER SPRAYS

    Water sprays for dust suppression to be provided at the front and rear of the machine,adjacent to the gutter brush, within the suction nozzle.

    Water spray jet controls to be provided within the cabin.

    High pressure washing system comprising hand wand and at least 10m of H.P.hose on aretractable reel.

  • 8/10/2019 T-2014-025 Supply Delivery and Commissioning of a Road Suction Sweeper

    26/26

    Request for Tender T-2014-025

    Auburn City Council Page 26 of 26

    4.30. SWEEPING EQUIPMENT

    Sweeping equipment to consist of two (2) gutter brushes (left and right hand) and one (1)wide sweep brush.

    Wide sweep brush to be of polypropylene material. Brush pressure on the road to be

    variable via a regulated gauge indication control.

    Sweep width up to 3500mm.

    Left and right gutter brooms 400mm to 1000mm diameter.

    Hopper screen vibrators.

    Shovel and broom storage rack.

    Safety walway on unit.

    4.31. SUCTION FAN

    Suction fan to be hydraulically or mechanically driven and incorporate a fluid coupling asnecessary.

    4.32. SWEEPER CONTROLS

    All sweeping operations to be controlled from within the cabin.

    Payload indicator lamp to be provided which will indicate when the vehicle has a full load ofsweepings.

    Controls to select right and left hand sweeping operation to be provided within the cabin.

    4.33. WORKS LAMPS

    LED Left and Right hand work lamps are to be provided to illuminate the gutter sweepingequipment and immediate work area.

    Control to select an appropriate work lamp for night sweeping is to be provided within thecabin.

    4.34. BEACON

    LED Amber Strobe light Beacon (rotating) is to be fitted to both the front and the rear of themachine.