Loading...
HomeMy WebLinkAboutRevised Full Sweeper Lease Bid Package 1 City of Bozeman, Montana Street Division CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2015 Production or Newer Sweeper Lease Separate sealed bids for a 2015 production or newer Sweeper Lease as described in the bid specifications will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m., local time, Tuesday, December 16 2014, and then publicly opened and read aloud. Please write the name of the project: 2015 Production or Newer Sweeper Lease on the front of the sealed bid. The physical address is: City Clerk’s Office, Suite 202, (upstairs) City Hall, 121 N. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk’s Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. Tuesday, December 16, 2014 Original copies must be submitted – no faxed of electronic bids will be accepted. Bids will be opened and read following the close of bids. Requirements for this project including the Bid Specifications / Bid Form may be obtained at the office of the City Clerk, City Hall, 121 North Rouse, Suite 202, Bozeman, Montana 59771, telephone number (406) 582-2320, by e-mail at agenda@bozeman.net, or interested parties may download the project requirements at www.bozeman.net under the “Business” tab, and the RFP/BID drop down menu. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Any submitting entity under this invitation to bid must sign and return the required affirmation stating that they will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the exercise of contract should it be awarded to that entity. Each entity submitting under this notice shall also recognize in writing the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatment of the Contractor’s employees and to all subcontracts. 2 No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, Tuesday, December 16, 2014. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is required to be an Equal Opportunity Employer Dated at Bozeman, Montana, this 25th day of November, 2014 Stacy Ulmen, CMC City Clerk, City of Bozeman Published Bozeman, Montana November 30th, 2014 December 7th, 2014 1 INSTRUCTIONS TO BIDDERS FOR One (1) Sweeper Lease BID DOCUMENTS: The bid documents for the City of Bozeman for One (1) Sweeper Lease include the Invitation to Bid, this Instruction to Bidders, the Bid Specifications and the Bid Form. BIDS: All bids must be legibly written in ink. No alterations by erasures or interlineations will be permitted in bids or in the printed forms. Each bid shall be enclosed in a sealed envelope addressed to: Bozeman City Clerk, PO Box 1231 Bozeman, Montana 59715, or physically delivered to the address on the Invitation to Bid and endorsed on the outside of the envelope with the words: One (1) Sweeper Lease. Bids shall be strictly in accordance with the prescribed Bid Form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the bid being submitted may be rejected as irregular. Each Bidder must return a signed Bid Form incorporating as Exhibit 2 a copy of the Bid Specifications indicating on each line item of equipment or required service whether the Bidder can provide the equipment/service shown in that category or whether the Bidder can provide similar equipment or required service meeting the listed equipment or required service and indicating the details of the alternative equipment or required service. The City reserves the right to reject any alternative equipment or required service. Each bid shall indicate the total bid price. The price quoted in a bid shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the One (1) Sweeper Lease pursuant to the Bid Specifications. It is the intention of the Bid Specifications to provide for and require a complete One (1) Sweeper Lease of the type prescribed in the Bid Specifications and ready for operation by the City. Any items omitted from the Bid Specifications which are clearly necessary for the completion and operation of such equipment and its appurtenances shall be considered a portion of such equipment although not directly specified or called for in the Bid Specifications. All parts shall be new. In all cases, materials must be furnished as specified. Acceptance of delivery of the One (1) Sweeper Lease shall not release the successful contractor from liability for faulty design, workmanship or materials appearing even after final payment has been made. The City reserves the right and shall be at liberty to inspect all materials and workmanship at any time during the manufacturing process and shall have the right to reject all materials and workmanship which do not conform to the specifications. However, the City is under no duty to make inspection, and if no inspection is made, the chosen contractor shall not be relieved of any obligation to furnish materials and workmanship strictly in accordance with specifications. BID SECURITY: To be considered, the bid must be accompanied by a bid security unconditionally payable to the City of Bozeman for ten percent (10%) of the total amount of the bid and attached as Exhibit 1 on the Bid Form. Each Bidder shall expressly covenant in the bid that if the Bidder is awarded the bid, the Bidder will, within thirty (30) days after the bid is awarded, enter into a Lease Agreement 2 with the City of Bozeman in substantially the same form as shown on the Lease Agreement. Bid security must be provided in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier’s check, bank draft, bid bond, guaranty bond, or surety bond. Bid security through a bid, guaranty or surety bond must be issued by a surety company authorized to do business in the State of Montana. The bid security protects and indemnifies the City against the failure or refusal of the successful Bidder to timely enter into the Lease Agreement. SIGNATURE OF BIDDERS: Each bid must be signed in ink by the Bidder with the Bidder’s full name and business address or place of residence. If the Bidder is a firm or partnership, the name and residence of each member must be inserted. If the bid is submitted by or in behalf of a corporation, it must be signed in the name of the corporation by a corporate official authorized to bind the corporation and who shall also affix the corporate seal of the corporation to the bid. Any bid by a corporation signed by a person other than a corporate officer must be accompanied by a power of attorney showing that person’s authority to sign for the corporation. ONLY ONE PROPOSAL: No Bidder may submit more than one bid. Two bids under different names will not be received from one firm, partnership, association, or corporation. RESPONSIBILITY OF AGENT: Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of authority to so sign. TITLE: The position title of any person executing the bid or Agreement shall be clearly indicated beneath the signature. RESPONSIBLE BIDDER: Bidder is not deemed a responsible bidder if Bidder is delinquent in payment of property taxes or special improvement district assessments within the City of Bozeman for at least six (6) months. Any Bidder required by the Bozeman Municipal Code to have a general business license in the City of Bozeman must obtain such license before a bid can be awarded to a bidder. EXAMINATION OF SPECIFICATIONS: Before submitting a bid, each Bidder should examine the Bid Specifications, these Instructions to Bidders, the Bid Form thoroughly and become familiar with federal, state, and local laws, ordinances, rules, and regulations that may, in any manner, affect the cost or delivery of the goods. INTERPRETATION OF CONTRACT DOCUMENTS: If any person contemplating submission of a bid is in doubt as to the true meaning of any part of the specifications, that person may submit a written request to the City for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation a proposed lease agreement will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving the specifications. TIME OF COMPLETION: The time of delivery of the goods to be purchased is a basic consideration of the contract. It is necessary that each Bidder satisfy the City of the Bidder’s ability to deliver the goods being leased within the stipulated time. ADDENDA: If applicable, any addenda issued during the time of bidding, or forming a part of the specifications provided to Bidder for the preparation of Bidder’s proposal, shall be covered in the bid and shall be made a part of the Lease Agreement. Receipt of each addendum shall be acknowledged in the bid. Any bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 3 WITHDRAWAL OF BID: No Bidder may withdraw any bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. Prior to that time, Bidder may withdraw a bid by written request. The request to withdraw a bid must be signed in the same manner and by the same person or persons who signed the bid. ACCEPTANCE AND REJECTION OF BIDS: The City reserves the right to accept or reject the bids in the best interest of the City. The City reserves the right to waive informalities and irregularities in any bid submitted, to reject non-conforming, non-responsive or conditional bids, to correct arithmetic errors without changing unit price, and postpone awarding of the Lease Agreement for a period not exceeding sixty (60) days. AWARD OF BID: If the bid is to be awarded, City will award the bid to the responsible Bidder whose bid is responsive and conforms to all material terms and conditions of the bidding documents and proposed Purchase Agreement, is lowest in price, is in the best interest of the project, and other factors considered. The award will be based on the lowest responsive cumulative base bid plus any added alternate schedules the City determines to include with the project. If the bid is awarded, the award will be made within the period specified in the Lease Agreement. The successful Bidder will be notified by letter mailed to the address shown on the bid that the bid has been accepted and that Bidder has been awarded the bid. CANCELLATION OF AWARD: The City reserves the right to cancel the award of any bid at any time before the complete execution of the Lease Agreement by all parties without any liability against the City. EXECUTION AND APPROVAL OF AGREEMENT: The Lease Agreement shall be signed by the successful Bidder and returned within the time shown on the bid. If the Lease Agreement is not executed by the City within fifteen (15) days following receipt from Bidder of the signed Agreement, Bidder has the right to withdraw the bid without penalty. The Lease Agreement is not effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT: Failure to execute the Lease Agreement shall be just cause for annulment of the award. In the event of such annulment, the bid guarantee shall be forfeited to the City, not as a penalty, but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder, or the project may be re-advertised as the City may decide. PAYMENT: Payment for all goods purchased under the Lease Agreement will be made by the City within the time period specified in and in accordance with the procedures outlined therein. NON-DISCRIMINATION: In accordance with law, each entity submitting a bid shall affirm on the form provided by the City that the Bidder shall not discriminate in the performance of the work called for in the Bid Specifications on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability, with regard to, but not limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, or rendition of services. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from the City of Bozeman unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. 1 CITY OF BOZEMAN, MT. STREET DEPARTMENT Bid Specifications and Bid Form Bids must be submitted on this form BID SPECIFIFICATIONS FOR LEASE ONE NEW 2015 SWEEPER The Sweeper described herein shall be new. All parts and accessories which are required to compose a complete unit shall be furnished whether herein stipulated or not. Unless otherwise noted in these specifications, all equipment cataloged as standard shall be furnished and included in the lease price of the unit. This lease would be a five (5) year lease. The bids will be evaluated on the following financials as well as the listed specifications; Total purchase price, Trade in value on 2009 Elgin Pelican Sweeper, Interest rate, Yearly payment amount, and the Number of payments. All five (5) amounts shall be included with the bid in Section 20. The City of Bozeman reserves the right to accept or reject and or all bids for any reason determined to be in the best interest to the City of Bozeman and its staff. Successful bidder must deliver the sweeper within 180 days or being awarded the bid or must provide the City of Bozeman a sweeper a like model that can be used at any outside temperature until unit is delivered. Sweeper brand bid must be one that the City of Bozeman has owned or had the opportunity to operate during a demonstration. We will not consider bids of brands we have never owned or operated. Section 1: CHASSIS Cab over design Yes____ No____ Exceptions____________________________________________________________ Sweeper shall have an outside turning radius not to exceed eighteen (18) feet Yes____ No____ Exceptions____________________________________________________________ Wheelbase not more than one hundred twelve (112) inches 2 Yes____ No____ Exceptions____________________________________________________________ Chassis shall have engine fuel tank accessible without raising or shifting any components Yes____ No____ Exceptions____________________________________________________________ Chassis shall have vertical exhaust with after treatment; left side preferred Yes____ No____ Exceptions_____________________________________________________________ Chassis shall have exhaust brake Yes____ No____ Exceptions_____________________________________________________________ Rear axle shall have a minimum rating of fourteen thousand (14,000) pound capacity Yes____ No____ Exceptions_____________________________________________________________ Section 2: CAB Cab shall have air conditioning, fresh air heater, ventilator, defroster with adjustable vents; roof mounted air conditioning or components is not acceptable Yes____ No____ Exceptions______________________________________________________________ Switches shall be identified by name, symbol, and illuminated to be identified at night without use of cab dome light Yes____ No____ Exceptions______________________________________________________________ AM/FM radio shall be installed Yes____ No____ Exceptions______________________________________________________________ Steering shall be power with tilt and telescopic steering column adjustment Yes____ No____ Exceptions______________________________________________________________ Seats shall be adjustable and include three (3) point seat belts Yes____ No____ Exceptions______________________________________________________________ Door windows shall be power roll up and have defogger Yes____ No____ Exceptions______________________________________________________________ Wipers shall be intermittent type with washer 3 Yes____ No____ Exceptions______________________________________________________________ All glass shall be tinted safety glass Yes____ No____ Exceptions______________________________________________________________ Speedometer/odometer, tachometer, engine hour meter, engine temperature, oil pressure, voltmeter, fuel level, and water fill gauges shall be factory installed Yes____ No____ Exceptions______________________________________________________________ All hydraulic functions shall be controlled from the cab and easily within reach of each driver station Yes____ No____ Exceptions_____________________________________________________________ Operator shall have adjustable sun visor Yes____ No____ Exceptions_____________________________________________________________ Cab shall have twelve volt (12V) power supply Yes____ No____ Exceptions_____________________________________________________________ Minimum two (2) cab mounted west coast style mirrors with lower convex lenses at least twelve (12) inches in diameter Yes____ No____ Exceptions______________________________________________________________ Door and ignition shall be keyed alike Yes____ No____ Exceptions______________________________________________________________ Automatic electronic back up alarm Yes____ No____ Exceptions______________________________________________________________ Interior shall be acoustically insulated with sound levels not exceeding OSHA standards Yes____ No____ Exceptions______________________________________________________________ Sweeper shall have cameras with monitor mounted inside the cab for viewing when backing up and operation of right side gutter broom; rear view camera must automatically be shown when transmission is in reverse gear Yes____ No____ Exceptions______________________________________________________________ 4 Section 3: ENGINE-CHASSIS Engine shall be diesel with a minimum of four (4) cylinders turbocharged Yes____ No____ Exceptions______________________________________________________________ Engine shall be able to run on up to B20 Biodiesel with no modifications or changes in warranty Yes____ No____ Exceptions______________________________________________________________ Shall have a minimum one hundred ten (110) amp alternator with dual batteries Yes____ No____ Exceptions______________________________________________________________ Anti-freeze shall be rated at minus thirty four (-34F) degrees Fahrenheit or lower Yes____ No____ Exceptions______________________________________________________________ In the event of engine shutdown, steering system shall have manual override Yes____ No____ Exceptions______________________________________________________________ Engine shutdown shall occur with high coolant temperature or low oil pressure Yes____ No____ Exceptions______________________________________________________________ Minimum one thousand (1000) watt block heater with one hundred twenty (120) volt plug in shall be installed Yes____ No____ Exceptions______________________________________________________________ Minimum fuel tank capacity of thirty (30) gallons for the chassis engine Yes____ No____ Exceptions______________________________________________________________ Sections 4: DRIVETRAIN AND SUSPENSION Transmission shall be a minimum of six (6) speeds with heavy duty oil cooler Yes____ No____ Exceptions______________________________________________________________ Rear differential ratio shall be 5.57:1 or equivalent to maintain proper sweeping speeds Yes____ No____ Exceptions______________________________________________________________ Front axle shall be seven thousand (7000) pound weight rating or greater 5 Yes____ No____ Exceptions______________________________________________________________ Rear axle shall be fourteen thousand (14,000) weight rating or greater Yes____ No____ Exceptions______________________________________________________________ Shall have rubber snubber equipped suspension for ride height during transport and dumping stability Yes____ No____ Exceptions______________________________________________________________ Shall have air ride suspension on rear axle Yes____ No____ Exceptions______________________________________________________________ Section 5: TIRES AND WHEELS All tires shall be tubeless radials F Load Rated mounted on steel painted wheels; all six (6) tires and wheels shall be the same size so as to be interchangeable Yes____ No____ Exceptions______________________________________________________________ Rear axle shall have dual wheels; singles or super singles not acceptable Yes____ No____ Exceptions______________________________________________________________ One spare rear tire and wheel, mounted, will be furnished Yes____ No____ Exceptions______________________________________________________________ Section 6: BRAKES Service brakes shall be factory installed by the chassis manufacturer Yes____ No____ Exceptions______________________________________________________________ Brakes shall be disc in the front and drum in the back; vacuum assist hydraulic system Yes____ No____ Exceptions______________________________________________________________ Section 7: GUTTER BROOMS Gutter brooms shall be hydraulic, direct drive mounted on both sides Yes____ No____ Exceptions______________________________________________________________ 6 Brooms shall be automatic self adjusting and maintain the broom pattern throughout the broom life with no input from the operator Yes____ No____ Exceptions______________________________________________________________ Brooms shall be hydraulically raised and lowed in the cab while machine is moving Yes____ No____ Exceptions______________________________________________________________ Each broom shall have a minimum of four (4) replaceable plastic segments, filled with tempered wire bristles Yes____ No____ Exceptions______________________________________________________________ Each broom shall have a spotlight for night operation Yes____ No____ Exceptions______________________________________________________________ Section 8: MAIN BROOM Broom shall be direct drive hydraulic and not less than thirty six (36) inch diameter and not less than fifty eight (58) inches long Yes____ No____ Exceptions______________________________________________________________ Broom raise and lower shall be performed from in cab by operator Yes____ No____ Exceptions______________________________________________________________ Broom shall be one piece prefab disposable type Yes____ No____ Exceptions______________________________________________________________ Sweeping path shall be not less than nine (9) feet six (6) inches wide with both gutter brooms activated Yes____ No____ Exceptions______________________________________________________________ Main broom shall have a spotlight for night operations Yes____ No____ Exceptions______________________________________________________________ 7 Section 9: CONVEYOR Conveyor shall be hydraulically driven with squeegee type elevator and be capable of filling hopper to one hundred (100) percent of usable rated capacity Yes____ No____ Exceptions______________________________________________________________ Conveyor rotation shall be reversible without leaving the cab Yes____ No____ Exceptions______________________________________________________________ Chain squeegee type elevator shall have no less than eight (8) replaceable rubber flights Yes____ No____ Exceptions______________________________________________________________ Section 10: HOPPER Hopper shall be front side dumping and be capable of dumping from ground level, eighteen (18) inches, to no less than ten (10) feet Yes____ No____ Exceptions______________________________________________________________ Hopper door shall be hydraulically controlled and open automatically when hopper is tilted Yes____ No____ Exceptions______________________________________________________________ Dumping capacity shall not be less than nine thousand three hundred (9300) pounds Yes____ No____ Exceptions______________________________________________________________ Usable capacity shall not be less than three point two (3.2) cubic yards Yes____ No____ Exceptions______________________________________________________________ Section 11: WATER SYSTEM Minimum tank capacity shall be two hundred twenty (220) gallons Yes____ No____ Exceptions______________________________________________________________ Tanks shall be constructed of polyethylene or stainless steel; epoxy lined tanks are not acceptable Yes____ No____ Exceptions______________________________________________________________ 8 Pump shall be capable of running dry without causing damage to the pump; automatic shut off when empty is acceptable Yes____ No____ Exceptions______________________________________________________________ Water tank shall have a low level indicator when twenty five (25) gallons remain Yes____ No____ Exceptions______________________________________________________________ Hopper/conveyor shall be equipped with internal flush and wash down system Yes____ No____ Exceptions______________________________________________________________ Water fill hose shall be no less than sixteen (16) feet equipped with a two and one half (2 ½) inch NST hydrant coupler Yes____ No____ Exceptions______________________________________________________________ Section 12: HYDRAULIC SYSTEM Tank shall be no less than thirty (30) gallons with sight gauge Yes____ No____ Exceptions______________________________________________________________ Shall have a load sense piston type pump capable of delivering thirty two (32) GPM at two thousand seven hundred (2700) Auxiliary Engine RPM’s Yes____ No____ Exceptions______________________________________________________________ Return circuit shall be equipped with a ten (10) micron filter Yes____ No____ Exceptions______________________________________________________________ Shall be equipped with a filter restriction gauge Yes____ No____ Exceptions______________________________________________________________ An auxiliary engine shutdown shall occur if hydraulic temperatures exceed safe operating levels Yes____ No____ Exceptions______________________________________________________________ Breather shall be ten (10) micron Yes____ No____ Exceptions______________________________________________________________ Shall have externally mounted hydraulic cooler Yes____ No____ Exceptions______________________________________________________________ 9 All pressure hydraulic fittings shall be JIC thirty seven (37) degree type Yes____ No____ Exceptions______________________________________________________________ A shutdown shall be provided which stops the engine when the hydraulic oil falls below the acceptable level required to operate the machine Yes____ No____ Exceptions______________________________________________________________ Section 13: AUXILIARY ENGINE Shall be no less than fifty eight (58) horsepower at two thousand seven hundred (2700) RPM Yes____ No____ Exceptions______________________________________________________________ Shall be four (4) cylinders, turbocharged diesel; no less than two point four (2.4) liters Yes____ No____ Exceptions______________________________________________________________ Antifreeze protection to minus thirty four (-34F) degrees Fahrenheit Yes____ No____ Exceptions______________________________________________________________ Section 14: CONTROLS All sweeper control functions shall be mounted on a center console that allows the operator to view all important information while sweeping Yes____ No____ Exceptions______________________________________________________________ Sweep, spray water and lighting functions shall be conventional rocker switches Yes____ No____ Exceptions______________________________________________________________ Rocker switches shall be clearly identified by name and symbol Yes____ No____ Exceptions______________________________________________________________ Hydraulic functions shall be controlled by conventional rocker switches Yes____ No____ Exceptions______________________________________________________________ Hopper dump function shall be controlled by rocker switches Yes____ No____ Exceptions______________________________________________________________ 10 Shall have dash mounted seven (7) inch color monitor system with dual camera for views of side broom or rear view Yes____ No____ Exceptions______________________________________________________________ Section 15: PAINT Exterior color shall factory standard high gloss white Yes____ No____ Exception_______________________________________________________________ Section 16: MANUALS Two (2) parts manuals shall be provided; electronic version preferred Yes____ No____ Exceptions______________________________________________________________ Two (2) operator manuals shall be provided; hard copy preferred Yes____ No____ Exceptions______________________________________________________________ Repair, service and troubleshooting manual shall be provided; electronic version preferred Yes____ No____ Exceptions______________________________________________________________ Access to dealer online programs, parts and service Yes____ No____ Exceptions______________________________________________________________ Section 17: WARRANTY Manufacturer’s warranty shall not be less than one (1) year on entire vehicle Yes____ No____ Exceptions______________________________________________________________ Section 18: SERVICE AND TRAINING Vendor shall have full parts and service facility within a reasonable distance of the City Shop Complex. During warranty period all parts will be shipped overnight if sweeper is not useable. State distance. Yes____ No____ Exceptions______________________________________________________________ 11 Safety, operation, maintenance and service training will be provided at the City Shop Complex for operators and mechanics within fifteen (15) days of delivery. This will be the same training that is offered to dealership technicians. Training shall be conducted by a qualified trainer. If training cannot be conducted at the Shop Complex then all costs for training at a remote site shall be paid by the successful bidder Yes____ No____ Exception_______________________________________________________________ Section 19: DELIVERY Sweeper shall be delivered during normal business hours to the City Shop Complex Vehicle Maintenance Shop. Title or Certificate of Origin shall say, City of Bozeman Box 1230 and 814 N. Bozeman Yes____ No____ Exceptions______________________________________________________________ Warranty will start when sweeper has been inspected and accepted by City personnel Yes____ No____ Exceptions______________________________________________________________ Section 20: LEASE Bidder will state payment options under a lease/purchase agreement with five (5) year term. Payments will be made in advance with first payment due at delivery Total Purchase Price $___________________ Trade-in value on 2009 Elgin Pelican Sweeper $ Interest Rate _________% Yearly Payment amount $________________ Number of payments___________