28
May 23, 2011 «FirstName» «Company» «Address1» «City» SUBJECT: Regenerative Air Sweeper Dear «LastName»: This letter is your notification of the City of Powell’s intent to request bids from qualified vendors for the supply, delivery, and training on a regenerative air sweeper for its street department. Enclosed please find the following documents: Invitation to Bid Regenerative Air Sweeper Specifications Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist These forms will enable you to submit a bid for the above-mentioned street sweeper. Should you require additional information, please do not hesitate to contact me at the address and phone number listed below. I thank you in advance for your interest in the City of Powell. Sincerely yours, Gary Butts Public Services Manager / Streets Superintendent City of Powell (307) 754-9513 [email protected]

n of the City of Powell’s intent to request bids from ...cityofpowell.com/assets/pdf/Sweeper.pdfBid Proposal Contract ... Raker bar drags wet ... This letter is your notification

Embed Size (px)

Citation preview

May 23, 2011 «FirstName» «Company» «Address1» «City» SUBJECT: Regenerative Air Sweeper Dear «LastName»: This letter is your notification of the City of Powell’s intent to request bids from qualified vendors for the supply, delivery, and training on a regenerative air sweeper for its street department. Enclosed please find the following documents:

Invitation to Bid Regenerative Air Sweeper Specifications Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

These forms will enable you to submit a bid for the above-mentioned street sweeper. Should you require additional information, please do not hesitate to contact me at the address and phone number listed below. I thank you in advance for your interest in the City of Powell. Sincerely yours,

Gary Butts Public Services Manager / Streets Superintendent City of Powell (307) 754-9513 [email protected]

CITY OF POWELL, WYOMING

1.0 INSTRUCTIONS TO BIDDERS

1.1 Purpose

The attached Bid Specifications are submitted to solicit bids from qualified vendors to supply, deliver, and train city street personnel on a regenerative air sweeper to the City of Powell, Powell, Wyoming for its street department.

1.2 Bid Submittal

Sealed bids (using the City of Powell Bid Forms) will be accepted by the City of Powell, Post Office Box 1008, Powell, Wyoming, 82435-1008, until 10:00 AM, Tuesday, June 28, 2011. The bids will be publicly opened, read and canvassed on the above hour and date and award made as soon thereafter as practicable. It is the bidder's responsibility alone to ensure delivery of the sealed bids to the City of Powell prior to the bid opening time stipulated in the Invitation to Bid.

1.3 Preparation of Bid

All bids must be submitted on the required bid form. All blank spaces must be filled in, in ink or typewritten and the bid must be fully completed and executed when submitted. No alterations in the bid or in the printed forms will be acceptable.

2.0 GENERAL CONDITIONS

2.1 Bid Security

All bids must be accompanied by bid security in the form of a certified check, cashier’s check or bid bond, payable without conditions to the City of Powell, in the amount of five (5) percent of the amount of bid. The bid security will be retained by the City of Powell as liquidated damages should the successful bidder refuse or fail to enter into contract agreement within ten (10) days from the date of “Notice of Award”.

2.2 Right to Reject Bids

The City of Powell reserves the right to reject any or all bids, to waive technicalities or informalities and to accept any bid deemed to be in the best interest of the City. 2.3 Wyoming State Preference

Preference is hereby given to materials, supplies, agricultural products, equipment, machinery and provisions produced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by the competitors outside of the state (16-6-106).

2.4 Price Protection

Prices quoted in the bid shall be firm prices and not subject to increase during the term of any

contractual agreement between the City and Vendor. All prices are to be F.O.B. point of

delivery, less any federal excise and state sales taxes. Vendors must stipulate the expiration date of quoted prices.

2.0 GENERAL CONDITIONS - continued

2.5 Contract

The contract shall include a date agreed upon by the successful bidder and the City of Powell, as to when the regenerative air sweeper shall be delivered. The contract shall include liquidated damages in the amount of $50.00 per calendar day for failure to deliver the regenerative air sweeper within the specified time.

3.0 GENERAL CONDITIONS 3.1 Regenerative Air Sweeper

a. Replacement Parts - The air sweeper manufacturer shall maintain a replacement parts department to furnish replacement parts and service for the equipment. Parts availability shall extend beyond the life expectancy of the unit.

b. The bidder shall state the location of the nearest manufacturer approved parts

replacement facility.

c. Maintenance Service - The bidder shall be capable of offering a complete contract maintenance service available through a manufacturer approved local service shop and the location of the shop shall be shown in the bid.

d. Successful bidder shall supply the City with one complete set of sweeper operators'

and sweeper parts and service manuals and one set on CD as well as one set of service and parts manuals on the chassis unit.

3.2 Variations to the Bid Specifications Any variations to the bid specifications must be submitted at the time of the bid opening in writing so stating the exceptions. This includes not meeting minimum specifications, or making substitutions deemed by the vendor as being equal or superior to specifications. Vendor will be responsible for satisfying the City regarding substitutions.

4.0 SELECTION PROCESS

4.1 Evaluation Appropriate city staff will review and evaluate all bids. 4.2 Selection Following the evaluation process described above, the evaluation staff will present their recommendation to the City Administrator. The City will make all decisions regarding selection and awarding of contract. The decisions of the Mayor and Council will be considered final.

POWELL, WY

GENERAL SPECIFICATIONS

Diesel Powered 7.3 Cubic Yard Volumetric Capacity Municipal Street Sweeper

(With Twin Gutter Brooms & Dual Steering)

It is the intent of these specifications to describe a street sweeper in sufficient detail to assure that product

reliability, design integrity, technical soundness and sweeping performance is provided. The unit provided shall be

new, of current manufacture, and the model and series must have been in production a minimum of five (5) years.

Bidder shall provide a list of 5 cities currently using the model as bid within the State of Wyoming as part of the

bid package. All parts not specifically mentioned, which are necessary to provide a complete street sweeper, shall

be included in the bid and shall conform in strength and quality of material and workmanship to what is normally

provided to the trade in general. Bidder shall be required to demonstrate the proposed unit with a Broom Assisted

head in the City before the Bid Opening.

The unit shall be delivered completely assembled, serviced and ready to operate. The bidder shall have a qualified

service representative in attendance with the sweeper during start up operation to make any adjustments and give

instructions to assure proper operation of the sweeper.

Delivery is a critical item as part of the bid package. Preference shall be given for immediate delivery of

equipment that meets the minimum specifications as listed. The City has determined that the Isuzu FVR Chassis is

the preferred chassis due to service availability and turning radius needs.

The sweeper shall be warranted to be free from defective materials and workmanship for a period of 12 months or

1,000 hours from date of delivery.

The unit bid shall be a diesel powered regenerative air sweeper mounted on a diesel powered truck chassis.

COMPLIANCE TO SPECIFICATIONS

The bidder shall indicate his compliance with a “Yes” or non-compliance with a “No” for each line item

specification. Any space left blank shall be considered non-compliance. Any “no” answers or deviations from

the specification must be explained in full on a separate sheet of paper numbered to correspond with the number of

the item and must fully explain and substantiate why it is equal or better in design, performance, operation, etc. No

deviation below “minimum” specifications will be accepted. Falsification of compliance or non compliance will

deem the bid nonresponsive and nullify the bid. Failure to provide explanation to exceptions will deem the bid non

responsive and nullify the bid.

MANUALS/TRAINING _____ The bidder shall supply one sweeper operator and one sweeper parts and service manual and one set on

CD with each unit.

_____ Manufacturer shall have available certifiable training course for complete maintenance and operation of

sweeper. Manufacturer must have scheduled a minimum of 25 training courses per year for convenience

of customers scheduling.

_____ Bidder shall provide operator instruction/safety/maintenance procedures on DVD with the unit.

1

PAINT - COLOR _____ The entire unit shall be painted with manufacturers standard white paint applied over a suitable primer.

Pick-up head, gutter brooms and truck frame shall be painted black.

REGENERATIVE AIR SWEEPER

POWER UNIT _______ The Sweeper power unit shall be a diesel fueled, water cooled, turbocharged Tier-3 industrial engine. Piston

displacement shall not be less than 275 cubic inch developing not less than 99 HP @ 2400 RPM and 261 ft. lbs.

torque @ 1600 RPM. Engine shall be 4 cycle, 4.19 inch bore and 5.00 inch stroke. Engine shall be governed at a

maximum of 2,000 RPM for long engine life and fuel efficiency.

_______ Cylinder construction shall be wet sleeve type.

_______ Spin-on replacement type oil filter.

_______ A fuel/water separator shall be furnished.

_______ 12 volt ignition, electric starter and minimum 95 amp alternator with charge indicator gauge mounted on control

console in cab.

_______ Unit shall have an automatic shutdown system when coolant temperature is too high, coolant level is too low or

oil pressure is too low.

_______ Unit shall share a 50 gallon fuel tank and batteries with chassis engine.

_______ Unit shall have a replaceable element, heavy duty dry type air cleaner with a safety element and a self emptying

spinner type pre cleaner.

_______ Injector pump shall have centrifugal type variable speed governor for speed control.

______ _ Engine shall have an air intake heating system to warm the air for cold weather starting. Glow plugs or block

heaters are not acceptable.

DUST SEPARATOR ______ Separation of the dirt and refuse from the air stream shall be accomplished within the hopper by means of a multi-

pass cylindrical centrifugal single chamber dust separator with a minimum size of 20" diameter and 61" width.

The separator shall be designed so that it will not plug with normally encountered debris. One hundred percent of

the airflow shall pass through and be cleaned by the dust separator on each pass through before returning through

the blower wheel to reduce wear.

_______ To prevent premature wear to the air circuit, unit shall have a minimum of 60 square inches of open ejection slot

to allow dust to be ejected from the centrifugal dust separator into a separate contained holding area within the

hopper. Hoppers not having a separate holding area from the separator and hopper debris area for ejected fines

will not be acceptable. List square inches of ejection slot_________sq In. _______ The dust separator shall have a minimum 24" x 61" curved, easy to open door allowing inspection and cleaning of

the interior. The door shall have an abrasion resistant bonded rubber lining material for long life.

_______ The entire dust separator inlet area shall be lined with a bolt-in replaceable, wear resistant rubber liner for long

life.

_______ A minimum 5,100 square inch steel screen of not less than 13 gauge shall be provided to allow air to move freely

from the hopper into the centrifugal dust separator. Screen shall be wire woven steel with opening sizes no larger

than ¼ inch to minimize size of debris passing through to reduce wear. Screen shall be designed for chip seal

work and sized accordingly as indicated. Indicate size____________Sq Inches

_______ Separator shall be upgraded from Factory Standard to High Capacity with 80% more holding capacity than

standard dust separator holding area.

2

HOPPER _______ Hopper size to be approximately seven and three tenths (7.3) cubic yard volumetric measurement with an

operating load capacity of not less than 6 cubic yards.

_______ Dumping shall be accomplished by means of hydraulically actuated cylinders attached to a rear door which shall

have a minimum opening of 84" x 44" with a raker bar moving inside hopper as door is opened and closed to

dump debris behind the rear wheels. Raker bar drags wet compacted debris out of the hopper and is required.

_______ Hydraulic cylinder movement shall be controlled with the use of an electric toggle switch located on the side of

the hopper so discharging of debris may be viewed during dumping for maximum safety. An additional in cab

dump switch shall be included to allow the operator to dump the load from inside the cab.

_______ The hopper floor shall have a minimum of 22 degree slope.

_______ Hopper door shall be opened and closed hydraulically and be held in the closed position by means of a lock valve

located in the hydraulic dump circuit.

_______ A 9.75"x 29" inspection door shall be provided on both left and right side of the hopper for easy viewing inside

hopper and insertion of large debris. Top of door shall be no higher than 6 feet from the ground level so the

operator can safely access the door for load inspection and insertion of oversize debris at ground level.

_______ Hopper shall be maintained airtight through use of rubber seals on all doors and openings.

_______ Hopper suction inlet roof area shall have a bolt on replaceable wear resistant liner 3/8"x11"x10'.

_______ Abrasion protection package shall be furnished with hopper screen with 2 screen baffles; 2 protective hopper wall

liners; suction nozzle liner; pressure side head wear pads; heavy duty pressure and suction hoses with 3/8 thick

walls. Liners to be bolt in replaceable rubber.

_______ An amber high powered strobe light with field-selectable flash patterns via an internal jumper for quad flash or

double flash; diagnostic indicator; a photocell for automatic “night” mode switch; RFI protection; 2 amps @ 12V

DC; output of 19.5 joules (quad flash mode). The strobe light shall have a protective limb guard.

_______ Two (2) work lights shall be mounted at the rear of the hopper to illuminate the dump area.

_______ Two (2) amber flashing warning lights shall be mounted at the rear of the hopper.

_______ Hopper screen, chip seal/milling hopper screen of ¼" mesh high carbon steel wire woven shall be furnished.

_______ Hopper load indicator shall be provided with a sensor with audible and visual indicators in cab that signals full

load.

_______ Hopper deluge system with 4 ea. high volume nozzles which attach to a fire hydrant to flush the hopper shall be

furnished and shall include quick disconnect fittings on nozzle and filler hose for easy cleanout of hopper.

HYDRAULIC SYSTEM _______ The hydraulic system shall be adequate for use within the design requirements of the sweeper. The system shall

include a minimum 25 gallon reservoir, sight gauge, temperature gauge, 80 mesh suction strainer, spin-on

replaceable full flow oil filter, hydraulic cylinders, gutter broom drive motors, control valves, relief valves, oil

cooler, hydraulic hoses and standard fittings.

_______ The hydraulic pump shall be engine mounted, gear driven by the auxiliary engine.

_______ Pressure shall be 2500 PSI maximum for gutter brooms and 1500 PSI maximum for pick-up head and dump door.

_______ Auxiliary hydraulic system shall be furnished to electrically operate the hydraulic system without auxiliary engine

running.

BLOWER _______ Heavy duty, wear resistant, high strength cast aluminum alloy turbine type open face blower computer balanced

within 4 grams shall be provided to create air pressure and suction.

_______ Blower wheel shall be covered with wear resistant rubber for long life.

_______ Blower shall be mounted on self aligning anti-friction bearings, sealed and lubricated for life. If bearings are not

sealed, then an automatic lube system must be furnished.

_______ Blower shall be driven from PTO off auxiliary engine by heavy duty power belt which shall be adjustable for

tension.

_______ Blower housing shall be a bolt on design and shall be lined with a bolt-in wear resistant, replaceable rubber liner

for long life.

_______ Blower not to exceed 3000 RPM to insure smooth efficient performance. List Maximum Blower RPM at max

governed engine RPM._________________

_______ Stainless Steel Blower Housing shall be furnished using abrasion resistant plate made from10 gauge.

3

PICK-UP HEAD - BROOM ASSIST _______ A spring balanced all steel fabricated pick-up head with maximum length and width of 87" x 41" I.D. shall be

provided.

_______ The pick-up head shall have a separate upper and lower chamber where pressurized air is blasted from upper

chamber through an elongated blast orifice to street surface.

_______ Blast orifice flange shall be of bolt-on design so that flange is easily replaced and shall have adjustment

mechanism so that blast orifice gap is easily adjusted without removing pick-up head from sweeper.

_______ Pick-up head shall have a 14 inch diameter (minimum) pressure inlet ring located on left side of pick-up head.

_______ A 14 inch diameter (minimum) pressure hose attached between pick-up head and blower housing shall be

provided.

_______ A bolt-on pressure inlet ring with turning vanes shall be provided for efficient performance and easy service.

_______ A 14 inch diameter (minimum) suction hose, attached to a quick disconnect transition at the hopper, shall extend

down to the right side of the pick-up head and shall be attached to the pick-up head suction nozzle ring which

shall be constructed of 1/4 inch steel.

_______ Suction hose shall have a minimum 3/8 inch wall construction for long life.

_______ Pick-up head shall be equipped with 2" wide adjustable side mounted integral alloy steel and carbide runners for

maximum pick up ability and long life. Skid runners to be warranted for 2 years/2,000 hours prorated. Runners

shall be symmetrical for optimum life and shall be switchable side to side for maximum wear.

_______ Pick-up head shall be raised and lowered hydraulically by a single switch on the control panel.

_______ Pressure inlet ring shall be equipped with an adjustable pressure relief for optimum leaf and light debris sweeping;

control shall be mounted inside cab.

_______ Electric linear actuator for pick-up head pressure bleeder control shall be furnished.

_______ A broom shall be mounted at the rear of the pick-up head and shall be fully enclosed.

_______ Control of broom rotation and positioning shall be accomplished by a single toggle switch located on the control

console in the cab.

_______ The broom shall be driven hydraulically at 230 RPM. A separate hydraulic pump will be provided for all broom

functions.

_______ The broom shall be 79" long and 12" in diameter.

_______ Broom pattern shall be easily adjustable by mechanisms on the top of pick-up head.

_______ Nominal broom replacement time shall be 15 minutes.

_______ Design of broom suspension shall provide automatic independent adjustment of each broom end to the surface

being swept.

_______ Two (2) hydraulic cylinders shall be incorporated to provide positioning and the independent suspension of the

broom ends.

_______ Down pressure and broom pattern shall be hydromechanically controlled to provide maximum broom

performance and life.

_______ Reverse Pick-Up Head System shall allow unit to back up without damage to pick up head by using chains to pull

the head in reverse while the head is down.

______ A hydrant hookup shall be included on the head to allow washout of the head. Shall have a deflector to spread

water across the head on top of the broom. Shall clean broom chamber and head.

_______ Hydraulic pick-up head front curtain lifter shall be provided to give the pick-up head the ability to sweep a large

volume of light debris such as leaves, grass, paper, etc. without causing excessive debris accumulation at the pick-

up head inlet. It shall be hydraulically controlled with a switch within the cab of the truck and shall have a front

mounted roller on the head to lift the center of the front curtains to allow light debris to flow into the head.

4

GUTTER BROOM(S) _______ Dual gutter brooms shall be 43 inch minimum diameter, wire filled vertical digger type for removing debris from

gutter area. _______ Gutter brooms shall be hydraulic motor driven and shall be positioned laterally and vertically by one hydraulic

cylinder. For simplification and lower maintenance, lift and drive shall be hydraulic off same pump. _______ Gutter broom down pressure shall be automatically adjusted to load by a pressure sensing sequence valve inline

with gutter broom torque motor. _______ Each gutter broom shall have adjustment for bristle contact pattern and wear. _______ Each gutter broom shall have lateral flexibility to swing rearward 15" when encountering the impact of an

immovable object thus avoiding damage to the broom assembly. _______ Each gutter broom shall have a spring adjustment to allow downward compensation for bristle wear and shall be

free floating to follow street contour. _______ Each gutter broom shall be held in the up and transit position by use of an electric lock valve attachment. Upward

motion of gutter broom shall be regulated by an adjustable flow control valve. _______ Each gutter broom shall be controlled from inside the cab by a single electric toggle switch. _______ Both gutter brooms shall additionally incorporate a hydraulically actuated tilt capability of 27 degrees, remotely

controlled from the operator’s seat to allow instant adjustment for debris removal from deep gutters (such as those resulting from multiple overlays of blacktop).

______ Gutter broom speed shall be hydraulically controlled from in the cab and adjustable for RPM.

DUST CONTROL WATER SYSTEM _______ Water tanks shall be 325 gallon capacity, constructed of recyclable polyethylene for strength and puncture

resistance. Tanks shall be 100% rustproof and shall be of bolt-in design for easy removal. A water level sight

gauge shall be provided that can be viewed from inside the cab. Indicate number of water tips and GPM

per tip. _____________________Indicate run time per tank with 100% of spray tips per bid running at

maximum pump GPM flow.________________Minutes per tank

_______ Water from tank to be filtered by 80 mesh cleanable filter located between tank and water pump.

_______ Aux Engine driven pump delivering maximum of 3.5 GPM with a 25 PSI system relief pressure and with an

electronic solid state liquid level sensor to automatically shut off pump and turn on low water warning lamp when

water is depleted. Unit shall use only one water pump for all water functions including high pressure.

_______ Electric solenoid water control valves shall be cab controlled. Spray system shall include spray nozzles to be

located as follows: minimum of 4 on outside of pick-up head; 2 for each gutter broom; 1 inside hopper. Water

nozzles to be located on outside of pick-up head and suction tube for easy inspection and superior dust control.

_______ Water tank shall have anti-siphon/anti-pressure filler neck with air gap.

_______ Flexible 20 foot (minimum) long water fill hose with 2½ inch coupling for filling water reservoir and hose storage

rack shall be provided. Water fill hose shall include a stainless 100 mesh cleanable filter. Hose end to sweeper

shall be quick disconnect fitting for use on hopper wash system.

_______ Air purge system shall be furnished to facilitate purging dust control system during freezing conditions.

_______ Hi/low pressure wash down system with self-contained water supply; 25' high pressure, low volume wash down

hose, a Cat 290 water pump (3.5 gpm with a 1000 PSI working pressure); a wand with trigger control and two 36”

interchangeable lance lengths shall be furnished.

_______ High output water system shall be furnished with 3 additional nozzles and deflectors on each side strategically

located to control extreme dust.

HAND HOSE EQUIPMENT _______ For cleaning remote areas and catch basins, an auxiliary hand hose shall be provided. It shall be eight (8) inch

diameter, 10 feet long and have a 52" long metal nozzle. Shall have Auxiliary Hand Hose Hydraulic Boom

Assist with hydraulic power to raise/lower boom with hand held pendant control. Includes auxiliary hydraulic

system, heavy duty hose and serrated ring

STORAGE COMPARTMENT _______ A curbside mounted steel storage box shall be supplied for tools, etc., minimum dimensions shall be 14”x 16” x

36”. The storage box shall have one hinged door on the curbside for ground level access. Storage box mounting

requiring climbing for access is unacceptable.

5

AXILIARY ENGINE ACCESS _______ Auxiliary engine shall be accessed without raising hopper.

_______ Access will be accomplished from the ground level by steel steps covered with anti skid grating and proper size

grab handle to insure safe entry and exit from platform. Shall be accessible from both sides.

_______ A suitable size platform will be provided to allow safe access to auxiliary engine.

OPERATING CONTROLS _______ All operating controls for sweeper (except dump control) shall be mounted inside truck cab and readily accessible

to the operator in either right or left driving position.

_______ All main electrical systems, i.e. ignition, lights, hydraulic and water shall be separately fused to isolate electrical

problems to fused area and speed service.

_______ Auxiliary engine controls and gauges shall be mounted on console panel and consist of, but not limited to, ignition

switch, linear actuated throttle, oil pressure gauge, water temperature gauge, volt meter and tachometer.

_______ Sweeper controls, meters and gauges shall consist of, but not limited to, right gutter broom-left gutter broom,

pick-up head, beacon or strobe light, water system and work light lighted paddle type switches, low water light,

hour meter and leaf pressure knob.

_______ All external wiring, harnesses and terminations shall be of a sealed, weather-tight design utilizing heat-shrinkable

components. Additionally, where feasible, all connectors shall utilize solid, cold-formed, nickel-plated copper

alloy contacts with gas-tight crimps (Deutsch).

_______ Dump control shall consist of a single weatherproof toggle switch located on the exterior of sweeper just above

the left side fender well.

_______ Dump Switch in Cab is located on the control panel to activate dump operation from inside cab.

_______ Auxiliary Fuse Panel is a +12VDC fused power source panel for any needed additional electrical components or

accessories i.e. radios, warning lights, controls, etc and shall be separate from the sweeper or chassis fuse panel.

_______ Auto Sweep Interrupt (ASI) shall be furnished. It is an electronic circuit that is designed to accomplish the

following sequence of operations when the transmission gear selector is placed into reverse with the ASI set in the

Auto mode. 1) The auxiliary engine is idled. 2) The water system is turned OFF. 3) The gutter broom is stopped

and raised. 4) The pick-up head is raised. A dash mounted set of lights shall indicate position to operator and

shall include a reset switch to activate the system in addition to reverse gear.

6

CHASSIS SHALL BE 2009 ISUZU FVR

NO EXCEPTIONS OR ALTERNATES

GENERAL _______ Chassis/cab shall be tilt cab design. Frame to be straight full channel steel rails with 12.69 SM (80,000 PSI) with

1,015,000 RBM. Gross vehicle weight rating to be not less than 33,000 GVW. Curb weight with cab, fuel, water,

oil and tires shall be approximately 9,920 lbs. Standard tilt truck cab enclosed and equipped with tinted safety

glass all around, air suspended individual seats with safety seat belts. Front tow hooks shall be provided. (Sliding

windows not acceptable.)

WARRANTY _______ Total chassis coverage is 24-months/unlimited mileage.

_______ Engine (diesel) coverage is 36-months/unlimited mileage.

_______ Drive train (excl. clutch) coverage is 36-months/unlimited mileage.

_______ Allison 2500RDS coverage is 36 months/unlimited mileage.

_______ Frame coverage is 60-months/unlimited mileage.

_______ Cab corrosion coverage is 60-months/unlimited mileage.

_______ Emission coverage is 5 years/100,000 miles

_______ Towing package is 12-months.

(Warranty coverage is 100% parts and labor unless otherwise noted as provided by chassis manufacturer.)

WHEELBASE _______ Shall be 165" and shall provide 134" between back of cab and center of rear axle for proper load distribution.

______ Shall have a turning radius of 23’ curb to curb, and 24.8’ wall to wall maximum to allow turning on current City

streets. No exceptions.

EXHAUST _______ Left hand vertical/vertical exhaust is required for proper equipment mounting and operation.

AXLES _______ Front axle to be minimum of 12,000 lbs. with suspension of 12,000 lbs. and stabilizer bar.

_______ Rear axle shall be 21,000 lbs. two speed with proper sweeping ratios of 6.57/8.96 . Suspension shall be air and

minimum of 21,000 lbs.

_______ Rear shock absorber shall be furnished.

STEERING _______ Dual operator controlled integral power steering with tilt and telescopic steering column, cruise control and dual

operator gauge package. Right gauge package shall be the same cluster as factory left cluster of gauges.

_______ Diameter of steering wheel will be minimum 18.9 inches.

BRAKES _______ Service brakes to be full air with 12.9 CFM air compressor with two (2) air tanks mounted between rails

adequately spaced with manual drain.

_______ A Bendix air dryer Model AD-IS with automatic air moisture ejector shall be furnished.

_______ Front brakes shall be cam type, 15" x 4" Q-Plus with dust shields.

_______ Rear brakes shall be cam type, 16.5" x 7" Q-Plus with dust shields

_______ Shall have automatic slack adjusters - front and rear.

_______ Parking brake shall be air activated spring-loaded.

_______ Four channel anti-lock brake system shall be supplied.

7

CAB _______ Cab shall have chassis manufacturer's factory installed air conditioner for operator safety and comfort. After

market air conditioners are unacceptable.

_______ Cab to have individual driver and passenger air, high-back, adjustable seats with safety seat belts.

_______ Tinted glass shall be provided.

_______ Dual sun visors, coat hook, single electric horn, additional air horn, electric intermittent windshield wipers with

washers, lighter, 12 volt power supply post style shall be provided.

_______ Chassis shall be equipped with fresh air heater, defroster, dual stainless steel 7" x 16" electric adjustable and

heated mirrors, and 8" diameter parabolic mirrors.

_______ AM/FM/CD stereo radio shall be provided.

ELECTRICAL _______ Shall consist of two multiple beam headlights with dash beam indicator, instrument panel, taillights, stop lights,

front and rear turn signals and self canceling signal switch equipped for four way flashing. Taillights, stop lights

and signal lamps may be in combination.

_______ Shall have two 12-volt (1500 CCA total) maintenance free batteries.

_______ Shall have a 100-amp alternator.

ENGINE _______ Shall be heavy duty In-Line six cylinder, air-to-air after cooled, turbocharged diesel 7.8L with a minimum 215 HP

@ 2200 RPM, 560 lb-ft @ 1450 RPM torque.

_______ Dry type single element air cleaner with restriction indicator mounted on intake with safety element.

_______ Automatic shutdown system activated by low or high engine oil pressure and high coolant temperature with reset

feature shall be furnished.

_______ A fuel/water separator with 1500 watt heater shall be furnished.

FUEL _______ A 50 gallon steel tank shall be supplied and shall supply fuel to both engines.

TIRES AND WHEELS _______ Heavy duty first line quality tubeless radial tires to be minimum 11R x 22.5,14 ply rating with duals in rear for

adequately carrying full load of sweeper and maximum stability.

_______ Wheels to be 10-hole disc – 22.5 x 8.25, hub-piloted.

TRANSMISSION _______ Shall be heavy duty Allison 2500RDS electronic automatic, six-speed.

_______ Shall include transmission oil cooler in radiator and floor mounted “T” handle shifter.

_______ Transynd synthetic transmission fluid shall be furnished.

CITY OF POWELL, WYOMING

BID PROPOSAL

The undersigned certifies that they have personally examined and read the requirements of the attached Invitation to Bid, Instructions to Bidders, General Conditions, Bid Specifications, the Proposed Contract and this Proposal and thoroughly understand the intent and stipulations therein and hereby proposes to supply, and deliver one (1) regenerative air sweeper, as well as training of city personnel, for the City of Powell's street department. Bids received after the time and date of June 28, 2011, 10:00 AM, will be returned unopened.

All bids will be F. O. B. , the City of Powell, Powell, Wyoming. Any variations to the bid specifications must be submitted at the time of the bid opening, in writing, so stating the exceptions. This includes not meeting minimum specifications, or making substitutions deemed by the vendor as being equal or superior to specifications. Vendors will be responsible for satisfying the City regarding substitution. No substitutions will be considered unless approved in writing by the City. The undersigned supplier certifies that he/she has read the above requirements and has submitted with their bid all information that the City of Powell has required. Supplier: ______________________________________________ By: ______________________________________________ Original Signature By: ______________________________________________ Printed/Typed of Signature above Title: ______________________________________________ Phone #: ______________________________________________

CITY OF POWELL, WYOMING

Bid Sheet

We hereby submit the following bid for supply, delivery, and training of one, regenerative air sweeper for the City of Powell Street Department.

Bids will be opened on Tuesday, June 28, 2011 at 10:00 AM.

Bid for one (1) _______________________ sweeper. $ ______________

Trade In Allowance on 2002 TYMCO 435 $ ______________

Total Bid = base cost of sweeper less trade in $ ______________

We further include the following information:

1. The street sweeper will be delivered by _________________________.

2. The above price will be firm for ________ days.

3. The street sweeper has the following warranties: __________________

__________________________________________________________

__________________________________________________________

__________________________________________________________

4. Estimated life of street sweeper: ________________________________

5. Variations to the bid specifications: ______________________________

__________________________________________________________

__________________________________________________________

__________________________________________________________

________________________________ __________________________________________

Date Company

________________________ _______________________________ Phone number Signature

________________________________ Title

CITY OF POWELL

Bid Checklist The following items will be required for a qualified bid on the supply, delivery, and training of city personnel on a regenerative air sweeper for the City of Powell Street Department. Bid opening date of June 28, 2011 at 10:00 AM, City of Powell , 270 North Clark, Powell, Wyoming. _____ 5% bid security in the form of a bond or cashiers check

_____ Concise breakdown of sweeper being bid. _____ Properly executed Bid Proposal

_____ Properly executed Bid Sheets(s) _____ Properly executed Bid Checklist. I have submitted the above referenced forms, as required, with my bid submittal package. By: ______________________________ Authorized Signature I thank you in advance for submitting this bid. The City of Powell appreciates the time and effort that you have devoted. Gary Butts Public Services Manager / Streets Supt.

CITY OF POWELL, WYOMING

CONTRACT

Regenerative Air Sweeper

THIS CONTRACT, made in triplicate the ______ day of July 2011, by and between the

City of Powell of Powell, Wyoming, hereinafter called CITY

and_________________________________________, hereinafter called SUPPLIER.

1. The SUPPLIER shall sell, transfer and deliver to CITY no later than

___________, 2011, one regenerative air sweeper as set forth and described in the bid

specifications, and in accordance with the specifications attached hereto as Exhibit “A”

and incorporated herein by this reference. If said regenerative air sweeper is not

delivered by the date specified herein, the SUPPLIER shall pay to CITY, as liquidated

damages, and not as a penalty the sum of $50.00 per day for each and every day the

SUPPLIER shall be in default, unless CITY grants an extension to the delivery date.

SUPPLIER shall not be liable for damages because of fire, flood, strikes, riots, acts of

God, or other SUPPLIER delays, or any circumstances or other causes beyond

SUPPLIER’S control.

2. Upon acceptance of the above described regenerative air sweeper by

CITY, CITY shall pay to SUPPLIER the sum of

_________________________________($XXX,XXX.XX) DOLLARS, which SUPPLIER

shall receive and accept as full compensation for everything furnished under the

contract.

3. The risk of loss from a casualty to the above-described regenerative air

sweeper, regardless of the cause, shall be on SUPPLIER until CITY has accepted the

regenerative air sweeper in writing.

4. SUPPLIER warrants that the regenerative air sweeper at the time of

delivery shall be free from any security interest or other liens or encumbrances.

5. SUPPLIER specifically extends to CITY all warranties implied by law

without exclusion including, but not limited to, implied warranties of merchantability and

fitness for particular purpose.

6. The General Conditions, General Requirements, Specifications and Bid

Proposal are all essential documents to this Contract and are made a part thereof as if

written herein.

-1-

7. This Contract has been executed and delivered in, and shall be

interpreted, construed and enforced pursuant to and in accordance with the laws of the

State of Wyoming. SUPPLIER hereby specifically agrees to submit to the jurisdiction of

the Wyoming courts and submits to said courts having exclusive venue for any litigation,

special proceedings or other proceeding as between the parties that may be brought, or

arise out of, in connection with or by this Contract.

8. In the event either party resorts to legal action to enforce the terms and

provisions of this agreement, the prevailing party shall be entitled to recover the costs of

such action so incurred, including, without limitation, reasonable attorney fees.

9. The CITY of Powell, it’s officers, employees, appointees and

representatives, do hereby reserve their immunity from tort liability of any kind or nature

and nothing herein shall be considered a waiver of immunity as provided by law.

10. Waiver by either party of a breach or violation of any provision of this

contract shall not operate as, or be construed to be, a waiver of any subsequent breach

of the same, or other provision hereof.

11. No modification, alteration, addition or change in the terms hereof shall be

binding on either party unless reduced to writing and executed by duly authorized

representative of SUPPLIER and CITY.

12. This Contract shall cancel and supersede any and all prior agreements,

understandings, arrangements, promises, representations, warranties, and/or any

contract of any form or nature whatsoever, whether oral or in writing and whether

express or implied, which may have been entered into prior to the execution hereof

between the parties, their officers, directors, or employees, as to the subject matter

hereof. Neither of the parties hereto has relied upon any oral representations given to it

by any representatives of the other. This Contract represents a complete and exclusive

statement of the terms of the transaction between CITY and SUPPLIER.

13. This Contract shall inure to the benefits of and be binding upon the legal

representatives and successors of the CITY and the SUPPLIER respectively.

14. Preference is hereby given to materials, supplies, agricultural products,

equipment, machinery and provisions produced, manufactured, supplied or grown in

Wyoming, quality being equal to articles offered by the competitors outside of the state

(16-6-106).

-2-

IN WITNESS WHEREOF, the said parties have caused this contract to be

executed by the proper officers thereunto duly authorized on this _____ day of July,

2011.

PURCHASER:

CITY OF POWELL

By: _________________________________ Mayor Scott Mangold ATTEST: ___________________________________ City Clerk Ardyce R. Busboom

SUPPLIER

By: ________________________________

STATE OF___________ ) ) SS COUNTY OF _________ )

The foregoing Contract was acknowledge before me by _______________.

for ____________________ Company, this _____ day of July, 2011.

WITNESS by my hand and official seal.

________________________________

Notary Public

(SEAL)

My Commission Expires:

-3-

P. O. Box #1008 Powell WY 82435 307-754-4897 FAX 307-754-

5385

May 23, 2011

«LastName» «Company» «Address1» «City»

SUBJECT: Financing for One Regenerative Air Sweeper

Dear «Greeting»:

This letter is your notification of the City of Powell’s intent to request bids from qualified firms for the tax free, lease/purchase financing of a Regenerative Air Sweeper with an estimated cost of $210,000.00. The City of Powell would make a $70,000.00 down payment at acceptance of the Regenerative Air Sweeper. The amount to be financed would be the total cost of the equipment less the $70,000.00 down payment. The balance would be paid off during the city’s next two fiscal years, 2012/2013 and 2013/2014. Please find enclosed a copy of: Invitation to Bid Instructions to Bidders Bid Submittal sheet. Lease / Purchase Agreement These forms will enable you to submit a bid for the financing of the above-mentioned equipment. Please do not hesitate to contact me should you have any questions. I thank you in advance for your interest in the City of Powell. Sincerely yours,

Gary Butts Public Services Manager / Streets Superintendent City of Powell (307) 754-9513 [email protected]

CITY OF POWELL, WYOMING

1.0 INSTRUCTIONS TO BIDDERS

1.1 Purpose

To solicit bids from qualified firms for a three (3) year, tax free, financing plan for the lease/purchase for one (1) 2011* or newer Regenerative Air Sweeper. (*Chassis may be 2009 or newer).

1.2 Bid Submittal

Sealed bids (using the City of Powell Bid Forms) will be accepted by the City of Powell, Post Office Box 1008, Powell, Wyoming, 82435-1008, until 10:30 AM, Tuesday, June 28, 2011. The bids will be publicly opened, read and canvassed on the above hour and date and award made as soon thereafter as practicable.

1.3 Preparation of Bid

All bids must be submitted on the required bid form. All blank spaces must be filled in, in ink or typewritten and the bid must be fully completed and executed when submitted. No alterations in the bid or in the printed forms will be acceptable.

2.0 GENERAL CONDITIONS

2.1 Right to Reject Bids

The City of Powell reserves the right to reject any or all bids, to waive technicalities or informalities and to accept any bid deemed to be in the best interest of the City.

2.2 Contract

The contract shall be amenable to include a date agreed upon by the successful bidder and the City of Powell, as to when annual payments are to be made.

2.3 Interest Rate Protection

Interest rates quoted in the bid shall be firm rated and not subject to increase during the three (3) year term of the contractual agreement between the City and the Leasing Firm.

3.0 SELECTION PROCESS 4.1 Evaluation Appropriate city staff will review and evaluate all bids. 4.2 Selection Following the evaluation process described above, the evaluation staff will present their recommendation to the City Administrator. The City will make all decisions regarding selection and awarding of contract. The decisions of the Mayor and Council will be considered final.

CITY OF POWELL BID FORM

LEASE//PURCHASE FINANCING FOR REGENERATIVE AIR SWEEPER

Bid being submitted by : ____________________________ ____________________________ ____________________________ ____________________________ Phone Number : ____________________________ Bid as Follows: Interest rate __________________ Bid valid until __________________ _____________________________________ Authorized Signature _____________________________________ Printed name of above signature

MUNICIPAL/GOVERNMENTAL LEASE PURCHASE AGREEMENT

LEASE PURCHASE AGREEMENT (Lease) entered into as of the ______ day of ______ 2011, between _______________________________________, herein known as LESSOR, and the City of Powell, a municipal corporation of the State of Wyoming, Post Office Box Number 1008, Powell, Wyoming 82435, herein known as LESSEE. 1. TERMS AND PAYMENTS LESSOR hereby leases to LESSEE and LESSEE hereby leases from LESSOR for a period of three (3) years the following equipment: *2011 or newer Regenerative Air Sweeper. (*May use 2009 or newer Chassis) Estimated cost $210,000.00. Herein referred to as “equipment.” As consideration for this lease, LESSEE agrees to pay LESSOR lease payments of _____________________ and 00/100 dollars ($XX,XXX.XX) as follows:

a. $70,000.00 to be paid by __________ __, 2011 to be applied to principal balance;

b. The remaining $_______________ to be paid in two (2) annual payments

including principal and interest with the first payment date being September 10, 2012 and continuing one year thereafter until paid in full on or about September 10, 2013.

If LESSEE fails to pay any lease payment(s) specified herein within ten (10) days after the due date, LESSEE shall pay LESSOR interest on such delinquent lease payment(s) from the due date until paid at the lower of twelve (12%) per annum or the highest note rate permitted by law. 2. PROPETY TAXES, LICENSE FEES, ETC.: In addition to the lease payments to be made pursuant to Section 1, LESSEE agrees to pay, and to indemnify and hold LESSOR harmless from, all licenses, sales, use, personal property, or other taxes, penalties, fines, interest or charges of any kind that may be assessed or charged against the equipment or use there of. 3. LESSEE’S COVENANTS AND REPRESENTATIONS: LESSEE represents and warrants as follows for the benefit of the LESSOR (all such representations and warranties being continuing), and is delivering an opinion of its counsel dated the date hereof, in form and substance satisfactory to LESSOR, confirming

- 1 -

3. LESSEE’S COVENANTS AND REPRESENTATIONS: (continued) that LESSEE has the authority to enter into this Lease and make the following representations and warranties:

a. LESSEE is a public body corporate and politic, and a political subdivision thereof, legally existing under the laws of the State of Wyoming;

b. This Lease has been duly authorized, executed and delivered by LESSEE; c. This Lease is a legal, valid and binding obligation of LESSEE, enforceable in

accordance with its terms. LESSEE further represents and warrants as follows:

d. LESSEE has received and accepted the equipment, which is in good condition and repair and complies in all respects with the LESSEE’s specifications;

e. LESSEE will do all things lawfully within its power to obtain and maintain funds

from which the lease payments may be made, including making provision for such payments to the extent necessary in each annual budget submitted for the purpose of obtaining funding, using its bona fide best efforts to have such portion of the budget approved and exhausting all available reviews and appeals in the event such portion of the budget is not approved. To the knowledge of the LESSEE, there are no circumstances affecting LESSEE that could reasonably be expected to alter it foreseeable need for the equipment or adversely affect its ability or willingness to budget funds for the payment of sums due hereunder.

f. There are no actions, lawsuits or proceeding pending or, to the knowledge of

LESSEE, threatened against or affecting LESSEE in any court of before any governmental commission, board or authority which, if determined adversely against LESSEE, would have a material adverse effect on the ability of LESSEE to perform its obligations under this Lease.

g. LESSEE does not have budgeted in its current fiscal period sufficient funds to

purchase the equipment for cash. 4. NONAPPROPRATION OF FUNDS:

a. In the event funds are not budgeted and appropriated in any fiscal year for lease payments due under this Lease for the then current or succeeding fiscal year, this Lease shall impose no obligation on the LESSEE as to such current and succeeding fiscal year and shall become null and void except as to the lease payments herein agreed upon for which funds shall have been appropriated and budgeted, and no right or action or damage shall accrue to the benefit of LESSOR, its successors or assigns, for any further payments.

- 2 -

4. NONAPPROPRATION OF FUNDS: (continued)

b. If the provisions of Section 4a are utilized by LESSEE, LESSEE agrees to immediately notify LESSOR of this Lease if funds are not budgeted and appropriated, to peaceably surrender possession of the above-described equipment to LESSOR or its assignee.

5. EARLY TERMINATION/PURCHASE OPTION: In the event LESSEE should desire to terminate this Lease or purchase the equipment on any lease payment due date prior to the end of the lease term for reasons other than non-appropriation of funds as described in Section 4, the following options are available:

a. LESSEE may request LESSOR to sell the equipment for a fair market value price, and LESSEE shall pay LESSOR the Termination Value/Option Price shown on the Exhibit A less the net proceeds received from the sale of the equipment.

b. LESSEE, having complied with the terms and conditions of this Lease, shall

have the option to purchase the equipment by paying the Termination Value/Option Price shown on Exhibit A.

In the event LESSEE makes all lease payments as scheduled, LESSEE shall be deemed to have properly exercised its option to purchase the equipment and shall acquire all of LESSOR’s rights, title and interest in and to the equipment at the time the final payment is made. Until such time as the lease payments are made, title to the equipment shall remain in LESSOR. 6. DEFAULT AND LESSOR’S REMEDIES:

a. The occurrence of one or more of the following events shall constitute an Event of Default, whether occurring voluntarily or involuntarily, by operation of law or pursuant to any order of any court or governmental agency:

i. Failure of LESSEE to pay any lease payments within thirty (30) days of

the time specified;

ii. LESSEE’S failure to comply with any other covenants, condition or agreement of LESSEE hereunder for a period of thirty (30) days after notice thereof;

iii. If LESSEE shall make, permit or suffer any unauthorized assignment,

transfer or other disposition of this Lease, or any interest herein or of any item(s) of the equipment or interest herein.

b. Upon the occurrence of any Event of Default specified herein, LESSOR may

exercise any or all of the following remedies.

- 3 -

6. DEFAULT AND LESSOR’S REMEDIES: (continued)

i. Terminate this Lease and repossess the equipment, in which event LESSEE shall be liable for any amounts payable hereunder through the date of such termination and all costs and expenses (including, but not limited to, reasonable attorney’s fees) incurred by LESSOR in connection therewith;

ii. Sell the equipment at public or private sale. In the event the proceeds of

such sales, less the costs or repossession (including reasonable attorney’s fees and the costs of sale) and less any past due lease payments or interest owing the LESSEE (the “disposition credit”), do not equal the applicable Terminate Value/Option Price on the current lease payment date, then LESSEE shall be liable for the difference between said disposition credit and such Termination Value/Option Price.

iii. Pursue and exercise any other remedy available at law or in equity, in

which event LESSEE shall be liable for any and all costs and expenses (including, but no limited to, reasonable attorney’s fees) incurred by LESSOR in connection therewith.

7. ASSIGNMENT AND SUBLEASE:

a. LESSEE shall not assign, transfer, pledge or hypothecate this Lease, the equipment or any part thereof, or any interest therein, or permit the equipment or any part thereof to be used by anyone other than LESSEE or its employees

b. LESSEE agrees that LESSOR may assign this Lease, as well as all right, title

and interest of LESSOR in and to the equipment and all lease payments due or to become due hereunder. LESSEE’s obligation to make lease payments under this Lease shall not, as to any such assignee, be subject to any reduction arising out of any breach or obligation hereunder or other liability of LESSOR to LESSEE.

8. SECURITY INTEREST: As security for LESSEE’s covenants and obligations under this Lease, LESSEE grants LESSOR and its assigns a security interest in the equipment and to all attachments, additions, accessions and substitutions to or for the equipment. LESSEE agrees to execute such additional documents, including financing statements, affidavits, notices, or similar instruments in form satisfactory to LESSOR, which LESSOR deems necessary or appropriate to establish and maintain its security interest. 9. LOSS OR DAMAGE TO EQUIPMENT: All risk of loss or damage to the equipment is assumed by LESSEE until it is returned to LESSOR. In the event of total loss of the equipment, LESSEE shall pay LESSOR the Termination Value/Option price shown on Exhibit A for the current lease payment date, less proceeds of insurance and salvage value of the equipment.

- 4 -

10. INSURANCE:

a. LESSEE, at its own expense, will carry Comprehensive General Liability Insurance including Contractual liability with minimum limits of $500,000 bodily injury each occurrence and $250,000 property damage each occurrence. LESSEE also agrees to have it insurer include LESSOR and its assigns as Additional Insured.

b. LESSEE, at its own expenses, shall keep the equipment insured against all risk

of physical damage for no less than its actual cash value. Such insurance shall include a loss payable clause made out in favor of the LESSOR, and the proceeds of same insurance, at the option of LESSOR, shall be applied toward the replacement, restoration or repair of said equipment or to the payment of any obligation of LESSEE hereunder. PAYMENT OF ANY INSURANCE PROCEEDS SHALL NOT AFFECT LESSEE’S OBLIGATIONS UNDER SECTION 10, INCLUDING ITS OBLIGATION TO PAY ANY DIFFERENCE BETWEEN TERMINATION VALUE/OPTION PRICE AND INSURANCE PROCEEDS AND SALVAGE PROCEEDS RECEIVED BY LESSOR. Alternatively, upon prior approval by LESSOR, LESSEE may meet this requirement by furnishing LESSOR with satisfactory proof of self-insurance and of LESSEE’s ability to meets its obligation hereunder.

c. LESSEE shall deliver to LESSOR certificates or other evidence satisfactory to

LESSOR that insurance is maintained as required under Sections 10a. and 10b. until LESSEE is no longer liable for loss or damage to the equipment as provided in Section 9 hereof. Such insurance shall be effective from the date of the Lease and shall include a clause obligating the insurer to give LESSOR not less than fifteen (15) days prior written notice of any material change in or cancellation of the insurance. If LESSEE fails to deliver evidence of physical damage insurance or to maintain such insurance in force until LESSEE is no longer liable for loss or damage to the equipment under Section 9, it is understood that LESSOR may, but shall not be obligated to purchase such insurance, LESSEE agrees to pay the cost thereof at such time as LESSOR demands or to have the cost therefore added to the lease payments due hereunder, at the sole discretion of LESSOR.

11. SOVEREIGN IMMUNITY:

LESSOR does not, but this agreement, require the LESSEE to waive its sovereign

immunity be entering into this agreement. The LESSEE fully retains all immunities and defenses provided by law with regard to any action based on this agreement.

- 5 -

11. SOVEREIGN IMMUNITY: (continued) The City of Powell, it’s officers, employees, appointees and representatives, do hereby reserve their immunity from tort liability of any kind or nature and nothing herein shall be considered a waiver of immunity as provided by law.

LESSOR: _____________________________________________

By: _____________________________________________

Attest: _____________________________________________ LESSEE: City of Powell By: _____________________________________________ Scott Mangold, Mayor Attest: _____________________________________________ Ardyce R. Busboom, City Clerk

- 6 -