CONTRACT DOCUMENTS SEWER JETTER-VACTOR TRUCK

CONTRACT DOCUMENTS SEWER JETTER-VACTOR TRUCK CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MI 48867 OCTOBER 8, 2004 INSTRUCTIONS TO BIDDERS PROPOSAL AFFI...
Author: Asher Smith
12 downloads 0 Views 121KB Size
CONTRACT DOCUMENTS SEWER JETTER-VACTOR TRUCK

CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MI 48867 OCTOBER 8, 2004 INSTRUCTIONS TO BIDDERS PROPOSAL AFFIDAVIT LEGAL STATUS OF BIDDER GENERAL SPECIFICATIONS

INSTRUCTIONS TO BIDDERS 1. The bidder with his usual signature must sign each proposal. Bids by partnerships should be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the name of the corporation, followed by the signature and designation of the president, vice-president or person authorized to bind it in the matter. Any paperwork not filled out properly or signed will cause the bid to be considered non-responsive and shall be rejected by the city. 2. Proposals, to receive consideration, must be received prior to the specified time of opening and reading as designated in the invitation. 3. Bidders are requested to use the proposal form furnished by the City when submitting their proposals. Envelopes must be sealed when submitted and clearly marked on the outside indicating the subject of the bid. 4. Proposals having any erasures or corrections thereon may be rejected unless explained or noted over the signature of the bidder. 5. References in the specifications or description of materials, supplies, equipment, or services to a particular trade name, manufacturer’s catalog, or model number are made for descriptive purposes to guide the bidder in interpreting the type of materials or supplies, equipment, or nature of the work desired. They should not be construed as excluding proposals on equivalent types of materials, supplies, and equipment or for performing the work in a manner other than specified. However, the bidders’ attention is called to General Condition (6). 6. Proposals should be mailed or delivered to the Bid Coordinator’s Office, Municipal Building, 301 W. Main Street, Owosso, MI 48867. 7. Special Conditions included in this inquiry shall take precedence over any conditions listed under General Conditions or Instructions to Bidders.

ADVERTISEMENT FOR BID SEWER JET AND VAC TRUCK CITY OF OWOSSO, MICHIGAN Sealed bids addressed to the Bid Coordinator, Municipal Building, 301 West Main Street, Owosso, Michigan 48867, will be received until 3:00 p.m. on Tuesday, October 26, 2004 purchase of ONE (1) new Sewer JetVac Truck All sealed bids should be marked “Sewer Jet and Vac Truck” in the lower left-hand corner of the envelope. The proposal, contract forms and specifications are on file and may be obtained at the office of the Bid Coordinator, City Hall, Owosso, Michigan. (989) 725-0550. The City reserves the right to accept any proposal; or to reject any proposal; to waive irregularities in a proposal; or to negotiate if it appears to be in the best interest of the City of Owosso.

CASH PURCHASE PROPOSAL SEWER JET AND VAC TRUCK TO: THE CITY COUNCIL (HEREINAFTER CALLED THE “OWNER”) The undersigned, having examined the proposal forms and specifications, does hereby propose to furnish ONE (1) New Sewer Jet and Vac Truck unit listed below at the following prices to wit: QTY 1

DESCRIPTION

UNIT PRICE

TOTAL

New Sewer Jet Vac Truck

The undersigned acknowledges that this proposal is subject to the general specifications included in the contract documents. In submitting this proposal, it is understood that the right is reserved by the Owner to reject any and all proposals, and waive any irregularities in the bidding process. The Owner may award this contract based on any combination of the total bid and/or alternatives.

TRADE IN PROPOSAL QTY

DESCRIPTION

1

1994 Ford L8000 Jetter-Vactor, 28,383 Miles, 6421 hours, aux. Engine 4938, VIN #1FDZW82E8RVA43199

TRADE IN PRICE OFFERED

GUARANTEED BUYBACK PROPOSALS Proposer shall state the guaranteed value of the machine bid at the end of five (5), six (6), seven (7) and eight (8) years of service. Proposers submitting a statement of guaranteed buyback shall include a list of references the City of Owosso may contact regarding actual buyback situations. Further the guaranteed buyback figure shall become part of the contract to deliver if the City of Owosso chooses to purchase the equipment proposed. The bidder will then be bound to honor the buyback option should the City of Owosso decide to exercise the buyback option. The guaranteed buyback shall be without limiting conditions such as leasing or purchasing a new unit at the end of the buyback period. If any conditions exist they shall be stated fully in the bid proposal.

QTY 1 1 1 1

DESCRIPTION END OF 5 YEARS END OF 6 YEARS END OF 7 YEARS END OF 8 YEARS

GUARANTEED VALUE

TRADE IN

*It will be city option to accept or decline trade in values. Call to make appointment to view the Jetter truck between 7:30am and 3:00pm. Phone (989) 725-0556 Ask for Dan

**The miles and hours are approximate

PROPOSAL PAGE 2

Dated and signed at day of

______ , 20

State of ___________________________

.

_____________________________ Bidder Witness: /s/

By /s/ _____________________________ Business Address

_____________________________ Signature

_____________________________ Title

_____________________________ Telephone Number

ALTERNATE

TAX EXEMPT LEASE PURCHASE As an alternate to the cash purchase bid the City will evaluate proposals for a lease purchase option. The lease will qualify as a tax-exempt obligation for federal income tax purposes. Lease is subject to annual appropriations of governing body. In order to readily facilitate comparisons the lease should be structured as follows:

• A capital lease with a bargain purchase option at the end of the lease term for one dollar. • A triple net lease (lessee responsible for operation/maintenance, insurance and applicable taxes • Any documentation, transaction or other fees to be included as interest cost when calculating money factor or APR • Term of lease to be five years • Payments calculated as paid in advance (annuity due) • Title to vehicle shall pass to lessee upon execution of lease with first security to lessor and appropriate UCC filings if deemed necessary The undersigned, having examined the bid forms, specifications, and lease structure does hereby submit the following capital lease bid: A periodic payment of $__________ (annual/quarterly/monthly) paid in advance. Total number of payments ___________. Processing, transaction or other fees of $__________. A money factor of___________ with an APR including fees as an interest component of _________%. The bargain purchase option price at the end of the lease term of $________. The total of all payments per unit including interest, fees, and purchase option is $____________. _______________________________ BIDDER

_________________________________ AUTHORIZED SIGNATURE

_______________________________ ADDRESS

_________________________________ TITLE

_______________________________ PHONE NUMBER

_________________________________ DATE

The following affidavit should be completed for a bidder located within Shiawassee County or intends to sub-contract more than twenty-five percent (25%) to a Shiawassee County based business:

AFFIDAVIT In accordance with Section 2-348 of the Owosso City Code the bid from a business located in the City of Owosso or Shiawassee County shall be adjusted to reflect a preference. In order for the City to calculate the adjustment, the bidder hereby deposes and states that their business address is registered, and are currently paying real and/or personal property taxes in Shiawassee County at the following address:

________________________________________________________________________________________ Business Address

The affiant further deposes and states that a sub-contract with a business registered, and paying real and/or personal property taxes in Shiawassee County will be executed for a percentage equal to or greater than twenty-five percent (25%) as stated below:

________________________________________________________________________________________ Business Address of Sub-Contractor

______________________________ Percentage of Contract

LEGAL STATUS OF THE BIDDER The Bidder shall fill out the appropriate form and strike out the other. 1.A corporation duly organized and doing business under the laws of the State of bearing official title of ____________________________ for whom whose signature is affixed to this proposal, is duly authorized to execute contracts. 2.A partnership, all of the members of which, with address are: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 3. An individual whose signature is affixed to this proposal.

Dated and signed at

State of ___________________ day of

this

, 20

.

_____________________________ Bidder _____________________________ Witness

_____________________________ Business Address _____________________________ Telephone Number _____________________________ Signature _____________________________

Title

Please note section 14.b. Your insurance must name City of Owosso as an insured party.

GENERAL CONDITIONS 1.

LOCAL PREFERENCE POLICY The City of Owosso has a local preference policy for the purchase of goods and services. The policy in part states: A business located within the city limits and paying real or personal property taxes to the City of Owosso will be granted a 6% bid advantage or $2,500, whichever is less, over a business located outside Shiawassee County. A business located outside the city limits but within Shiawassee County and paying property taxes to the County will be granted a 3% bid advantage or $2,500, whichever is less, over a business located outside Shiawassee County. The preference also applies to subcontractors performing 25% or more of the work of a general contract.

2.

BID ACCEPTANCE The City reserves the right to reject any or all proposals. Unless otherwise specified, the City reserves the right to accept any item in the proposal. In case of error in extending the total amount of the bid, the unit prices shall govern.

3.

PAYMENT Unless otherwise stated by the Bidder, time, in connection with discount offered, will be computed from date of delivery and acceptance at destination or from date correct bill or claim voucher properly certified by the Contractor is received. When so stated herein, partial payments, based on a certified approved estimate by the City of materials, supplies or equipment delivered or work performed, may be made upon presentation of a properly executed claim voucher. The final payment will be made by the City when materials, supplies, equipment or the work performed have been fully delivered or completed to the full satisfaction of the City.

4.

BID DEFAULT In case of default by the Bidder or Contractor, the City of Owosso may procure the articles or services from other sources and hold the Bidder or Contractor responsible for any excess cost occasioned thereby.

5.

UNIT PRICES Prices should be stated in units of quantity specified.

6.

QUOTED PRICES Unless otherwise stated by the Bidder, prices quoted will be considered as being based on delivery to designated destination and to include all charges for packing, crating, containers, shipping, etc., and being in strict accordance with specifications and standards as shown.

7.

SPECIFIC SPECIFICATION Wherever a reference is made in the specifications or description of the materials, supplies, equipment, or services required, to a particular trade name, manufacturer's catalog, or model number, the Bidder, if awarded a contract or order, will be required to furnish the particular item referred to in strict accordance with the specifications or description unless a departure or substitution is clearly noted and described in the proposal.

8.

HOLD CITY HARMLESS The Bidder, if awarded an order or contract, agrees to protect, defend, and save the City harmless against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either order or contract, and he further agrees to indemnify and save the City harmless from suits or action of every nature and description brought against it, for or on account of any injuries or damages received or sustained by any party or parties, by or from any of the acts of the Contractor, his servants, or agents.

9.

COMPETITIVE BIDDING STATUTES The laws of the State of Michigan, the Charter of the City of Owosso, and all City ordinances insofar as they apply to the laws of competitive bidding, contracts and purchases, are made a part hereof.

10.

SAMPLES Samples, when requested, must be furnished free of expense to the City and if not destroyed, will upon request be returned at the Bidder' expense.

11.

BONDS If so stipulated in the Advertisement, all proposals must be accompanied by a Bid Bond or Cashiers Check on a solvent bank, payable to the City of Owosso. If so required in the bid documents, a Performance Bond and Labor and Material Bond in the amounts stated in the bid documents, shall be on file with the City Engineer prior to commencement of work. The City will determine the amount and sufficiency of the Sureties.

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

G.V.W.: 66,000 pounds DIESEL ENGINE: 6 cylinder inline minimum 7.2Liter displacement minimum 300 H.P. minimum at 2,200 rpm 800 FT/LB. of torque @ 1440 RPM Heavy duty dual element air cleaner with restriction gauge Cross-flow radiator at least 830 sq. in. copper/brass w/additional cooling capacity Anti-freeze protection to thirty degrees below zero Coolant hose: Gates blue stripe hoses where possible Constant torque clamps on coolant hoses 1 inch inside diameter or larger Soft cruise control Magnetic drain plug

TRANSMISSION: Allison automatic MD3066P 6-speed automatic electronic with heavy duty external transmission cooler Transmission interface connector: provide transmission interface connector P.E.D. 12010975 under dash Shift lever: electronic, transmission tunnel/floor mounted Two transmission oil coolers: (1) water-to-oil, (1) air-to-oil Transmission rear support Magnetic drain plug

1

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

FRAME:

243 inch wheel base 174 inches cab to axle After rear axle extension 90 inches minimum

Steel rails (120,000 p.s.i.) Section modulus 27.0 / 3,400,000 r.b.m. Frame: 3/8”x 3-3/16”x 10-1/4” or larger steel Outer frame reinforcement: ¼”x 3-7/16”x 10-3/4” or larger steel C-channel End frame: cut square Midship cross member: steel C-Channel w/bolted construction Rear most cross member: standard Suspension cross member: locate forward cross member 54.24” forward of the tandem centerline 3” rearward of a standard location Frame clearance for Chelsea 859 PTO FRONT AXLE AND SUSPENSION:

Set back axle package 20,000 pounds axle Front suspension: flat leaf, 20,000# Spring pin bushings: bronze Front wheel seals - oil lubricated type Heavy duty power steering pump, 2 quart reservoir with an oil-to-air cooler TRW-TAS-65 steering gear with W/RCS55 auxiliary steering gear Front shock absorbers

2

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

REAR AXLE AND SUSPENSION:

6.43 rear axle ratio 46,000 pound capacity minimum Power divider (air operated) Rear axle carrier housing, iron w/heavy duty axles Main drive line: Dana Spicer 1710 HD w/half-round yokes Interaxle driveline: Dana Spicer 1710 HD w/half-round yokes Rear suspension, 46,000# Hendrickson RT463 Rear suspension ride height: 7.19” Rear axle spacing: 52” minimum Steel beams and bronze center bushings w/bar pin adjustable end connections Rear suspension control rods: fore/aft FUEL TANKS: RH fuel tank: 55 gallon, rectangular steel LH Fuel tank 55 gallon, rectangular steel Fuel tank location: forward Alliance fuel/water separator with heated bowl and indicator light In tank fuel level senders

EXHAUST SYSTEM: Vertical cab mounted muffler with heat shield and 90 degree outlet elbow Exhaust height 10’3” Muffler shield: cab mounted thermal/reflective heat shield

3

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

BRAKES: Dual air brake system for straight trucks Anti-lock braking system: Meritor-Wabco-4 sensor/4 modulator Brake valves; standard relay valve w/3-4.5 PSI Rear service brake valve: combo ABS w/4 PSI crack pressure 13.2 C.F.M. Bendix air compressor with governor 16.5” x 6” Q plus with 20 cubic inch chambers, Cam-type front with dust shields 16.5” x 7” Q plus with 30 cubic inch chambers, S Cam-type rear with dust shields 4 Parking brake chambers on rear tandems Under dash hung brake pedal Bendix AD-9 air dryer w/heater frame mounted Air tank drain valves: petcocks on all air tanks All slack adjusters to be auto adjust type

WHEELS AND TIRES: Front wheels: 22.5x12.25 steel acc HP10 (2) painted white Front tires Michelin XTE2, 425/65R 22.5, 20 Ply (2) preferred Front hubs, Iron, oil lubricated seal type Rear wheels: 22.5x8.25 steel acc HP10 (8) painted white Rear tires Michelin XDN 11R22.5, 14 Ply (8) preferred Rear hubs: con met aluminum

4

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

CAB EXTERIOR:

Cab: 101” BBC conventional steel Cab mounts: rubber Grab handles: LH/RH Grille: painted plastic, hood mounted One piece fiberglass tilting hood and fenders Headlights-single round w/o bezel Dual stainless steel west coast 16” x 7” mirrors door mounted Aux mirrors LH/RH 5.5 bright finish convex mounted below primary mirrors Full galvanizing painted bright red Front fender extensions: 5 inch CAB INTERIOR:

Standard interior trim Windshield wipers with intermittent control and washers Left and right sun-visors High output heater with defrosters and A/C Driver’s seat-air suspension with isolation, high back with lumbar support, 2 inch travel, embossed vinyl, standard color Passenger seat - low back, non-suspension, embossed vinyl, standard color Seat belts: 3 point adjustable D-ring retractor, driver and passenger Coat hook(s) Floor mats vinyl with single insulation Tinted glass (all) Door-operated dome light Dual exterior grab handles

5

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

In cab throttle control electronic for manual warm-up Fixed steering column with 18” two-spoke steering wheel Under dash hung brake pedal

VEHICLE ELECTRICAL:

12 Volt 1900 Total C.C.A. maintenance free batteries 12 Volt, 130 amp. Alternator with integral regulator minimum Class A front directional, marker lights Dual stop and tail lights with turn signals and reflectors Halogen sealed beam headlamps Turn signals self canceling type Hazard switch Backup lights with electric alarm Five rooftop mounted marker lights Electric horn Volt meter Hour meter Electronic tachometer Speedometer Fuel, Oil pressure and coolant temperature gauges High water temperature/low oil pressure warning light and buzzer with engine shut down system AM/FM stereo radio CB accommodation package Cigar lighter

6

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

VACUUM & HIGH-PRESSURE WATER SYSTEM CONTROLS: All vacuum and high-pressure water jet operation controls, front-end hose reel mounted. Debris body dump controls curbside mounted well clear of discharge area. Vacuum tube boom shall hydraulically move vertically and horizontally, telescoping a minimum of 20 feet from side of the truck, controlled by means of a remote push-button pendant and also a front mounted “joy stick” control located at the front operator station. Controls must be mounted on each side of the hose reel. Controls must include, hose reel rotation and speed, high pressure water jet pump on/off switches, hose reel telescope/retract switches, pneumatically operated reel rotation lock switches, vacuum system engage/disengage switches, chassis engine throttle controls, water pump excessive pressure warning lights. Chassis engine tachometer and low water warning lights for potable water tanks. Hose distance counter measured in feet with push button reset Front and rear panel mounted water pressure gauges FRONT MOUNTED TELESCOPING HIGH PRESSURE WATER HOSE REEL: Hose reel shall telescope a minimum of 15 inch on the centerline axis of the unit. The entire hose reel assembly shall pivot on this centerline axis on a large diameter ball bearing a minimum of 270 degrees rotation with dual controls. The 270 degrees will consist of 135 degrees on each direction of centerline of the reel. The hose reel will rotate about the reel assembly centerline so the reel shall never extend beyond the truck width. The hose reel must include a pneumatically actuated lock which will positively lock the reel in any position within the 270 degree range. Reel capacity shall be a minimum of 800 feet of 1 inch diameter high pressure hose Must provide 600 feet of 1 inch inside diameter high pressure sewer water jet hose Hose provided must have a working pressure rating of 2500 P.S.I. with a burst pressure rating of 6250 P.S.I.

7

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

The hose reel shall have an inside diameter of no less than 30 inches Hose reel shall be power driven both forward and reverse by hydraulic motor with controls incorporating a flow control device to regulate rotational speed of the reel in both directions All controls for operating the hose reel and water jet pump will be mounted on front and rear panels of this reel A swivel joint must be incorporated between the pump and the reel The reel assembly shall be mounted on an independent frame, which can be removed from brackets attached permanently to the truck frame The hose shall roll off the reel at a 90 degree angle to the length of the truck in order to facilitate cleaning easements AIRTIGHT DEBRIS CHAMBER: 15 cubic yards, 2500 gallons liquid measure minimum Overall truck height not to exceed 11’ 9” with empty water and debris tank Body shall be steel frame constructed with an adequately reinforced all steel enclosure of at least 3/16” thick, made from corrosion/abrasion resistant steel plate All materials used shall have a minimum yield point of 50,000 PSI All materials used shall have a minimum tensile strength of 70,000 PSI All body joints shall be made air and dust tight Body to have a float device with exterior indicator to show when debris body is full A 5” knife type drain valve with 20 foot of roll flat type discharge hose mounted on the rear door to allow drainage of debris liquids To minimize material being discharged to atmosphere; the centrifugal compressor shall draw air from two separate ports in the debris body To eliminate over filling, two stainless steel float balls mounted inside the debris chamber on the air discharge side High-pressure water washout system provided to rinse the debris body at a fully raised height Double acting hydraulic dump cylinder, to raise debris body to 50-degree dump angle

8

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

Dump controls shall be located on the right side, well forward of the dumping area The water tanks shall remain stationary and not rise with debris body Rear door of debris body shall be flat with hydraulic powered open and close Rear door shall be full width, hinged at the top with seal for water/air tightness. Rear door shall have four (4) hydraulic locks for positive locking closed Debris shall enter at top forward portion of debris body straight through to a wear plate on the rear door To minimize debris loading obstructions the upper debris tube shall not exceed 6 feet into the debris body Debris body shall be equipped with a hydraulic powered liquid pump off system for use under debris vacuuming conditions. Trash pump shall be a hydraulic 3 inch submersible trash pump minimum Trash pump bowl and impeller to be non-corrosive and pump 450 GPM @ 15’ minimum Trash pump to be cage protected and mounted in the forward section of the debris body, height from floor to be adjustable. Trash pump gate valve on discharge pipe mounted outside of debris body. 3 inch X 30 foot of “roll flat type” trash pump discharge hose with hose storage rack.

VACUUM COMPRESSOR: Dual stage, dual 38-inch diameter, lightweight aluminum centrifugal vacuum fans with chrome hardened and tapered impellers. Dual fans must be fully riveted and balanced construction. No welded construction of fan components accepted.

Vacuum compressor fans to be helical gear driven with a fluid coupler via the auxiliary engine for soft fan starts.

9

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

No belt, “power band” or truck chassis engine hydraulic drive compressor fans accepted. ¼ inch thick minimum, high strength steel spun constructed dual fan housings. Vacuum compressor housings to have 2-inch drain pipe fittings with drain hose for cleanout, one per housing section. Vacuum compressor must be capable of 0 to 8000 C.F.M. airflow at rated full load. Vacuum compressor must be capable of 200 G.P.M. of negative water pressure at rated full load Cyclone dust separator and cleanout to be chassis mounted in-line between debris tank and vacuum compressor housing.

VACUUM PICKUP HOSE AND BOOM: Pickup hose shall be mounted and stored on front bumper at front mounted workstation All connections between debris body and vacuum system will be of pressure fitting type. The boom assembly and vacuum hose will remain stationary and will not rise with debris body while dumping. The upper debris tube shall consist of an anchored steel tube and elbow The boom shall include a true telescopic tube, which will extend and retract without affecting the steel elbow or raise/lower debris hose position All hose/tube shall be 8 inch inside diameter Aluminum pipe sections with quick clamp connectors shall be furnished in sufficient lengths to allow cleaning to a depth of 30 feet Two halogen boom work lights must be provided with a front reel control panel operating switch The boom shall be operated by an electric over hydraulic system The lift and swing movements shall be accomplished by hydraulic cylinder actuated means Gear type rotations are not preferred due to maintenance considerations

10

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

The vacuum hose will be mounted to a boom that will rotate a minimum of 180 degrees and provide a full 90 degrees to each side The boom shall extend to a minimum of 20 feet as measured from centerline to either side of the unit Supply boom coverage diagram with bid The boom shall be 6 way, hydraulically driven up, down, left, and right, extend and retract All boom movements shall be controlled by a remote pendant control to hydraulically power swing, lift and extend cylinders. A 6-way joystick boom control shall also be provided on the front of the hose reel control panel A heavy duty frame mounted cab guard shall be provided mounted behind cab HIGH PRESSURE SEWER JETTING WATER PUMP: Pump shall consist of a hydraulic driven, single piston type pump Pump rated design capacity of 0-80 G.P.M. A certification from pump manufacturer for continuous duty must be provided Working pressure as measured at the nozzle shall be 1600 P.S.I. at 80 G.P.M. and 2300 P.S.I. at 35 G.P.M. This flow variation shall be accomplished by changing nozzle sizes only and not require any alteration to the water pump Pump shall be mounted below potable water supply tanks to insure proper gravity feed to the pump and eliminate the possibility of pump cavitations Engagement of pump system shall be controlled via transmission “Hot-Shift” P.T.O. Controls shall be furnished at the front work station whereby the operator can start and/or stop the pump at will from the control panel at the front of the truck without changing the speed of the driving engine or having to disengage the in-cab P.T.O. Engine “kill” switch disabling with engine under load not acceptable Pump cycling time approximately 5 seconds at 80 G.P.M. is required

11

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

This cycle time shall be provided to give the water pump a built-in jack hammer effect to assist breaking through obstructions A power storing 2 ½ gallon nitrogen accumulator shall be provided to allow for a continuous pressure when desired for general purpose sewer cleaning Maximum working pressure while utilizing pulsation not to exceed 2500 P.S.I. The high-pressure pump will be designed so as no damage will occur if run at normal operating speed without water for 30 minutes. A certification from the pump manufacturer must be provided for this The water pump will be used to purge residual water out of the water system by pumping air through the entire water system for freezing weather storage. Drain plugs will be provided in the bottom of the water pump for complete cold weather draining freeze protection POTABLE WATER TANKS: Tanks must be certified metered capacity of 1500 gallons. Certification of capacity will be necessary upon delivery The water tanks shall be manufactured from non-corrosive material, aluminum or stainless steel is acceptable tank materials. The tank material shall require no internal coatings and must be repairable if patching is ever required. Tanks shall be easily removed from the unit to provide complete access to the truck chassis for maintenance purposes. Tanks shall be adequately vented and connected to provide complete filling. A 6-inch connection between all tanks shall be provided. All water tanks to be mounted at or below the sub frame of the unit thus providing the best possible lower center of gravity. Water tanks shall be located beginning directly behind the cab of the truck and ending at the very rear of the unit, thus providing the best possible weight distribution.

12

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

Water tanks shall be totally separate from the debris tank and provide no structural support or common walls. Water tanks shall come equipped with an anti-siphon device valve on the fresh water inlet, 3-inch water filter screen, a valve on the inlet piping, 26 foot of hydrant fill hose with fittings. (2½ AKRON-N.H. or equivalent ) A water level sight gauge shall be provided. A warning light shall be activated on the front and rear control panels when 250 gallons or less water remain in the supply tanks. Water tanks shall carry a 10-year unconditional warranty against corrosion, cracking, heat damage or distortion. COLD WEATHER RECIRCULATION: This system shall be designed to operate the high pressure water jet pump independently of the truck for purposes of circulating water to prevent freezing The minimum water flow required independent of transport speed shall be 20 G.P.M. continuous The recirculation shall be through the entire water jet system including jet hose with return to tank The system shall be hydraulically powered utilizing the auxiliary engine to power the hydraulics System shall contain all necessary items such as hoses, fittings, valves, check valves, hydraulic pump and any other modifications necessary for the complete operation VACUUM SYSTEM ENGINE: The auxiliary engine used to drive the centrifugal vacuum compressor shall be a heavy duty industrial type, liquid cooled, 6 cylinder, minimum 359 cubic inch turbo charged and after cooled diesel. The engine shall be equipped with automatic shutdown systems for low oil pressure and/or high water temperature.

13

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

The auxiliary engine control panel shall be located curbside no more than five feet above ground. The control panel shall consist of the following, engine ignition, tachometer, water temp gauge, oil pressure gauge, voltmeter and an hour meter. The gauges on the auxiliary engine control panel shall be lighted or panel lighting provided. The entire auxiliary vacuum engine shall be enclosed in an insulated noise-deadening shroud. The operating noise level shall not exceed 80 D.B.A. at 50 feet. The noise-deadening shroud shall be on roller tracks allowing the shroud to easily be pulled away from the engine providing complete engine access. Heavy panels requiring removal will not be acceptable. Coolant: anti-freeze protection to 30 below zero F. CATCH BASIN MANHOLE CLEANING SYSTEM: For purposes of allowing for final cleanup of sewer structures, and/or the machine, a hand held water jet cleanup system shall be provided This system shall operate from the high pressure water pump and supply tanks A minimum of 20 G.P.M.at 600 P.S.I. must be provided 25 feet of heavy-duty 1/2 inch diameter high pressure jetting hose and a pistol grip jetting nozzle will be furnished AUX ELICTRICAL: The entire electrical system must be vapor sealed to eliminate moisture damage and complies to NEMA (National Electric Manufacturing Association) standards A rear tailgate mounted lighted arrow board capable of both left and/or right signal flashing with inside-cab controls must be provided

14

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

TOOL BOXES: A tool box on the left side of the chassis of approximately 16 inch deep X 46 inch long X 14 high in size shall be provided A tool box on the right side of the chassis of approximately 22 inch deep X 65 inch long X 12 inch high in size shall be provided A left front bumper mounted tool box of approximately 10 inch deep X 18 inch long X 12 inch high in size shall be provided All tool box cover doors must be lockable with all lock cylinders using a single key HYDRAULIC TOOL CIRCUIT: Hydraulic circuit shall be powered by the auxiliary engine hydraulic pump Pump circuit to have adjustable flow in the range of 4-16 G.P.M. at 2000 P.S.I. Circuit shall include a 100 mesh size oil suction strainer, 18,000 B.T.U./ hour oil cooler, 10 micron return line filtration and HTMA flat face quick couplers located at auxiliary engine control panel ACCESSORIES: May have been mentioned before and shall be furnished with the machine 2 potable water inlet stainless steel filter screens 1 small and 1 large nozzle skid 2 leader hoses with a built in swivel end fitting, 1 inch inside diameter X 25 foot long 1 hand held manhole inspection light with a 30 foot coiled cord and bumper plug, bumper plugs mounted at front and rear of truck chassis Directional rear flashing arrow board mounted on debris tank tailgate, in cab controls

2 Whelen 1200D amber lens strobe type flashing warning lights, 1 center rear tailgate mounted, 1 driver side cab guard mounted, fused with in cab switch control 3 tool boxes, left, right and front bumper mounted 2 front and 2 rear tow hooks

15

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

30 feet of 8 inch diameter suction tube with quick attach clamps Storage racks for at least 30 foot of suction tubes Tube storage racks, fold down type right and left side mounted accessible from ground level Hydro-Excavation Vacuum Tube (i.e. Jake-A-Vator) A five foot three nozzle wand with thirty foot of hose, for high-pressure dirt removal. (i.e. Earth Quaker Plus).

NOZZLES: 2 general purpose hardened alloy steel nozzles with 6 rear jets drilled at a 60 degree angle, 3 jets forward drilled at a 20 degree angle, 15-60 G.P.M. at 2000 P.S.I. (i.e. Sewer Equipment Co. part # Pilz R1”) 1 standard nozzle made of wear-resistant, hardened steel, and large wall thickness, to have 8 rear ceramic jets, 4 at 30 degree and 4 at 45 degree and 1forward ceramic jet. (i.e. ENZ USA Inc Catalog # 300.100EI). Plus nine extra M8 ceramic inserts. 1 type 40 GRENADE-BOMB with connecting thread of one inch, and ten rear jets five at 10 degrees and five at 30 degrees. (i.e. ENZ USA Inc Catalog # 42.100A). Plus ten extra M10 ceramic inserts five Jet Max and five Fan Jet. 1 type 40 GRENADE-BOMB with connecting thread of one inch, and ten rear jets five at 10 degrees and five at 30 degrees. . (i.e. ENZ USA Inc Catalog # 40.100B). Plus ten extra M10 ceramic inserts. 1 type 60 Chisel point with connecting thread of one inch, and four forward jets at 15 degrees and six rear jets at 20 degrees. (i.e. ENZ USA Inc Catalog # 60.100). Plus ten extra M6 ceramic inserts. 1 type 02 RotoJet HRH with connecting thread of one inch, and three rear jets, and four rotating jets. (i.e. ENZ USA Inc Catalog #02.060). Plus seven extra M8 ceramic inserts.

16

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

1 type 02 RotoJet HRH with connecting thread of one inch, and three rear jets, and four rotating jets. (i.e. ENZ USA Inc Catalog # 02.100A). Plus seven extra M10 JetMax ceramic inserts. 1 type 04 Rotojet KBR with connecting thread of one inch, and three rear jets, and four rotating jets. (i.e. ENZ USA Inc Catalog # 04.060). Plus seven extra M8 ceramic inserts. 1 surface cleaner Turbo nozzle. (i.e. ENZ USA Inc Catalog # 18.040). Plus two extra M6 ceramic inserts. 1 set of insert sockets (i.e. ENZ USA Inc Catalog # 09.100U). PAINT: Exterior surfaces of catch basin cleaner and jet rodder machine to be painted red The aluminum or stainless steel water tanks shall be polished and remain unpainted Truck cab to be painted red The truck chassis may be factory original black The surfaces to be painted shall be thoroughly cleaned of all dirt, rust and oil or grease immediately prior to the application of all primers and paints MANUALS: One set of complete and comprehensive operators, maintenance, and parts manuals shall be furnished with each unit. The manuals must include operating instructions, maintenance schedules, instructions for completing maintenance items, and necessary illustrations, drawings, or photographs required for clarity. The parts manual must include parts lists and part numbers with illustrations in sufficient detail to allow easy ordering of replacement parts for the truck, auxiliary engine and all attached equipment. As built line sheet with part numbers for all components of truck and all attached equipment.

17

EXCEPTION

SEWER JET AND VAC TRUCK SPECIFICATIONS COMPLY

WARRANTIES:

Truck chassis, manufacturer’s standard new truck warranty Vacuum compressor/fan housings, 5 year unprorated minimum Water tanks, 10 years unprorated minimum Other basic unit major components, 1 year minimum If the truck and or components need to be repaired under warranty a loaner truck is to be provided at no expense to the City of Owosso. OTHER:

Delivery date 60-90 days after receipt of order

18

EXCEPTION

EXPLAIN EXCEPTIONS -

19