23
INVITATION FOR BID THIS FORM MUST BE COMPLETED AND SIGNED FOR YOUR BID TO BE CONSIDERED VALID. Address to: Procurement Manager City of Kingsport 225 W Center Street Kingsport, TN 37660 Phone (423) 229-9419 or Fax (423) 224-2433 Date Issued: 7/19/20 F.O.B. Kingsport Total Number of Pages: 23 This sealed bid in the original copy, subject to the terms and conditions on the attachment, will be received by the Procurement Manager until 4:00 P.M., Eastern Time on August 4, 2020, at which time will be publicly opened at the PROCUREMENT DEPARTMENT. IN THE LOWER LEFT CORNER OF YOUR ENVELOPE ADDRESSED TO ABOVE, MARK YOUR ENVELOPE “COMBINATION JET RODDER TRUCK” AND DATE OF THE BID OPENING. READ TERMS AND CONDITIONS BEFORE COMPLETING THIS FORM Item Quantity U/I Description Unit Price Total Price 01 1 EA COMBINATION JET RODDER TRUCK AS PER ATTACHED SPECIFICATIONS 02 1 EA TRADE IN ALLOWANCE VEHICLE #1861 BRAND/MODEL _______________________________ Delivery Terms: 1. Delivery no later than ______ business days after acceptance of order which shall be defined as purchase order date. 2. The Fleet Maintenance Department will complete vehicle inspection to insure compliance with specifications within ___15___ business days after delivery. 3. If deficiencies are identified upon inspection, the time frame allowed for vendor to correct deficiencies and return vehicle/equipment to the Fleet Maintenance Department will be __15__ business days after notified by the Fleet Manager.

INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

INVITATION FOR BID

THIS FORM MUST BE COMPLETED AND SIGNED FOR YOUR BID TO BE CONSIDERED VALID.

Address to: Procurement Manager City of Kingsport 225 W Center Street Kingsport, TN 37660 Phone (423) 229-9419 or Fax (423) 224-2433

Date Issued: 7/19/20 F.O.B. Kingsport Total Number of Pages: 23

This sealed bid in the original copy, subject to the terms and conditions on the attachment, will be received by the Procurement Manager until 4:00 P.M., Eastern Time on August 4, 2020, at which time will be publicly opened at the PROCUREMENT DEPARTMENT. IN THE LOWER LEFT CORNER OF YOUR ENVELOPE ADDRESSED TO ABOVE, MARK YOUR ENVELOPE “COMBINATION JET RODDER TRUCK” AND DATE OF THE BID OPENING.

READ TERMS AND CONDITIONS BEFORE COMPLETING THIS FORM

Item Quantity U/I Description Unit Price Total Price

01

1

EA

COMBINATION JET RODDER TRUCK AS PER ATTACHED SPECIFICATIONS

02 1 EA TRADE IN ALLOWANCE VEHICLE #1861

BRAND/MODEL _______________________________

Delivery Terms:

1. Delivery no later than ______ business days after acceptance of order which shall be defined as purchase order date.

2. The Fleet Maintenance Department will complete vehicle inspection to insure compliance with specifications within ___15___ business days after delivery.

3. If deficiencies are identified upon inspection, the time frame allowed for vendor to correct deficiencies and return vehicle/equipment to the Fleet Maintenance Department will be __15__ business days after notified by the Fleet Manager.

Page 2: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

Liquidated Damages: As actual damages for any delays in delivery of the vehicles/equipment which the bidder is required to perform as per this bid document are difficult to determine, the Bidder shall be liable for and shall pay to the Owner the sum of Fifty Dollars ($50.00) as fixed, agreed and liquidated damages for each business day of delay per purchase order and not per unit from the number of days stipulated for delivery and for deficiency correction

In compliance with this Invitation for Bid and subject to all conditions thereof, the undersigned agrees, if this bid is accepted within 60 days from the date of the opening, to furnish all of the material/service upon which prices are quoted, delivered at the designated point(s) within the time specified. (A) Terms: NET (B) Delivery/Job completion within ______ days after notification. (C) Specification/Letter of explanation enclosed: YES ( ) NO ( )

__________________________________________________

Handwritten Signature of Authorized Representative __________________________________________________

Name of Firm Date

THIS FORM MUST BE SIGNED TO BE CONSIDERED COMPLETE

**Please note that we will be opening these bids in the Procurement Department at 625 W. Industry Drive. Due to the Covid-19 emergency, neither the public nor vendors will be allowed to be physically present at the bid opening. However, you may dial 423-343-9958 to participate via conference call.

**If the bid is being delivered by a courier, it can be mailed to 225 W. Center Street Kingsport, TN 37660. If the bid is being physically brought in the day of the bid opening, please bring it to the Procurement Department (625 W. Industry Dr.) and place it in the bin outside of our door. Bids can also be uploaded electronically to our website by clicking the blue submit button where the Invitation to Bid is located.

Page 3: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

TERMS AND CONDITIONS

1. Bids must be submitted on this form only and bear the handwritten signature of an authorized representative of the firm to be considered valid. Each bid will be placed in a separate envelope. Be sure the envelope is completely and properly identified and sealed. Telephone bids or fax bids will not be accepted. Unless otherwise stated by the City, no bidder may withdraw his bid within a period of sixty (60) days after the date set for the opening of bids.

2. If prices are quoted FOB Kingsport, TN., delivery to City of Kingsport locations shall be without additional charge.

3. Failure to examine any drawings, specifications, and instructions will be a bidder's risk. If bidder is in doubt as to the true meaning of

any part of the drawings, specifications and instructions or other documents, he should submit a written request for an interpretation to the Procurement Manager. An interpretation of the documents will be made only by addendum issued by the Procurement Manager to each firm to whom an invitation was forwarded. The City will not be responsible for explanation or interpretations of bid documents except as issued in accordance herewith.

4. Where a brand or trade name appears in the specifications, it is understood that the brand or trade name referred to, or its approved

equivalent, shall be furnished. If no mention is made of any exceptions, it is assumed that he is bidding on the article mentioned and not an approved equivalent.

5. The bidder is requested to attach brochure-type information on the supplies furnished. All guaranteed and warranties should be clearly

stated.

6. Taxes. The City is exempted from Federal excise taxes and state and local sales taxes and bidders must quote prices which do not include such taxes. An exemption certificate will be furnished upon request.

7. Bids and modifications or corrections thereof received after the closing time specified will not be considered. The City is not

responsible for delays in delivery by mail, courier, etc.

8. Any exceptions to these terms and conditions or deviations from written specifications will be shown in writing and attached to the bid form.

9. Any alteration, erasure, addition to or omission of requested information, change of the specifications, or bidding schedule, is made at

the risk of the bidder and may result in the rejection of the bid, unless such changes are authorized by the specifications.

10. In the event cash discounts are offered by the bidder, the discount date shall begin with the date of the invoice or the date of receipt of all material covered by the order/contract, whichever is the later date.

11. Charges for boxing or cartage will not be allowed unless previously agreed upon.

12. Default in promised delivery and failure to comply with specifications authorizes the City to purchase supplies elsewhere and charge the

difference to defaulting Vendor.

13. Bidder agrees to defend and save City of Kingsport from and against all demands, claims, suits, costs, expenses, damages and judgments based upon infringement of any patents relating to goods specified in this order or the ordinary use or operation of such goods by City or use or operation of such goods in accordance with bidders direction.

14. In case of error or discrepancy in the mathematics of the bid price, the unit prices shall prevail.

15. By submission of a signed bid, the bidder certifies total compliance with Title VI and Title VII of the Civil Rights Act of 1964, as

amended, and all regulations promulgated thereunder.

16. Contracts and purchases will be made or entered into with the lowest, responsible, compliant bidder meeting specifications for the particular grade or class of material, work or service desired in the best interest and advantage to the City of Kingsport. Responsible bidder is defined as a bidder whose reputation, past performance, and business and financial capabilities are such that he would be judged by the appropriate City authority to be capable of satisfying the City's needs for a specific contract or purchase order.

17. The City reserves the right to determine the low bidder either on the basis of the individual items or on the basis of all items included in

its INVITATION TO BID, unless otherwise expressly provided in the INVITATION TO BID. The City reserves the right to accept any item or group of items of any kind and to modify or cancel in whole or in part, its INVITATION TO BID.

18. All contracts or purchase orders issued for this award will be governed by the laws of the State of Tennessee.

19. The City, in accordance with its governing directives, reserves the right to reject any and all bids, to waive any informality or irregularities

in bids and unless otherwise specified by the bidder, to accept any item.

20. This Bid includes an option to allow the City of Kingsport the right to purchase additional vehicles/equipment. The City’s use of this option will be dependent upon the price offered by the vendor and the availability of funding. The City may exercise this option clause for a period of twelve (12) months after the award of the Bid. The City is aware that costs may increase for vehicle/equipment manufacture and delivery, and therefore a price adjustment for unit cost may be negotiated between the two parties. Documentation of cost increase is to be provided to the City by the Awarded Bidder as requested.

Page 4: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

Terms and Conditions Page 2 of 2 21. The contract will be awarded for a period of one (1) year with a renewal option on an annual basis in one (1) year increments providing all

terms, conditions and cost are acceptable to both parties. The City reserves the right to re-bid at the end of any contract period.

22. CONFLICT OF INTEREST: a) No Board Member or officer of the City of Kingsport or other person whose duty it is to vote for, let out, overlook or in any

manner superintend any of the work for the City of Kingsport has a direct interest in the award of the vendor providing goods or services.

b) No employee, officer or agent of the grantee or sub-grantee will participate in selection, or in the award or administration of an

award supported by Federal funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when the employee, officer or agent, any member of their immediate family, his or her partner, or an organization, which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

c) The grantee’s or sub-grantees officers, employees or agents will neither solicit nor accept gratuities, favors or anything of

monetary value from vendors, potential vendors, or parties to sub-agreements.

d) By submission of this bid, the vendor is certifying that no conflicts of interest exist. 23. DRUG FREE WORKPLACE REQUIREMENTS:

a) Private employers with five or more employees desiring to contract for construction services attest that they have a drug free workplace program in effect in accordance with TCA 50-9-112.

24. ELIGIBILITY:

a) The vendor is eligible for employment on public contracts because no convictions or guilty pleas or pleas of nolo contender to violations of the Sherman Anti-Trust Act, mail fraud or state criminal violations with an award from the State of Tennessee or any political subdivision thereof have occurred.

25. GENERAL:

a) Vendor fully understands the preparation and contents of the attached offer and of all pertinent circumstances respecting such offer.

b) Such offer is genuine and is not a collusive or sham offer.

26. IRAN DIVESTMENT ACT:

a) Concerning the Iran Divestment Act (TCA 12-12-101 et seq.), by submission of this bid/quote/proposal, each vendor and each person signing on behalf of any vendor certifies, and in the case of a joint bid/quote/proposal, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each vendor is not on the list created pursuant to § 12-12-106.

27. NON-COLLUSION:

a) Neither the said vendor nor any of its officers, partners, owners, agents, representatives, employees or parties interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other responder, firm, or person to submit a collusive or sham offer in connection with the award or agreement for which the attached offer has been submitted or to refrain from making an offer in connection with such award or agreement ,or collusion or communication or conference with any other firm, or, to fix any overhead, profit, or cost element of the offer price or the offer price of any other firm, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Kingsport or any person interested in the proposed award or agreement.

b) The price or prices quoted in the attached offer are fair, proper and not tainted by any collusion, conspiracy, connivance, or

unlawful agreement on the part of the firm or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.

28. BACKGROUND CHECK REQUIREMENT FOR SCHOOL SYSTEM SUPPLIERS:

a) In submitting this bid/quote/proposal, you are certifying that you are aware of the requirements imposed by TCA § 49-5-413 (d) to conduct criminal background checks through the Tennessee Bureau of Investigation and the Federal Bureau of Investigation on yourself and any of your employees who may come in direct contact with students or who may come on or about school property anytime students are present. You are further certifying that at no time will you ever permit any individual who has committed a sexual offense or who is a registered sex offender to come in direct contact with children or to come on or about school property while students are present.

Page 5: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

GENERAL PROVISIONS

1. The unit and associated equipment shall be furnished complete and in readiness for use.

2. Special Awarding Criteria. While the purpose of the bid document is to indicate certain minimum requirements, its use is not intended to relieve the City of all responsibility in making a selection which is the most suitable for the City’s service.

Although proposals may be received based on the minimum requirements indicated, it is not intended that this alone shall limit the award but other factors will be considered, including the experience of the City and others.

3. Unless the capabilities of the equipment, which the Vendor bids, is known to the City, bidder agrees to

provide a model within reasonable distance of the City of Kingsport, for evaluation purposes at no expense to the City of Kingsport.

4. Trade-in. Vendors are requested to consider a trade-in allowance for the following: City Vehicle # 1861

– 2007 Sterling W/Vacall 810. Vendor is to contact Steve Hightower, Fleet Manager (423- 224-2434) to arrange an appointment to inspect this vehicle. The City reserves the right to accept or reject any trade-in allowance.

5. OPTIONAL EQUIPMENT. Optional Equipment selection will be at the discretion of the City.

6. Specifications. SEE: Vehicle Specifications – 18 (eighteen) pages.

7. Bidder is requested to fill out the Bid Form and attach a completed copy of the specifications (Pages 1-

23) to the Bid Form.

8. Any additions, deletions, variations from attached specifications must be noted. Any items appearing in manufacturer’s regular published specifications furnished by bidder are assumed to be included in the “Bidder’s Proposal”.

9. At time of delivery to the City of Kingsport, vehicle must meet or exceed all federal, state, and local

health, safety, lighting and noise standards. 10. At time of delivery to the City of Kingsport, vehicle must meet or exceed all existing DOT regulations

and US EPA emission standards that are applicable to this type vehicle.

Page 6: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

TRUCK MOUNTEDCOMBINATION JET/ VACUUM

SEWER LINE CLEANER/ DIESEL POWERED

The unit(s) to be furnished under this proposal shall be a diesel powered, automatic transmission, tandem rear axle, caband chassis with mounted combination jet/ vacuum sewer line cleaner type body. This unit(s) is to be delivered complete andready for municipal sewer line maintenance operations.

Co m p lian c e w ith th e s p e c if ic atio n s s h all b e s o n o te d in the yes or no columns designated. An y ad d itio n ,d e le tio n , o r v ariatio n from the following specifications s h all b e s o s tate d in the space provided. These specifications shallbe construed as minimum; however, all exceptions will be weighed carefully against the needs, experiences, and resources ofthe City o f Kin g s p o rt. These s p e c if ic atio n s als o re q u ire th e b id d e r fu rn is h d e s c rip tiv e lite ratu re , complete specifications,and all other technical data on the equipment as proposed by the perspective bidder. Failure to comply with these conditionswill deem the bidder as non-responsive.

SPECIFICATIONS Bidder Complies YES NO

1.0/ - GENERAL SPECIFICATIONS:1. Latest, current production model, diesel powered, tandem axle, “cab and chassis” with

mounted combination jet/ vacuum sewer line cleaner type body; new and unused, with allstandard equipment as offered by the manufacturer and designed to operate up to a maximum8% grade.

2. All parts, accessories, equipment, and safety features considered as standard by the equipmentmanufacturer; whether herein specified or not, shall be considered as required.

3. It shall be the responsibility of the chassis vendor/supplier to insure that the chassis complieswith the body manufacturer’s and upfitters requirements for fitment and function.

4. This complete unit(s) shall be built and delivered complete and ready for use in full compliancewith federal, state, and local requirements and regulations.

5. This unit and all other related equipment incorporated into this unit shall be designed, built,manufactured, and constructed in accordance with all applicable safety codes, design, andmanufacturing standards as outlined by SAE, ANSI, AWSI, FMVSS and related organizationsor standards agencies.

6. This unit(s) and attachments shall embody the highest quality materials and workmanshipavailable.

`

EXCEPTIONS:

2.0 - G.V.W.R. : 66,000 pounds or greater.

EXCEPTIONS:

3.0/ - AXLES:1. Front: 20,000# (minimum) pound rating or greater with appropriate suspension to include

heavy duty shock absorbers, oil bath front hubs, and vented window hub oil caps.2. Rear: Tandem with single (1) speed differentials, 4:98:1 ratio, 23,000# pound rating each , or

greater, with appropriate 46,000# rated with helper suspension, radius rod, and shockabsorbers (if available).

3. Synthetic oils shall be provided in front and rear axles.4. Unit shall be capable of having a top highway speed of approximately 70 MPH at 2,100 RPM.

EXCEPTIONS:

4.0/ - WHEELBASE: 1. A wheel base of 260" inches, minimum, with a C.A. of 193" inches, minimum, shall be

provided.

EXCEPTIONS:

1Combination Jet/Vacuum Truck Tandem FY19-20

Page 7: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

5.0/ - WHEELS AND TIRES:1. Front: Ten (10) hole, steel disc type wheels with a 425/65R 22.5 G 286A Radial tubeless non-

directional highway type tread tires (20 ply rating minimum). 2. “Mounted on RIM” spare to match brand/ply and size of front tires shall be provided.(shipped

loose)3. Rear: Ten (10) hole, steel disc type wheels with 12R x 22.5G tubeless directional tread type

tires (16 ply rating minimum). 4. Front and rear tires shall be of the same brand.5. Mud-flaps shall be provided at the rear of the front tires and at the front and rear of the rear

tires. 6. Mud-flaps shall be securely fastened and provided with a substantial metal support to disallow

the flaps from rubbing the tires when the unit is in transport mode.7. Rear, over the tires, frame mounted, stainless steel fenders shall be provided.

EXCEPTIONS:

6.0/ - STEERING:1. Full power assist steering with tilt/ telescoping column shall be provided.

EXCEPTIONS:

7.0/ - ENGINE: 1. Naturally aspirated or turbo-charged electronic diesel engine developing a minimum of 370 horsepower

at 2,000 RPM , 1,250 lb-ft torque at 1,400 RPM shall be provided.2. The engine shall be equipped with a single element air cleaner with an air restriction gauge. 3. Manufacturer’s standard thermostatically controlled fuel heater and fuel cooler shall be provided.4. Engine shall be equipped with a “low oil”, “high coolant temperature” engine alarm/ shutdown system.5. It s h all b e th e re s p o n s ib ility o f th e aw ard e d v e n d o r to in s u re th e e n g in e ECM is o f th e p ro p e r

d e s ig n an d c alib ratio n fo r u s e w ith b o d y attac h m e n t an d w ill s u p p o rt th e fas t id le fu n c tio nre q u ire d b y th e attac h m e n t d u rin g o p e ratio n .

6. Engine diagnostic software and cables shall be provided and compatible with a standard laptop computer.

EXCEPTIONS:

7.1/ - COOLING SYSTEM: 1. Heavy duty (1,300 sq/in minimum) cooling package with a heavy duty automatic fan clutch

shall be provided. 2. Cooling system shall be protected to a minimum of -30E Fahrenheit with an extended lifetime

type antifreeze.3. All coolant hoses shall be silicone or equivalent quality. 4. All cooling system hose clamps shall be of the stainless, constant torque type regardless of

hose, position, or manufacturer if ½" inch inside diameter or larger.5. ½” inside diameter and smaller coolant hoses shall have a band type spring constant tension

clamp provided.6. A thermostatically controlled engine heater (1,000 watt minimum) shall be provided. 7. A“die cast metal” weather proof , chrome plated , heater receptacle connection for the engine

heater shall be provided and located under the drivers door. Plastic housings not acceptable.8. Ball shut off valves shall be provided in both heater hoses.

EXCEPTIONS:

7.2/ - EXHAUST:1. The aluminized, or stainless steel, exhaust system shall be vertically mounted using its own support

system.2. A forty five degree (45E) turn out, to deflect exhaust gases outward, and shall be installed on the end of

the exhaust pipe.3. Exhaust regen speed shall be set a 5 MPH to allow unit to automatically regenerate at lower

operating speeds.

EXCEPTIONS:

2Combination Jet/Vacuum Truck Tandem FY19-20

Page 8: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

8.0/ - TRANSMISSION:1. A five (5) speed automatic transmission, similar in design and performance to the Allison

3000RDS, or better, with PTO provision for two (2) PTO’s systems, shall be provided.2. Transmission shall be rated by the manufacturer for the body type specified and match the

engine provided. 3. Manufacturers standard heavy duty external transmission oil cooler and auxiliary filter, with

transmission temperature gauge shall be provided. 4. Manufacturer’s solid state, reverse activated, backup alarm shall be provided.5. Rear back-up color camera with 130E viewing angle shall be provided.6. The rear view camera shall automatically activate when transmission “REVERSE” is selected. 7. Synthetic fluids shall be provided.8. Transmission Diagnostic Software and cables shall be provided and compatible with

a standard laptop computer.

EXCEPTIONS:

9.0/ - BRAKES: 1. Full air, ABS (four sensor), drum type front and rear with automatic slack adjusters shall be

provided and include optional brake wear indicator/sensor.2. Front brakes shall be a minimum of 16½”x 6".3. Rear brakes shall be a minimum of 16½”x 8" with forward mount 30/36 brake chambers4. Air dryer (similar in design to the Bendix AD-9) shall be of the heated, serviceable desiccant

type with an automatic purge valve. 5. Discharge valve and purge valve shall be readily replaceable from the exterior frame of the unit.6. The air compressor shall be rated at 18.7 C.F.M. minimum. 7. Front and rear axle brake protective shields (backing plates) shall be provided. 8. All air reservoir tanks shall have cable type tank drain valves easily accessible from the outside

of the frame rails by the operator for daily draining.

EXCEPTIONS:

10.0/ - FRAME : 1. Manufacturers heavy duty reinforced frame shall be provided and shall have a minimum RBM

of 3,800,000 lb-in and guaranteed against cracking for a minimum of five (5) years.2. The frame shall be a minimum of 7/16" thick x 3½” x 11c” and include a ¼” C-Channel

inner frame reinforcement.3. A twenty four (24") inch front frame extension shall be provided.

10.1 - TOW HOOKS : Tow hooks, front and rear frame mounted, shall be provided.

10.2 - FRONT BUMPER:1. A painted specialty front bumper accommodating the front hose reel shall be provided. (Frame

mounted tow hooks shall be accessible.)2. An 18" x 16" x 12" Aluminum Toolbox lockable toolbox shall be provided.

EXCEPTIONS:

11.0/ - EXTERIOR: 1. Cab color shall be manufacturers standard white. 2. Body shall match cab color and be of manufacturers standard gloss white. 3. Chassis frame and bumpers shall be manufacturers standard gloss black.4. Left and right, heated, stainless steel, west coast style flat glass, remote controlled mirror

system shall be provided.5. Eight (8") inch, minimum, convex stainless steel “spot” mirrors shall be mirror frame

mounted below the primary mirrors.6. Manufacturer’s standard tinted widows shall be provided.7. Left and right hand, exterior, rear of door, grab handles, with rubber insert, shall be provided.8. The right hand passenger door shall be equipped with a fixed window.

EXCEPTIONS:

3Combination Jet/Vacuum Truck Tandem FY19-20

Page 9: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

12.0/ - ELECTRICAL: 1. Alternator shall be rated at 160 AMPS, minimum.2. A heavy duty 12 volt battery system shall be provided. 3. Battery supplied and system total shall be rated at a minimum of 2,280 CCA.4. Standard battery jumpers shall be provided.5. Unit shall be equipped with gauges for MPH, dual air pressure, turn signals, high beam indicator, oil

pressure, and charging voltage.6. Battery terminals shall be protected with a corrosion resistant battery terminal coating.7. Solid state reverse activated back-up alarm and “armored” OEM reverse camera system shall be

provided. 8. All wiring shall be color coded and numbered for ease of maintenance and shall be of a minimum GXL

specification unless otherwise specified or utilized by the chassis OEM.9. All circuits of the completed unit(s) shall be circuit breaker or fuse protected of the appropriate amperage

and capacity.10. Convenient access shall be provided for all electrical circuits, controls, and wiring. 11. All wiring of the completed unit(s) shall conform to Original Equipment Manufacturer’s and the Society

of Automotive Engineers (SAE) requirements and installation procedures.12. NOTE: "Scotchlocks" or other pierced or piercing type wire connectors on any connection (chassis or

body) shall not be accepted. Twist lock and/ or twist wire nut type connectors shall not be accepted. 13. All connectors or connections shall be weather proof and corrosion resistant in design, manufacture and

use regardless of location or component operated.14. All terminated wiring or looms shall be capped or sealed with heat shrink or weatherproof protection.

Electrical tape wrapped around a terminal or connection shall not be considered as weatherproof.15. All wiring shall be enclosed in a non-metallic loom and secured in place utilizing metal style, vinyl or

rubber coated clamps with screws or bolts and shall be no further than 18" apart.16. Adhesive backed retaining pads with cable ties, plastic or nylon, or stud mounted cable ties will

not be accepted. 17. Adhesive backed mounted components of any type will not be accepted unless strictly supplied by the

OEM chassis manufacturer.18. Exposed wiring or harness’s on body sides or roof will not be accepted.19. Any penetration of wiring or loom through any metal points or other materials shall have protective

rubber grommets installed in such opening.20. All grounds needed or provided shall utilize a grounding cable or strap. 21. Grounding through hinge or spring points will not be allowed.22. Exposed, un-loomed, or un-retained wiring on any location or on the upper and rear cab exterior or body

sides and roof will not be accepted.

EXCEPTIONS:

13.0/ - INTERIOR: 1. Manufacturer’s standard heavy duty, vinyl covered, full foamed, fully adjustable air ride seats, shall be

provided.2. The driver’s and passenger seats shall be air ride high back bucket type with lumbar support and dual arm

rests.3. FMVSS, DOT approved retractable restraint belts for the operator and passenger positions shall be

provided. 4. Interior components shall be color keyed to dark blue, brown, or gray.5. Heavy duty rubber or vinyl full floor covering shall be provided. 6. Four (4) set of keyed alike door, ignition, and key FOBS shall be provided.7. Manufacturer’s style HEAVY DUTY floor mats, to overlay floor covering, shall be provided. 8. Left and right sun visors shall be provided. 9. Power window and electric door locks shall be provided.10. Full instrumentation package ( i.e. fuel, AMP, water temperature, oil pressure, etc.) including left hand

mounted engine hour meter and tachometer shall be provided. 11. Manufacturer’s standard AM/FM/MP3 radio with clock shall be provided and include hands free

bluetooth option.12. Manufacturer’s standard electric dual note horn package shall be provided. 13. Electronic cruise control shall be provided.14. Manufacturer’s standard heating and air conditioning system shall be provided. 15. Dual speed, variable, windshield wipers and washers shall be provided.16. Interior, forward of cab and rearward of cab positions, mounted grab handles shall be provided to assist

and allow operator and passengers easy cab access.17. All in cab control nomenclature shall be mounted as to be easily read by the operator.

a. NOTE: Control nomenclature mounted "upside down" or "180 out" on any controls viewedfrom any operators position will not be accepted.

EXCEPTIONS:

4Combination Jet/Vacuum Truck Tandem FY19-20

Page 10: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

14.0/ - FUEL SYSTEM: 1. A one hundred (100) gallon, minimum, fuel tank shall be provided. 2. DEF tank shall be a minimum of 30 gallons.3. Manufacturer’s standard fuel/water separator shall be provided and shall include a cab

mounted “water in fuel” warning device to notify the operator.

EXCEPTIONS:

15.0/ - LIGHTS: 1. Light and reflector configuration for this unit(s) shall be in full compliance with Federal Motor

Vehicle Safety Standards.2. All chassis and body lamps and lenses shall be LED and of a make and model for which parts

are readily available.3. All light wiring used shall be GXL/SXL 14 gauge, minimum, copper strand or equivalent.4. Operator station shall have back lit buttons for low light operation5. Tail/ brake lights shall be shall be sealed type, shock mounted LED’s.6. Front cab mounted and rear tailgate door mounted LED strobe beacon lights shall be provided

and shall incorporate metal guards to protect the lights from tree limbs.7. A rear of unit, debris body door mounted LED traffic control directional arrow board shall be

provided, mounted on rear door, and be of the split type design with controls mounted in cab.8. Two (2) LED flood lights shall be provided on the boom.9. LED hose reel/ manhole work lights shall be provided10. Two (2) LED flood/work lights shall be provided on the tailgate.11. Two (2)LED flood/work lights shall be provided on the power unit.12. An LED Strobe/Advisor Warning system shall be provided and contain the following at a

minimum:a. Two (2) LED strobe lights mounted on lower front of unitb. Two (2) LED strobe lights mounted mid-length of unitc. Two (2) LED strobe lights mounted on lower rear of unit

EXCEPTIONS:

16.0/ - BODY GENERAL SPECIFICATIONS: 1. This unit shall be designed for and capable of simultaneous high pressure jetting and

vacuuming for the removal of sand, grit, grease, sludge, stones and other materials fromsanitary sewers, storm sewers, catch basins, pumping stations, and other facilities.

2. The unit will have a self-contained water supply for use with a high pressure cleaner forbreaking of blockages and removal of material contained therein.

3. The unit will include an air conveying system capable of simultaneous removal of debrisflushed to the manhole by the sewer cleaner system, or debris removal from catch basins,sumps, digesters, wet wells, etc. using the single chassis engine as the power source.

4. The vacuum system will include a sealed body for storage and removal of the collected debris.5. Regular current model mounted combination jet/ vacuum sewer line cleaner type body,

FULLY INSTALLED with all necessary hydraulic lines, pumps, reservoirs, suction and returnhydraulic filters, controls, etc.

6. Body shall be mounted with a minimum of cab clearance.7. Body is to be built in such a manner as to exhibit the highest quality in materials and

workmanship.8. Body and accessory installation shall be required to conform to Section 12.0- ELECTRICAL.9. It s h all b e th e re s p o n s ib ility o f th e aw ard e d v e n d o r to in s u re e n g in e fas t id le fu n c tio n s

re q u ire d fo r s u c c e s s fu l b o d y o p e ratio n are c o m p atib le w ith th e e n g in e ECM.

EXCEPTIONS:

5Combination Jet/Vacuum Truck Tandem FY19-20

Page 11: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

17.0/ - BODY SUB-FRAME: 1. The provided body shall be of modular design consisting of vacuum system, water

tanks system, debris body and drive system.2. A sub-frame shall be fabricated to the exact dimensions of the truck chassis for

mounting of modular components.3. All components of the module shall attach to the sub-frame and not directly to the

chassis.4. Sub-frame shall be designed to ASME standards for maximum applied loads, chassis

frame movement and even distribution of weight to the chassis and suspension.5. Sub-frame shall be continuous and uninterrupted from back of cab to end of frame.

EXCEPTIONS:

18.0/ - BODY CONSTRUCTION: 1. Minimum body capacity , including tailgate, shall be twelve (12) cubic yards and contain a

debris body vacuum relief system and debris deflector plate.2. All connected joints of the constructed body shall have the appropriate reinforcements to

insure against joint failure or metal fatigue during the life of the unit.3. All body hinges, cylinder rod ends, trunnions and pivot points shall be supplied with grease

fittings. PERIOD.4. The body shall be cylindrical shaped for strength and corrosion resistance and designed to

withstand 360" of water vacuum and utilize a double acting dump hoist cylinder for the loaddump function.

5. Efficiency of air movement through debris body will be measured for minimal restriction asmeasured by vacuum pressure gauge while operating blower at full speed.

6. Pressure drop throughout entire system (from 8" hose inlet to blower inlet) including specifiedfiltration and blower protection devices shall be no greater than 3" hg as measured at blower.

7. For optimal particulate separation, vacuum shall be drawn from separate ports in the top ofthe debris body.

8. The debris tank shall be constructed of abrasion and corrosion resistant ¼" steel, minimum,with a yield point of 50,000 PSI and tensile strength of 70,000 PSI.

9. Body shall have a float type automatic shut-off system protecting the Positive DisplacementBlower with two (2) 10" stainless steel shut-off balls located in the debris body.

10. Each float ball housing shall be within a non-corrosive slide-out screen assembly and beaccessed without the use of tools.

11. The debris body shall have a body flush out system with a fan-type spray nozzle located in thefront wall of the debris body to aid in the flushing of heavy debris.

12. An internal tank manifold flushing system shall be provided with a minimum of two (2) jetssupplied from the water pump.

13. The nozzle system shall utilize these (2) spray nozzles to flush the front most area of the debrisbody.

14. The flushing system should produce a flow of no less than 80 GPM. 15. The flushing system control valve shall be on the curb side of the unit.16. The debris body shall be equipped with a rear door drain to drain off excess liquids while

retaining solids and shall include a manually operated six (6") inch butterfly valve with 10' oflay flat fabric drain hose.

17. The rear door shall be a flat rear door w/hydraulic locks and door power-up/down,open/close features.

18. The body drain shall be capable of pneumatic back flushing in order to unclog without openingtailgate.

19. A six (6") inch valve, electrically activated, air operated valve debris body vacuum reliefsystem shall be located in the inlet of the vacuum system to allow the venting of the tank andrelieve vacuum at the debris intake hose.

20. Three (3) Kunkel relief valves shall be included.

EXCEPTIONS:

6Combination Jet/Vacuum Truck Tandem FY19-20

Page 12: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

19.0/ - WATER TANKS:1. The unit shall be provided with a minimum of a fifteen (1,500) hundred gallon usable

capacity water tank(s).Vendor shall supply certification of capacity.2. A minimum of two (2) water storage tanks shall be provided and constructed from a

rust preventative non-corrosive material and interconnected together. 3. The tank(s) shall be protected to eliminate potential puncture or damage. 4. The water tanks shall be constructed of no less that one eighth (c") inch aluminum.5. The water tanks shall contain internal baffled compartments that are no greater than

one hundred and fifty (150) gallons in each compartment.6. The water tank construction material shall require no internal coating and shall be

repairable if patching is required.7. The water tank(s) shall be lower of body mounted to provide the lowest center of

gravity possible and providing a 100% gravity flooded intake water supply to the waterpump.

8. To provide a chassis stability safety component when discharging a load on soft groundsurfaces, the water tanks shall not elevate with debris body during dump cycle.

9. The sides of these water tanks shall not extend more than forty eight (48") inches outfrom the centerline of the truck chassis.

10. The water tanks shall be easily removable from the body sub frame assembly to providecomplete access to the truck chassis components for maintenance or repair purposes.

11. The water tanks shall be totally independent components and separate from, share nocommon walls, and provide no structural support to the debris tank.

12. The water tanks shall be adequately vented and connected by a minimum six (6")connection between water tanks to provide for complete filling.

13. Fresh water loaded into the tanks shall enter the tanks through an in-line six (6") inchair gap, all aluminum covered anti-siphon device.

14. A three (3") inch in-line "Y" trap strainer shall be located at inlet of water tank fillair-gap.

15. A three (3") inch in-line "Y" trap Monel stainless steel strainer shall be located betweenthe water cells and water pump.

16. A three (3") inch gate valve shall be provided at the water pump.17. A fresh water drain system shall be provided to completely drain the fresh water system

from one location utilizing the three (3") Y-strainer on the pump.18. Clear water level sight indicator tubes, of non-yellowing plastic or better, and a liquid

float level indicator shall be provided on both tanks.19. A air gap shall be provided on the tank(s) fill tube(s) to prevent siphoning of water

from storage tanks back into a hydrant. 20. An air purge system, utilizing the chassis air system, shall be provided to assist

displacing of residual water out of the high-pressure water system. 21. The air purge system shall utilize the truck chassis air compressor to fill a thirteen (13)

gallon auxiliary air storage chamber with pressure gauge and pressure protection valvesto isolate the holding tank from the chassis compressor.

22. The air purge system shall be equipped with ball valve and all necessary high pressurepiping hoses, couplings and controls.

23. A lifetime "no rust-through or corrosion warranty" shall be provided on all waterplumbing and tank(s).

EXCEPTIONS:

7Combination Jet/Vacuum Truck Tandem FY19-20

Page 13: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

20.0/ - PUMPS: WATER AND TRASH:1. The manufacturer shall provide a high pressure rodder pump that shall be hydraulically

driven by two (2) variable displacement pumps utilizing two (2) ten (10) bolt powertake off unit(s).

2. The high pressure water pump shall be rated capable of continuous delivery of aminimum of one hundred (100 GPM) gallons per minute at 2,500 PSI .

3. The high-pressure water jet rodder pump system shall be completely controlled throughthe range with use of a “Multi-Flow Control System” and throttle located on thecontrol panel.

4. A digital flow water meter shall be provided and displayed in a front LCD display. 5. The water flow meter shall be capable of displaying system flow in all pump operating

modes.6. Manufacturer’s audible and visual low water alarm system shall be provided.7. The water pump speed shall remain fully adjustable by operator input regardless of the

selected vacuum drive speed.8. The jet rodder water pump shall include a smooth and pulsation operation mode

feature without altering pump flow.9. The water pump "pulsation mode" shall provide a forward-acting nozzle surge when

required to assist the nozzle in breaking through obstructions.10. The pulsation surge wave shall force the water nozzle to punch forward two (2") inches

to eighteen (18") depending on flow dynamics and length of hose in sewer pipe.11. Systems that require the use of air induction into the water pump shall not be accepted.12. The water pump location shall provide a flooded gravity suction inlet to eliminate any

potential cavitations damage.13. The water pump shall provide precise 0-80 GPM controlled flow at variable pressure

up to 2,500 PSI.14. A hydro-pneumatic nitrogen charged accumulator system shall be provided with all

control valves, piping and hoses for either continuous flow or jackhammer rodding.15. The accumulator shall be a minimum two and a half (2½) gallon capacity with a 1,000

to 2,500 PSI minimum pressure rating.16. Two (2) one half (½") inch high pressure ball valves shall be provided for draining the

water pump and flushing sediment from the bottom of the pump.17. The system shall be relieved to protect the operator.18. A nozzle storage rack shall be provided that will accommodate three (3) nozzles and

located inside a provided curbside mounted aluminum locakable toolbox.19. The nozzle storage rack shall be labeled so the nozzles can be identified for pipe

size/flow and application.20. A heavy duty, commercial grade, trigger style handgun shall be provided and located

at mid-ship of the unit to allow the operator to deliver water to areas served by the pickup hose and to provide debris body washing/clean-out.

21. The hand gun shall be provided with a minimum ½"x 35' high pressure hose.22. The handgun supplied will offer flow pattern adjustments ranging from a fine mist to

a steady stream.23. The handgun and hose shall come equipped with quick connect couplers.24. An additional one (1") inch water relief valve shall be provided.25. A water pump hour meter shall be provided.

EXCEPTIONS:

8Combination Jet/Vacuum Truck Tandem FY19-20

Page 14: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

21.0/ - VACUUM SYSTEM:1. Vacuum shall be provided by a positive displacement rotary lobe type blower driven via chassis engine

and heavy duty split transfer case direct to the blower.2. The blower shall be driven by the chassis engine and shall produce inlet volume of 4,500 CFM @ 0" hg

@ 2,250 RPM, and 3,650 CFM @ 18" hg @ 2,250 RPM vacuum .3. The chassis drive engine shall not have to exceed 1,760 RPM to obtain the above vacuum system

specifications.4. A interlock safety system shall be provided to prevent drive axle from engaging when required.5. A horizontal silencer with rain cap shall be provided and shall exhaust above the cab.6. A blower tachometer/ hour meter shall be provided and displayed digitally on front control screen.7. Full vacuum and/or combination operation shall be approximately 1,750 RPM of chassis drive engine

to provide the most efficient use of horsepower and fuel consumption.8. The vacuum system shall have three (3) relief valves (set at 18" hg), heavy duty horizontal mounted noise

muffler, removable and cleanable stainless steel filter screen, and shall be enclosed with a steel cage guardfor safety of the operator.

9. The transfer case shall be activated by air utilizing a “one touch” control located in chassis cab andprovided with animated confirmation of operation on the control screen.

10. A hot shift blower drive system shall be provided, including transfer case, air shift control, vacuum relief,and front control for blower engagement.

11. The blower shall be driven from the chassis engine utilizing the transmission drive shafts and heavy dutysplit shaft transfer case direct to blower, and engaged by a “one touch” control located on front controlpanel.

12. The blower drive mechanism shall be engaged and disengaged by an electrical switch located at theoperator's station mounted on the front mounted hose reel.

13. The blower shall be provided with a horizontal silencer with exhaust above the cab and include a raincap to protect the silencer from rain water.

14. The blower shall draw air from two (2) separate ports in the debris body.15. Hydraulic shut-off valves shall be provided at the suction, return, and filter lines to permit servicing of

the hydraulic system.

EXCEPTIONS:

22.0/ - WINTERIZING SYSTEMS:1. The unit shall be supplied with a self contained air purge type system for purging water from

jetting hose, handgun lines and pump to prevent freeze-up during cold weather.2. A winter recirculating system shall be provided to prevent onboard stored water from freezing.

EXCEPTIONS:

23.0/ - CAMERA SYSTEMS: 1. Vendor shall provide a Multi-View Available On Monitor for up to four (4) camera

inputs and up to four (4) simultaneous.2. The manual selection of a camera, except in reverse, shall be provided.3. A front hose reel color camera with 130E viewing angle shall be provided.4. A rear back-up color camera with 130E viewing angle shall be provided.5. Left and right side mounted color cameras with 130E viewing angle shall be provided.6. An LED low light assist on each camera shall be provided.7. An automatic activation of rear camera when transmission “REVERSE” is selected

shall be provided.8. An automatic activation of appropriate side camera when the turn signal is activated

shall be provided.

EXCEPTIONS:

9Combination Jet/Vacuum Truck Tandem FY19-20

Page 15: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

24.0/ - HYDRAULIC SYSTEM:1. The hydraulic system shall be so designed to ensure simplistic maintenance where possible and

consist of all the hydraulic components needed to ensure successful operation of the unitsinstalled body.

2. The hydraulic system shall also be designed meet or exceed the Society of Automotiveengineering standards or any other standards agencies with regards to hydraulic systems designto include but not limited to: pressure, capacity, bends, turns, filtration, corrosion prevention,etc.

3. Hydraulic system shall be FULLY INSTALLED with all necessary hydraulic lines, pumps,reservoirs, suction and return hydraulic filters, etc.

4. Quick disconnect fittings shall be provided in all areas requiring trouble shooting of the system.5. A set (1) per unit, high and low pressure liquid filled gauges (2 total), of the appropriate type

and pressure rating, shall be supplied for diagnostics purposes.6. Hydraulic pump capacity shall be no less than 40 GPM, 2,000 PSI @ 1,800 RPM. 7. The system operation pressure shall not exceed 2,400 PSI.8. A minimum 100 gallon capacity baffled hydraulic tank shall be provided and have a fluid level

sight glass to indicate fluid level and fluid temperature. 9. The hydraulic tank shall be marked with an ENGRAVED weatherproof label clearly

illustrating the hydraulic fluid brand/type/weight of the units hydraulic fluid requirements. 10. The hydraulic tank shall utilize stainless steel ball valves of the appropriate size in all ports of

the hydraulic tank to include the tank drain, suction, and return lines to allow tank isolation andease hydraulic system maintenance and flushing.

11. The hydraulic tank shall also incorporate a suction filter/ screen with a flow capacity of 100GPM, minimum.

12. An easily replaceable, ten (10) micron, in tank, return line filter shall be provided along with a100 mesh reusable oil strainer in the suction line.

13. The hydraulic pumps shall be capable of 55 GPM, minimum, for each mounted in tandempump.

14. The hydraulic system shall operate independent from blower and water pump.15. An oil to water heat exchanger shall be provided in the water system to cool all

hydraulic fluids on the unit.16. The hydraulic system shall incorporate double wire braided, nylon wrapped hydraulic hoses in

all positions not requiring steel hydraulic tubing.17. Hydraulic steel tubing should be utilized if hose lengths would exceed twenty four (24") inches.18. All steel hydraulic tubing utilized shall be of quality manufacture and zinc coated to prevent

internal or external corrosion.19. All hydraulic routing, tubing or hose, shall be securely clamped in place to prevent vibration,

abrasion, or noise utilizing heavy duty metal, bolt on type retaining clamps.20. NOTE: Nylon cable ties are not considered to be acceptable secure retainers.21. All hoses, lines, and cylinders shall have a three (3) year minimum warranty.

EXCEPTIONS:

10Combination Jet/Vacuum Truck Tandem FY19-20

Page 16: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

25.0/ - CONTROLS/ GAUGES:1. Control nomenclature shall be mounted as to be easily read by the operator.

a. NOTE: Control nomenclature mounted "upside down" or "180 out" on any controlsviewed from any operators position will not be accepted. An operator control centershall be provided and located at the front of unit.

2. The body dump controls, accessory controls, e-stop control shall be provided at a central curbside location directly behind the cab of the truck.

3. All debris body door controls shall be located behind truck cab, forward of the debris body,so the operator is not subject to debris or sewage while performing the dumping operation.

4. An in cab operator control station shall be provided and include:a. All In cab controls shall be located on a single in cab control screen. b. This shall be a minimum 7" full color display screen and shall utilize 12 back lit tactile

(glove ready) buttons on the sides of the screen as well as feature touch screenoperation.

c. Back up camera Features shall be displayed on the In Cab Control Screen.d. Work lights shall be able to be activated or deactivated in cab with on screen controls.e. Standard arrow boards or arrow stick shall be controlled via an on screen controllerf. Safety strobes and beacons shall be controlled via on screen controllerg. Jet or Combo mode shall be activated via one touch button on the control panel. h. Control screen must display an on screen representation of the chassis drive system

and must animate to show as drive systems activate or deactivate.i. Recirculation must be activated on the in cab control screen and visibly show as active.

5. A front operators control station shall be provided and shall include:a. A 7" touch enabled display screen with corresponding tactile buttons for reading

critical machine data including (hose footage, hose reel speed settings, water pressure,water flow.

b. Air mover information, chassis data, mode indicator, chassis fuel level, and diagnosticcontrols}, back lit button keypads with, laser etched function icons, and 4 lightfeedback indicators.

c. These buttons shall operate the following functions: All setup functions(remote/panel selector, work lights, hose reel extend/retract, hose reel lock, and pinchroller activation) and vacuum functions.

d. Additionally, there will be separate sealed rocker switches for Water Pump on/off andThrottle up/down.

e. There shall be a multi flow control dial for controlling the full range of the waterpump.

f. The digital water pressure shall be displayed in front the LCD display and the pressuregauge shall be capable of displaying water system pressure in all pump operatingmodes.

6. An operator control station shall be equipped with a control joystick for all directions as wellas a safety emergency shut-down button, which shall automatically eliminate power to boom.

7. The safety emergency shut down option shall be provided at all operators locations.8. The electrical system controls shall be configured to allow for single point operation only.9. Upon engagement of controls at specified locations, additional controls shall be disabled.10. The electrical system must enable self-check to ensure all switches are in home position prior

to critical function enablement.11. The system must "lock out" controls when switch is not in home position.12. There shall be a hose reel joystick to control the pay in and pay out of the hose reel, 13. The joystick shall offer reel speed control that increases the further the joystick is moved in

either direction. 14. There shall be an additional hose reel speed dial for setting specific speed ranges of the reel. 15. There shall be a boom joystick that controls all function of the boom including up/down,

left/right, and extend/retract. 16. There shall be a E-Stop button located at all operators stations to bring all machine functions

to a stop.17. Tachometer and hour meter for chassis engine provided at control station shall be provided.18. Tachometer and hour meter for blower provided at control station shall be provided.19. All hydraulic functions shall be color coded, sealed electric/hydraulic NEMA rated with a

minimum of four (4 ) switches to be provided.20. Blower engagement/vacuum relief functions shall be sealed electric/air NEMA rated with a

minimum of four (4 ) switches to be provided.21. Water pump and PTO hour meters shall be provided.22. The front control screen shall display a water level indicator to show level of water through the

range of the tank23. The front control screen shall display the vacuum debris body level.

EXCEPTIONS:

11Combination Jet/Vacuum Truck Tandem FY19-20

Page 17: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

26.0/- HOSE REEL: 1. The vendor shall supply a mounted hydraulic telescoping rotating eight hundred (800')

feet capacity hose reel supplied with a minimum six hundred (600') feet of 2,500 PSIrated one (1”) inch sewer hose.

2. The reel assembly shall be front direct frame mounted and shall telescope fifteen (15”)inches forward down the centerline of truck.

3. The entire reel assembly shall rotate two hundred and seventy (270E) degrees on a largediameter ball bearing.

4. The hose reel assembly shall be mounted on an independent frame that can beremoved from brackets attached permanently to front of main truck frame members.

5. The reel will be manufactured out of ¼" spun steel for added structural strength andshall require no internal or external reinforcements that could damage rodder hose.

6. The hose reel shall be driven by adjustable gear reduction chain and sprocket assemblyand provided with a full chain cover.

7. The hose reel shall operate at full rotational speed while chassis engine is at idle.8. The hose reel shall include a dual locking device to positively lock reel in any position

across operating range.9. The hose reel shall rotate about the reel assembly centerline so the reel shall never

extend beyond the truck width.10. Operator controls shall be accessible on both sides of the hose reel via a mounting

station for the belly pack wireless remote control, allowing operator to work at eitherside of unit.

11. An automatic hose level wind scroll device shall be supplied to include an air-cylinderactuated pinch-roller shall exert downward pressure across full width of reel to retainhose on reel when encountering nozzle blockages.

12. The pinch roller must be activated via a one touch, backlit button with lighted feedbackon the control panel.

13. A hose footage counter shall be supplied to indicate the amount of hose travel withinpipe.

14. The system must be capable of accuracy to within one (1%) percent of actual distanceutilizing a large easy to read LED or LCD screen to be located on the front controlpanel screen.

15. The main hose shall be provided with a minimum ten (10') foot leader hose.

EXCEPTIONS:

12Combination Jet/Vacuum Truck Tandem FY19-20

Page 18: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

27.0/ - BODY DUMPING MECHANISM AND TAILGATE:1. Unloading of body shall be accomplished without going behind unit when body is full.2. The body shall be capable of minimum dump height of sixty (60") inches. 3. The dump height of 60" must be achieved without the use of scissor lift mechanism.4. Body dumping must be accomplished by the pivot points of the body remaining fixed to the

body sub frame which is to aid in the stability of the unit and the safety of the operator.5. The body shall be dumped by raising the body to a fifty (50E) degree angle utilizing a forward

mounted, double acting hydraulic dump cylinder.6. Pump off ports for the installation of Pump-Off System shall be provided on curbside on

forward portion of debris body.7. A floor to top-of-body screen assembly for the trash pump with lower clean out shall be

provided on interior of debris body forward of loading area.8. Four (4) dual vertical (cyclone) centrifugal separators shall be installed in-line between the

debris body and the air mover at a minimum of two (2) per side for each debris body dischargeport.

9. Each dual separator shall include a large fallout chamber clean out door.10. A stainless steel micro-strainer, filter to 30 microns, shall be provided prior to the blower inlet

and have a minimum of three (3) removable cartridge style screens and with a bottom drainport.

11. A debris inlet deflector shall be provided to evenly distributed the incoming debris within thedebris body.

12. The body shall have a rear door that is hinged at the top and is equipped with a replaceableneoprene type seal which shall be sdjustable for periodic compensation of door seal wear.

13. The door(s) shall be hydraulically powered, OPEN , CLOSE, and LOCK.14. The industrial style, flat surfaced, tailgate door(s) shall be hinged utilizing heavy duty steel pins.15. The door shall be unlocked, opened, closed, and locked by a failsafe hydraulically activated

sequential positive locking system which shall be cam operated by a single hydraulic cylinder.16. The tailgate door(s) shall open a minimum of fifty (50E) degrees from the fully closed position.17. The tailgate door cylinder(s) shall be provided with a restrictor or check valve to prevent

sudden movement such as falling, sudden closure, or decent of the tailgate(s) should a hydraulicfailure occur.

18. The tailgate door(s) shall be equipped with safety props, which shall hold the tailgate in apartially open position for body access during maintenance or cleanup.

19. The dual, outward mounted, rear door props shall be included as standard to prevent operatorfrom entering the door swing path when engaging the rear door prop.

20. A splash shield shall be mounted around the lower sixty (60%) percent of the door openingto direct liquid and debris away from the chassis.

21. The splash shield shall be minimum of ten (10") inches deep and a bolted assembly with noopenings.

22. There shall be a rear step and grab handle provided to allow easy interior body access by theoperators.

23. A combined visual and audible alarm shall be provided that shall alert the operator or ground-crew whenever the debris body is being raised or lowered or the tailgate(s) is being opened orclosed.

24. The rear body/chassis shall be equipped with rear under ride protection meeting FMVSS andState of Tennessee requirements.

EXCEPTIONS:

13Combination Jet/Vacuum Truck Tandem FY19-20

Page 19: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

28.0/ - BOOM AND HOSE: 1. An electric over hydraulically operated power boom shall be provided and have a minimum of

one hundred and eighty degree (180E) hydraulic rotation and shall be lockable in any position.2. The 10 x15 RDB style hydraulic telescopic boom with 180E degree rotation shall be located

at the front work station in its retracted position, providing 282" minimum reach off thelongitudinal axis of unit, providing a boom work area that will be a minimum of 850 squarefeet.

3. All movement of the boom to include the lift and swing movements shall be actuated by pilotvalve protected hydraulic cylinders.

4. Vacuum hose shall be designed for forward of unit operation with the hose mounted andstored at front mounted work station for ease of positioning vacuum hoses well as minimizingneed for operator to swing hose into traffic.

5. The boom pedestal shall be directly mounted to module sub frame.6. The boom support used for travel mode shall not interfere with access or require removal to

tilt hood forward.7. The hose shall allow for vehicle transport with a five (5) foot' catch basin tube attached for

quick setup upon reaching a work-site. 8. The hose shall be able to be transported fully retracted to eliminate any obstruction to a

driver’s view of the road. 9. All connections between debris body and vacuum system will be of the self-adjusting pressure

fitting type.10. The vacuum hose shall not rise with debris body when dumping the debris body.11. A sub-frame mounted cab guard shall be mounted behind cab with boom rest cradle.12. All vacuum pipes shall be connected to the vacuum pick up tube and extension pipes by

adjustable over-center quick clamps to join the aluminum flanges on pipes.13. One (1) quick clamp for each pipe supplied shall be provided.14. The vacuum boom shall have a heavy-duty flexible hose assembly joining the transition pipe

to the debris body and a 7" heavy duty hose at the suction end of the boom.15. The moving boom hose shall be a minimum of 7" x 279" with yellow liner for durability.16. The boom hose shall hydraulically telescope a minimum of ten (10') feet forward from the

operator's station storage position and shall have the ability to extend the hose downward 15'vertically without activating the hydraulic up/down function.

17. Boom shall be fully controlled by a remote push button pendant control station with aminimum twenty five (25') foot cable.

18. Controls at a minimum shall include up/ down, left/ right, in/ out boom functions, vacuumrelief, e-stop and main power switch.

19. A joystick for hydraulic control of the boom shall be installed on hose reel front panel.20. A removable four (4") inch diameter storage "Post" to stabilize the lower boom hose during

transport shall be provided and shall not interfere with raising the chassis hood.21. A cordless remote boom control system equipped to activate boom functions, throttle, water22. pump on/off, hose reel in/out, hose reel speed, vacuum relief on/off and emergency

disengagement e-stop shall be provided.

EXCEPTIONS:

14Combination Jet/Vacuum Truck Tandem FY19-20

Page 20: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

29.0/ - MISCELLANEOUS:1. A safety cone storage rack shall be provided to contain safety cones in the inverted position.2. A first aid kit and fire extinguisher shall be provided.3. A dash mounted monitor and two (2) camera viewing system shall be provided and include

a 7" minimum color LCD swivel monitor.4. A minimum of five (5) vacuum tubes shall be stored utilizing curbside storage racks.5. All storage racks shall include quick release retainer handles (no bungees or clamps).6. A curb-side, hydraulic operated, folding 3-pipe rack shall be provided, constructed of steel

tubing, spring assisted and shall include quick release retainer handles (no bungees or clamps).7. A fixed, rear door mounted, two (2) pipe rack shall be provided.8. Two (2) pipe storage racks shall be provided and located on the curbside of the body and

mounted waist high level.9. A 48" x 22" x 24" curb side mounted, minimum, aluminum toolbox shall be provided.10. A front bumper mounted toolbox, 18 x 16 x 12 w/(2) LED side markers shall be provided.11. A toolbox shall be provided behind the cab. 12. Vacuum tube storage racks shall be provided: Curbside (2) Pipe, Rear Door (2) Pipe.13. One each of 30E Sand Nozzle w/Carbide Inserts, 30E Sanitary Nozzle w/Carbide Inserts, 15E

Penetrator Nozzle w/Carbide Inserts sewer nozzles shall be provided.14. A one inch (1") extension shall be provided for eah of the nozzles.15. Manhole bottom protective hose guide shall be provided.16. A 25' x 2½" fill hose with fittings shall be provided.17. The main water pump shall supply a water source with a means of regulating pressure from 0

to 2,000 PSI, available to a handgun, as a wash down system shall be provided.18. A retractable, self-winding handgun reel with 50' of ½" hose shall be provided.19. One adjustable, 5,000 PSI, minimum, handgun with quick disconnect fittings shall be provided.20. Non-skid steps with handgrips shall be provided on any stepping surface.21. A lubrication manifold system shall be provided to allow ground level greasing of boom lift and

swing cylinders, float level indicator, top rear door hinges and debris body hoist cylinder pins.22. A permanent laminated weatherproof data plate shall be installed on interior of the driver's

door which shall specify the quantity and type of lubrication/coolant fluids used in thefollowing chassis or body components: engine, chassis transmission, hydraulic system, rear axledifferential, front axle, power steering, and engine cooling system.

23. The following type and quantity of SEWER TOOLS AND ACCESSORIES shall be provided:a. 1 of) 30 Sand Nozzleb. 1 of) 30 deg. Sanitary Nozzlec. 1 of) 15 deg. Penetrator Nozzled. 1 of) 1" Small finned nozzle pipe skid

24. The following type and quantity of VACUUM TOOLS AND ACCESSORIES shall beprovided:a. 1 of) 7" x 3' aluminum pipeb. 2 of) 7" x 5' aluminum pipec. 1 of) 7" x 6'6" catch basin tubed. 4 of) 7" quick clamps

25. A permanent laminated or engraved weatherproof lubrication plate shall be installed on interiorof the driver's door which shall specify the quantity and specific type of all hydraulic,lubrication, and cooling fluids used in the required operation of the chassis and/or bodycomponents to include the following at a minimum: a. Engineb. Chassis transmission c. Rear axle differentiald. Front axle bearingse. Power Steering and hydraulic fluids

EXCEPTIONS:

15Combination Jet/Vacuum Truck Tandem FY19-20

Page 21: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

30.0/ - WARRANTY: 1. Manufacturer's full warranty shall be applicable to this unit(s) as delivered (12 month,

12,000 miles minimum).2. A minimum of a one (1) year warranty (100% parts/labor) shall be provided on the on

the unit as equipped on delivery.3. A minimum of a ten (10) year warranty (100% parts/labor) shall be provided on the

debris tank.4. A minimum of a ten (10) year warranty (100% parts/labor) shall be provided on the

water tanks.5. There shall be a minimum 5 year , 100% full warranty (parts and labor) on the gear end

of the water pump.6. Minimum three (3) years on single piston water pump on defects in material and

workmanship. Wear items are not required to be included in warranty.7. Awarded vendor shall be required to reimburse any expenses incurred by the City

covering transport labor cost or shipment charges on any cab/chassis, body, or anyother component failure when component manufacturer requires an "Authorizeddealer repair only" and when the authorized repair facility extends beyond a fifty (50)mile radius of the City of Kingsport city limits during the warranty period.

8. Awarded vendor shall agree to perform any and all warranty work on the installedunit/ body combination through the complete warranty period which will begin at thetime the unit(s) are placed in to active service. (Th is s p e c if ic atio n re qu ire s d e lay e dw arran ty s tart).

9. Warranty claims shall be addressed within a period 3 days from time of notification bythe awarded vendor.

10. Successful completion of any warranty repair shall be no longer than 2 weeks (10business days) from time of notification.

11. This warranty specification shall be honored by the awarded vendor regardless of anymanufacturer warranty exclusions submitted.

12. Warranty shall include towing provision during warranty period.

EXCEPTIONS:

31.0/ - MANUALS: 1. Two (2) set(s) of owner/operator manuals, parts books, wiring diagrams, lubrication

charts, and all other technical repair data for this unit(s), as equipped, shall beprovided upon delivery.

2. The manuals provided with the unit(s) shall cover the cab/chassis and the completebody unit.

3. CD Rom is an acceptable manual media. 4. Unit (s) shall come with warranty information, parts book, and all known manufacturer

information as to be able to repair and maintain the body chassis during its operationallife and shall be specific to the unit(s) purchased.

THERE ARE NO EXCEPTIONS ALLOWED TO THIS SPECIFICATION

16Combination Jet/Vacuum Truck Tandem FY19-20

Page 22: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

32.0/ - DELIVERY: 1. Unit(s) shall be delivered complete with all provided options installed and a full tank of fuel.2. The Diesel Exhaust Fluid tank shall be full if applicable to the unit(s).3. Unit(s) shall be delivered complete with NO dealer advertising logos affixed to the interior or

exterior of the unit(s) prior to delivery.4. Delivered unit(s) shall come with all required paperwork to complete the purchase and

registration process and shall include at a minimum:a. Invoiceb. Mileage Statement (if applicable)c. Manufacturer's Statement of Origin (MSO)(if applicable).

5. Delivery acceptance of unit(s) may be refused if any part of the awarded specifications are notmaintained.

6. Delivery acceptance of unit(s) may be refused if any device, feature or system is deemed asunsafe to the operator and/or the general public as determined by the City of Kingsport'sknowledge or experience.

7. Delivered unit(s) are required to complete an acceptance inspection (school buses will requirethe additional State of Tennessee inspection) and shall be inspected against awardedspecifications as a total unit, irregardless of multiple manufacturer contributions to thecompleted elements of the unit(s), before acceptance is granted.

8. Bidder misunderstanding and/or misinterpretation which results in an unsatisfactory bid orfinal delivered product is not the responsibility of the City of Kingsport.

9. The City of Kingsport shall have the sole interpretation of the bid requirements and shall havefinal determination whether submitted bids and/or the final product delivered satisfy therequirements of the bid.

10. All awarded bids shall be subject to final inspection of the unit(s) ordered by the FleetManager, or designee, and must be compliant with all bid requirements prior to acceptance ofthe unit(s) and final payment.

11. Any non-compliant unit(s) must be made compliant at the expense of the awarded bidder andwithin a reasonable time frame, as determined by the City of Kingsport.

12. Misinterpretation of the specifications by the vendor or failure to supply the appropriatelyequipped unit(s) specified or intended, based on the City of Kingsport’s interpretation, shallbe corrected to the benefit of the City of Kingsport by the awarded bidder at the biddersexpense.

13. In all cases the City of Kingsport’s interpretation and definition of unit(s) specifications andrequirements shall be the final determination of a successful final inspection and compliancewith awarded specifications before unit acceptance will be granted.

14. Failure to provide the requested documentation on delivery shall be considered asnon-compliance to awarded specifications and allows the City of Kingsport the right to refuseacceptance.

15. All "Trade In" units offered by the City of Kingsport are to be considered "AS IS, WHEREIS".

16. Any trade terms offered or required by a bidder will allow the City of Kingsport to reject theirbids.

THERE ARE NO EXCEPTIONS ALLOWED TO THIS SPECIFICATION

17Combination Jet/Vacuum Truck Tandem FY19-20

Page 23: INVITATION FOR BID Rodder Bid 20 packet.pdf · its INVITATION TO BID, unless otherwise expressly provided in the INVITATIONTO BID. The City reserves the right to accept any item or

SPECIFICATIONS Bidder Complies YES NO

33.0/ - TRAINING: 1. Successful bidder shall provide a minimum of twelve (12) hours of technician service and

operator training at the City’s location 2. Training shall present the manufactures required maintenance, repair, and operating

procedures and offer the technician and operator the full knowledge of the practices requiredfor the successful, lifelong operation of the proposed vehicle and body.

3. Training shall be scheduled af te r unit is placed into active service.4. Training shall be scheduled provided within one (1) week of service activation of the unit(s).

THERE ARE NO EXCEPTIONS ALLOWED TO THIS SPECIFICATION

34.0/ - MISCELLANEOUS INFORMATION REQUIRED: Vendor shall supply the following information in the space provided on the unit(cab/chassis/body) proposed:

1. Location (City, State) of Cab/ Chassis Manufacturer.

2. Location (City, State) of Cab/Chassis Dealership.

3. Percentage of Import/ Domestic Content of Cab/ Chassis.

4. Location (City, State) of Body Manufacturer.

5. Location (City, State) of Body Dealership.

6. Percentage Import/ Domestic Content of Body.

7. Anticipated Fuel Economy (MPG) of Unit when utilized during transport/ work environment.

THERE ARE NO EXCEPTIONS ALLOWED TO THIS SPECIFICATION

18Combination Jet/Vacuum Truck Tandem FY19-20