40
Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck INVITATION FOR SEALED BIDS You are invited by the Spartanburg Sanitary Sewer District (herein referred to as “Owner”) to submit a sealed bid for (1) one Jet Vac Sewer Cleaning Truck to the conditions and specifications set forth herein. Sealed bids should be submitted on the attached bid sheet, sealed in an envelope and marked on the outside of the envelope with “SSSD Jet-Vac Cleaning Truck Sealed Bid”. I. Schedule and Location: Bids will be accepted at the address below until 2:00pm EST; Tuesday, December 15th, 2015. At that time and location, the bids will be opened and read publicly. Bids received after this time will not be considered. Bids must be submitted in a sealed envelope with the address of the bidder shown on the outside of the envelope. The bid must be submitted on the attached form Exhibit A and include specification sheets on product and warranty information. Spartanburg Sanitary Sewer District/Purchasing Office 345 South Ave. Spartanburg, SC 29306 Contact: John McKinnon Phone: 864-598-7226 Fax: 864-596-4921 Email: [email protected] Proposed schedule for selection and award: Action Date Contact Submit Clarifying Questions: SSSD will collect all questions and distribute answers to all bid participants 12/08/2015 John McKinnon Question Responses to bidders 12/10/2015 John McKinnon Page 1 of 40 Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer · Web viewflow with the change of a nozzle of a selector knob control. 11.2.7 Features shall be provided to protect the pump from

  • Upload
    vanlien

  • View
    217

  • Download
    1

Embed Size (px)

Citation preview

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

INVITATION FOR SEALED BIDS

You are invited by the Spartanburg Sanitary Sewer District (herein referred to as “Owner”) to submit a sealed bid for (1) one Jet Vac Sewer Cleaning Truck to the conditions and specifications set forth herein. Sealed bids should be submitted on the attached bid sheet, sealed in an envelope and marked on the outside of the envelope with “SSSD Jet-Vac Cleaning Truck Sealed Bid”.

I. Schedule and Location:

Bids will be accepted at the address below until 2:00pm EST; Tuesday, December 15th, 2015. At that time and location, the bids will be opened and read publicly. Bids received after this time will not be considered. Bids must be submitted in a sealed envelope with the address of the bidder shown on the outside of the envelope. The bid must be submitted on the attached form Exhibit A and include specification sheets on product and warranty information.

Spartanburg Sanitary Sewer District/Purchasing Office345 South Ave.Spartanburg, SC 29306Contact: John McKinnonPhone: 864-598-7226Fax: 864-596-4921Email: [email protected]

Proposed schedule for selection and award:

Action Date ContactSubmit Clarifying Questions: SSSD will collect all questions and distribute answers to all bid participants

12/08/2015 John McKinnon

Question Responses to bidders 12/10/2015 John McKinnonBids due @ 2:00pm EST 12/15/2015 John McKinnonAnticipated Award 01/30/2016 John McKinnon

All prices shall be firm for (45) forty-five days after bid date.

The Spartanburg Sanitary Sewer District reserves the right to accept or reject any bids or proposals that appear to be in the best interest of the District and further reserve the right to waive irregularities in the bids and to reject any and all bids received. In the case of tie bids, the right is reserved to make award as considered most advantageous to the District.

Page 1 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

II. Specifications:

INSTRUCTIONS: The following specifications define various standards for equipment that will fully meet the requirements of the Owner. The Owner will not accept equipment that does not meet the minimum specifications specified below. All bids should include the manufacturer’s latest specification sheet for the equipment that is being bid when submitting sealed bid. The total unit with accessories shall meet all applicable DHEC & OSHA State and Federal DOT requirements. The unit shall be delivered to the above address with all specified items ready for operation.

GENERAL: For the purpose of this solicitation the Owner has approved and will accept a Sewer Cleaning Truck configured as specified below. Any deviations or exceptions to these specifications, the equipment or application should be so noted and justified by the bidder in writing when submitting bid. The Owner will evaluate the exceptions and determine if they are equal or better than that in the original specifications. The Owner will take into consideration optional or upgraded equipment as noted in these specifications and may choose the final product based on what the Owner feels is the best value. Any truck, equipment or material not complying with these specifications may not be accepted by the Owner.

If Bidder would like to offer an in-stock truck (already manufactured/fabricated but never title, sold, or used), Owner will entertain such bid. In the sealed bid, Bidder will attach any and all exceptions taken to the specifications. No reduction in warranty from Bidder or cab/chassis manufacturer will be accepted. If cab/chassis manufacturer will not provide a full warranty, it will be the responsibility of the bidder to do so. Bidder shall provide written confirmation with the bid, demonstrating that warranties are in place.

Bidder agrees that the Owner, in its sole discretion, will determine the acceptability of the Alternate Bid.

Page 2 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

PART ISPECIFICATIONS FOR CLEANER, PIPE AND VACUUM TRUCK

1. DESCRIPTION: The truck engine (diesel) shall be a Cummins JSL, Detroit DDEC13, or Volvo D11 rated at not less than 315 SAE gross horsepower. The pipe cleaner shall be a heavy duty, truck mounted unit designed for cleaning 6” to 42” diameter pipe using a high-pressure water nozzle. It shall be equipped with a high pressure water system, vacuum system and a minimum 10 cu. yd. refuse storage body. An auxiliary engine may be provided to power either the vacuum fan or water pump. The unit shall be capable of both independent and simultaneous operation of the high pressure water system and the vacuum system and be no less than 420 combined HP. Units supplied to this specification shall meet or exceed these requirements.

2. GENERAL: Each unit shall be new, and of the latest design of a model in current production or an update of an existing model. Each unit shall be furnished with identical equipment, options and features. It shall be furnished completely assembled, fully serviced, and ready for immediate operation. The right is reserved to reject any and all bids proposing to furnish equipment, which, in the opinion of the Department’s engineers and/or staff, is not satisfactory for the Departments use in the proposed application.

3. TRUCK CHASSIS-CAB: The truck chassis-cab shall be furnished by the pipe cleaner vendor and delivered to the pipe cleaner manufacturer. The truck shall meet the requirements found in Part II of this specification. The pipe cleaner manufacturer shall mount its machine on the truck in accordance with the specifications and shall accept full responsibility in transporting the completed unit to the Owner Maintenance and Construction Complex, 301 South Avenue, Spartanburg, S.C. relieving the Department of any loss, liability, or claim whatsoever incurred en route. The pipe cleaner vendor is responsible for the overall pipe cleaner and truck unit warranty. The pipe cleaner vendor and manufacturer shall act as an agent for Owner to help address any problems or warranty claims with the truck manufacturer.

4. DIMENSIONS: Gross weight of the unit, fully loaded, shall not exceed 65,000 lbs. 4.1 The rear axle loading shall not exceed 40,000 lbs.4.2 The front axle loading shall not exceed 25,000 lbs.4.4 A weight distribution diagram shall be provided4.3 Overall height shall not exceed 13 ft. 6 in.4.4 Overall width shall not exceed 8 ft.

5. AUXILIARY ENGINE (OPTIONAL): The unit’s auxiliary engine shall be powered by a Detroit Diesel, John Deere, Caterpillar, Deutz, or Cummins diesel engine with adequate horsepower for continuous operation of the powered systems at full rated capacity. Work Shop manual required. The engine shall be equipped, as a minimum as follows:

Page 3 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

5.1 Electrical system (12 volt) with alternator, starter, voltage regulator, and heavy-duty battery. An electrical system integrated with the truck system will be acceptable.

5.2 Governor5.3 Air cleaner, heavy-duty, two-stage, dry-type with restriction indicator5.4 Oil filter, heavy-duty with replaceable element5.5 Fuel filter/water separator, heavy-duty with replacement element5.6 Heavy-duty radiator and cooling system, with 50-50 mixture of water and

permanent-type antifreeze5.7 Fuel tank not required. Utilize fuel from truck tank5.8 Muffler, exhaust system, and rain cap5.9 Electric isolation switch5.10 Oil pressure gauge, water temperature gauge and ammeter or voltmeter5.11 Tachometer5.12 Protective housing5.13 Remote throttle at operator’s workstation5.14 Remote start at operator’s workstation

6. POWER TRANSMISSION: The auxiliary engine shall be used to power either the

exhaust fan or water pump. If the auxiliary engine is used to power the exhaust fan, the engine shall also be adequate horsepower for continuous operation of the powered systems at full rated capacity. Work Shop manual required. The truck engine shall be used to power the remaining systems through a hydrostatic drive. Alternatively, the truck engine may be used to power all components through a hydrostatic drive.

7. CONTROLS: Work Shop manual required7.1 Controls shall include all boom functions, water pump (ON/Off, pressure and

volume) and hose functions (forward, reverse, and speed), body raise/lower, body door open/close, auxiliary and truck engine ON/Off and throttles, warning lights, and exhaust fan engage/disengage.

7.2 Controls for vacuum and water pump system shall be located at a central station at the front of the truck. A gauge shall be provided for water pressure.

7.3 A vacuum shutdown system shall be provided to dislodge any obstruction in the vacuum tube.

7.4 Rear door and body dump controls shall be located in a safe position. 7.5 Unit shall have an automatic shut down system to prevent overfill of the refuse

body.

8. HOUR METERS: An electric hour meter shall be provided to record the cumulative time the water pump is operating, the vacuum fan is operating, and the water pump, vacuum fan is operating and any other engines. Oil pressure or alternator switching devices shall be provided so hours recorded are operating hours only.

9. REFUSE STORAGE BODY: The body shall be round or rectangular in shape, welded stainless steel or corrosion and abrasion-resistant steel, minimum 3/16 inch. There shall be no allowable reduction in quality, construction, or durability from the manufacturer’s standard body in order to meet these requirements.

Page 4 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

9.1 Body: The body shall be air and watertight. It shall be raised for dumping by a double- acting hydraulic cylinder.9.1.1 The minimum volumetric capacity shall be 10.0 cubic yards.9.1.2 Rated hoist capacity shall exceed the weight of the body and a maximum

load of debris.9.1.3 The hydraulic dump cylinder shall be equipped with check valve to

prevent body movement in the event of hydraulic hose failure.9.1.4 Maximum dumping angle shall be at least 50 degrees.9.1.5 A body safety prop shall be provided to prevent accidental lowering of

the body.9.1.6 The body will be equipped with fenders over the rear tires.9.1.7 The body shall be enclosed on all sides.9.1.8 An external load level indicator shall be provided.9.1.9 Easily removable and cleaned filter screen assemblies shall be provided.

The screens shall assist in dust control. 9.1.10 A body flush-out system that operated from the unit’s high-pressure

water pump shall be provided at the front of the body.9.1.11 Inlet(s) to exhaust fan shall be closed when vacuum system is not in use

to prevent liquids in storage body entering fan inlets while truck is in motion or on steep grades.

9.2 Rear Discharge Door: The rear door is to be full opening door by means of a hydraulic cylinder.9.2.1 The rear door shall be hinged at the top and shall have a safety device to

prevent closing during clean out or inspection.9.2.2 The door latches shall be hydraulically powered and controlled.9.2.3 The door shall have a minimum six-inch diameter valve midway up the

door for draining liquid from the refuse body. The valve shall connect to a minimum 10- foot discharge hose to direct the liquid discharge.

10. VACUUM SYSTEM: A minimum 8 inch diameter, heavy-duty, flexible intake hose with nozzle and power boom shall be furnished for vacuum cleaning of catch basins. A fan shall be provided an arranged that no debris passes through the fan before being deposited in the body. Work Shop manual required10.1 Boom: A power boom shall be provided to support the vacuum hose and provide

for maneuvering the hose under hydraulic power.10.1.1 Powered boom functions shall include raise, lower, rotate left and right,

and extend (telescope) in and out. Boom shall rotate a minimum of 180 degrees (ninety degrees to the left and to the right of the truck centerline).

10.1.2 The end of the boom shall have a hook, and the boom and hook shall be capable of lifting a minimum 500 lb. at maximum extension.

10.1.3 Control of boom functions shall be performed utilizing a hand-held, push-button or joy-stick, pendant type control device, and also by joy-stick control at operator’s station.

10.1.4 A transport cradle and method of securing the boom shall be provided for transport.

10.2 Hose: The vacuum hose shall be a minimum 8 inch diameter, wire-reinforced, flexible, and made of rubber material.

Page 5 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

10.2.1 A telescoping section of the hose shall be mounted on the telescoping boom and shall be made of steel or aluminum.

10.2.2 Additional sections of aluminum tube shall be provided for extending the vacuum hose to a depth of at least 20 ft. below ground level. These sections shall be flanged and shall attach by quick-coupler.

10.2.3 A rack on the curb-side of the unit shall be provided to securely store aluminum tube sections when not in use and for transport.

10.2.4 The end section of tube (nozzle) shall be 7-8 ft. in length, and shall be of sufficient strength and design to be used for the majority of the catch basin cleaning.

10.2.5 The telescoping boom shall be designed so that the vacuum debris nozzle does not lower or raise during extension or retraction of the boom.

10.2.6 The telescoping boom shall extend a minimum of eight (8) feet.10.3 Exhaust Blower instead of Fan

10.3.1 Supply an 824 blower with workshop manual

11. HIGH PRESSURE WATER SYSTEM: A high pressure water system consisting of a tank, water pump, hose reel, hose, hand sprayer, and refuse body flush out system shall be provided. Work Shop manual required11.1 Water Tank: Water storage shall be provided in one or more corrosion resistant

tanks with a combined certified capacity of at least 1000 gallons. Multiple tanks shall be manifolded so one fill connection point fills all tanks. Plastic components, if used, shall be ultra violet light stabilized.11.1.1 The tanks shall be furnished with satisfactory filling and draining

features, and necessary piping, valves, and accessories to include vent(s).11.1.2 Large tanks shall have surge baffles.11.1.3 The system shall be designed so that there is no means provided to

recycle any water from the debris tank.11.1.4 A water level gauge with low water level warning shall be provided in

the truck cab or at the operator’s station11.1.5 A water level site gauge shall be provided in the side of the tank(s).11.1.6 An anti-siphon gap shall be provided on the fill connection.11.1.7 The water tanks shall not rise when the debris tank is raised for dumping.

11.2 Water Pump: The water pump shall be a Meyers-DP water pump shall be rated at not less than 65 gpm at 2000. and shall provide continuous flow and pressure. The pumping system shall be complete with all necessary controls, relief valves, and safety features. The pump shall be designed and constructed for long life and easy maintenance. All components shall be rated for the maximum pressure and temperature expected to be encountered during the use of the equipment.11.2.1 An accumulator shall be supplied to provide continuous flow and

pressure if required in the design.11.2.2 The water pump shall be driven from the truck engine through a

hydrostatic drive or driven by the auxiliary engine.11.2.3 A corrosion resistant intake filter/strainer shall be provided.11.2.4 Piping and hoses shall be constructed of corrosion resistant materials.11.2.5 Pump vibration shall be isolated from the piping system by the use of

flexible hose connections.

Page 6 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

11.2.6 A variable/multi flow system shall be provided to have the capability to vary the flow with the change of a nozzle of a selector knob control.

11.2.7 Features shall be provided to protect the pump from damage when the water tank is emptied and the pump begins to run dry, or a certificate shall be provided stating the pump can be run dry at full speed for thirty minutes without damage.

11.2.8 A drain shall be provided to completely drain the system in winter to prevent freezing.

11.2.9 The pump shall incorporate features to prevent crankcase oil from entering pump water supply.

11.3 Hose Reel and Hose: A hose assembly will be mounted on and independent frame that can be removed from brackets attached permanently to the

main truck frame members.11.3.1 The reel assembly must be such that its complete removal would

normally be handled in less than one hour.11.3.2 If mounted in front of the truck, it must be constructed to be moved

under hydraulic power in order to tilt the truck hood forward to gain access to the engine (hydraulic jack acceptable).

11.3.3 The reel will be a minimum of 30 inches in diameter.11.3.4 The hose reel will be power driven both forward and reverse by a

hydraulic motor with the controls for operating the motor incorporating a flow control device to regulate the rotational speed of the reel in both directions. Machinery (drive chains, etc.) and fittings will be safely enclosed by a housing or cover.

11.3.5 All controls for operating the reel itself will be mounted on or near the reel.

11.3.6 A swivel joint will be incorporated between the water pump and reel.11.3.7 The reel capacity must be a minimum of 600 feet of 3/4 inch diameter

hose and the hose must be capable of operating at 3000 psi with a 6250 lb. burst pressure. The hose itself will be 600 feet in length.

11.3.8 Hose reel shall pivot, rotate or articulate at least 180 degrees.11.3.9 When in use, the hose reel may extend beyond the width of the passenger

side of the vehicle for greater flexibility and maneuverability in cleaning offset manholes, catch basins and storm drains.

11.3.10 A manual leveling system shall be provided for power retraction of the hose.

11.4 A 500 psi, 20 gpm high pressure wash-down system shall be provided. System shall have a 50 ft. hose with retractable reel, shut off valve, nozzle, and pistol grip control, mounted on curb side of unit.

11.5 A refuse body flush-out system which operated from the unit’s high pressure water pump shall be provided at the front of the refuse body.

12. HYDRAULIC SYSTEM: Hydraulic systems shall be used to power the water pump, hose reel, vacuum, boom, body tilt, and rear door latch mechanisms. Work Shop manual required12.1 Pumps shall have sufficient power and volume to operate any two of the systems

simultaneously at a minimum of 50 percent normal speed.

Page 7 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

12.2 Water pump and vacuum system shall be capable of simultaneous operation at 100 percent capacity.

12.3 Pump system(s) shall consist of at minimum, an oil reservoir, hydraulic oil sight gauge or dipstick, pump suction line magnetic strainer, and 10 micron filter in the reservoir return line.

12.4 Reservoirs shall be sized to supply adequate hydraulic fluid volume and adequate cooling of the hydraulic system(s).

12.5 Hydraulic oil coolers, with thermostatic control and manual bypass, if required to maintain hydraulic oil temperatures below and acceptable level, shall be provided.

12.6 One hydraulic system shall be powered by the auxiliary or truck engine, to provide all hydraulic hose reel and boom functions.

12.7 Another hydraulic system shall be powered by the truck engine utilizing a hydrostatic drive and hydraulic pump. This hydraulic system shall be used to raise the debris body and open the tailgate door.

12.8 A secondary system is not required when all hydraulic functions can be provided by the primary system being driven by the truck engine. If the auxiliary engine is fully accessible without raising the debris body, then the requirement for raising the debris body by power from the truck engine may be disregarded, and the auxiliary engine may provide the power required to raise the debris body.

12.9 Appropriately sized and adjusted pressure relief valves shall be provided to protect the hydraulic systems.

13. LIGHTS: The unit shall be provided complete with warning lights as follows:13.1 Four (4) Amber Warning Light, Star model S5199AC, one each mounted on the

upper rear corner of the unit and the upper front corner of the truck cab. A fuse and ON/OFF switch shall be provided. Lights shall be controlled from one switch in the cab. Top mounted lights shall have limb guards.

13.2 The unit shall be equipped with a sign panel mounted to the rear, top of the unit. Arrow board to have ten amber lamps, each with PAR36LED lights with 16 high intensity LEDs. LEDs to be shock mounted and weather sealed. Controller to be mounted in the cab of the truck.

13.3 DOT FMVSS 108 lighting package.

14. EQUIPMENT: The unit shall be complete with all standard equipment and accessories. In addition, the following equipment shall be furnished. We would like to see pricing for these options. They are to be included regardless of if they are previously mentioned in the specifications. If there is an option listed that is not address elsewhere in the specifications, it still needs to be priced.14.1 Unit to meet all applicable OSHA requirements.14.2 Unit to meet all applicable DOT requirements.14.3 Unit to meet all applicable FMVSS requirements.14.4 Unit to meet all applicable SAE requirements.14.5 One (1) nozzle extension.14.6 Footage counter.

Page 8 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

14.7 Tool box, aluminum or powder coated steel, two (2) each, securely mounted, lockable hasp, and of minimum size of 24 inch L x 16 inch H x 13 inch D, or cross-body tool box minimum 96 inch L x 16 inch H x 30 inch D.

14.8 All special tools needed for adjustment, maintenance, and disassembly of the machine.

14.9 Fire hydrant fill hose, 2 ½ inch x 25 ft.14.10 Fire hydrant wrench.14.11 Electrical wiring to be color coded, connections to be made in sealed terminal

boxes, protected from moisture, and with no exposed wire terminals.14.12 All lamps shall be shock-resistant mounted.14.13 Mud flaps installed.14.14 A winter re circulation shall be provided. This system will allow the unit to re

circulate water through the system to prevent freezing.14.15 Remote lubrication manifold(s) located at the center of the unit on the right hand

(curb) side to lubricate the hose reel, debris body, and telescopic boom assembly. Water hose reel bearing may be lubricated separately if design requires.

14.16 15 degree and 30 degree nozzles shall be provided for flows 50 gpm at 3000 psi and 50 gpm at 3000 psi (four nozzles total).

14.17 A ¾” inch Keg (or equal in quality) nozzle kit shall be provided with the following nozzles: Torpedo, Rambo, Traction, and 12 jet floor cleaner. Nozzles to have stainless steel or ceramic inserts. Nozzles to be configured for 50 gpm at 3000 psi. Equal or superior nozzles with carbide inserts may also be provided.

14.18 Horizontal surfaces that may be used as a foothold or step shall be coated or made from a non-skid material. Horizontal surfaces that are not allowable to be used as a step shall be stenciled with “No Step”.

The following items are to be added regardless of whether or not they are mentioned elsewhere in this specification:

15. EQUIPMENT OPTIONAL : Where required in the bidding schedule, units shall be furnished with the following optional equipment:15.1 Optional equipment additions, deletions and/or substitutions of equipment

required by this specification, factory installed, based on terms found under the special condition of the bid invitation allowing the purchase of units with various option combinations.

15.2 Options to meet Spartanburg Water and Sewer desired specifications:15.2.1 Upgrade from 600’ Capacity Hose Reel to 800’ Capacity15.2.2 4’ Storage Box15.2.3 Gravity Drain to Front of Truck15.2.4 Air Purge System15.2.5 Front Bumper Hand Gun connection15.2.6 2 1/2 “ Water Drain Gate Valve Assembly15.2.7 Lazy Susan Pipe Rack (4 Tubes Capacity)15.2.8 Revolving Light Front Mount15.2.9 Flashing Light Bar (4 Light)15.2.10 Boom Mounted Flood Lights15.2.11 Limb Guard for Rear Strobe or Revolving Light15.2.12 Hydro Excavation package: 50’ hand gun hose reel, un-loader valve

Page 9 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

15.2.13 5’ x 8’ Aluminum Pipe Extension (2 pcs.)15.2.14 8” Quick Clamp ( 2pcs.)15.2.15 Hose Reel must be positioned in Front of the Truck15.2.16 Analytical Diagnostic System (Omnibus as an example).15.2.17 Traffic Cone holder

15.2.18 Front mounted tool box 15.2.19 Inside the cab mounted tool box 15.2.20 Rubber Floor mats

16. MANUFACTURER QUALIFICATION: The pipe cleaner manufacturer shall have available for inspection by the Department’s engineers and/or staff a minimum of three machines, in current successful use by State Departments of Transportation, of a design similar to that required in these specifications. This requirement is intended to expose the “cost of operation” and suitability for the Department’s use. A list of three (3) users of the pipe cleaner shall be furnished with the bid.

17. PERFORMANCE: No payment will be approved for the machine until it has been

delivered to the purchaser, has been determined to meet specifications, and has demonstrated its ability to perform pipe cleaning functions as specified and intended in these specifications, to the satisfaction of the Department’s engineers and/or staff.17.1 Field performance testing may begin at approximately five (5) working days after

receipt of the machine, and may run concurrently with the training program. 18. SAFETY PLAQUES OR DECALS: Product safety plaques or decals shall be furnished

and affixed at the operator’s station and at any hazardous area. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the hazard, and the consequence of human interaction with the hazard. Permanent plaques are preferred to decals. Type, size and location of product safety plaques or decals shall be in accordance with current ANSIZ535.4, or latest revision thereto.

19. TRAINING: In conjunction with delivery of the first unit, the successful bidder shall conduct a minimum two-day school on the safety, operation, maintenance, and diagnostics of the unit by factory trained expert personnel at the Owner Collection and Distribution Complex in Spartanburg, S.C. In addition and for each subsequent unit, the successful bidder will conduct a minimum two day school in the county where the unit is to be assigned with the Department’s operator(s) and service personnel, after the equipment has been delivered to the county where it is to be assigned.

20. TRAINING MATERIALS: In conjunction with the delivery of each unit, the successful bidder shall supply one complete set of video operator training materials (CD, DVD. Or VHS format). This material shall adequately cover the safe and correct operation of the equipment.

21. MAINTENANCE: All replaceable filter elements for air, fuel, hydraulics, and engine oil shall be available from at least one of the following U.S. manufacturers: AC, Wix, Donaldson, or Baldwin. Replacement tires and tubes shall be available from at least one of the following U.S. manufacturers: Goodyear, Firestone, or General. Replacement

Page 10 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

or replenishment lubricants required throughout the unit (engine oil, transmission fluid, hydraulic fluid, gear oil, brake fluid, power steering fluid, and grease) shall be available from at least one of the following major manufacturers: Shell, Exxon, Texaco, or Citgo. Details concerning the manufacturer and items name or part number for the above maintenance items shall be provided wherever requested on the bid questionnaire.21.1 All threaded fasteners, hydraulic fittings, belts, hoses, and electrical fasteners

shall be metric or U.S. and shall meet one or more of the following standards, SEA, JTC, DIN, ISO, UNC, UNF, NPTF.

22. SERIAL NUMBER: Each unit shall be provided with a manufacturer’s serial number unique to each unit, permanently attached by plate or engraving, and easily identified. The serial number shall be used by the Department and the manufacturer to identify units for recall, to aid in the recovery of stolen units, to establish ownership, and for other similar reason.

23. DATE PLATE: A data plate shall be attached to each unit indicating serial number and

model using block lettering. Permanent plaques mechanically attached are preferred to decals.

24. SAFETY PLAQUES OR DECALS: Product safety plaques or decals shall be furnished and affixed at the operator’s station and at any hazardous are. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the hazard, and the consequence of human interaction with the hazard. Permanent plaques mechanically attached preferred to decals. Type, size and location of product safety plaques or decals shall be in accordance with current ANSIZ535.4, or latest revision thereto.

25. COLOR: The majority of areas to be painted shall be cleaned and primed prior to application of the finish paint. Paint and primers used shall be lead-free.

25.1 Serial and data plates shall be protected from being painted over. All manufacturer’s standard warning, safety, instructional, and identification

decals shall be provided, however, there will be no vendor or dealer identification or advertising decals allowed.

25.2 Each unit shall be thoroughly cleaned and prime coated with a rust preventative and painted gloss white. Finish coat shall be first quality. Color shall

match the truck color.

26. WARRANTY: The unit shall be warranted against defects in materials and workmanship for a period of not less than twelve (36) months. The warranty start date shall be based on the unit’s in-service date as established by its issue from the Department’s Equipment Depot to the using field custodian, and the vendor shall perform all the administrative work necessary to accomplish this following notification by the Department.26.1 The unit shall be furnished with a copy of the warranty statement and any

necessary card, booklets, or certificates needed to receive warranty repairs at a dealership.

26.2 In the event there is not an authorized parts and service dealership within a reasonable distance of the unit’ place of assignment, there shall be a procedure

Page 11 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

for the Department to make a claim for recovering the cost of parts, labor, and shipping/transport charges incurred in performing repairs which otherwise would have been covered by the warranty.

26.3 Instructions and forms needed for warranty on the complete unit, the following components shall be covered by a five-year, non prorated warranty: fan and fan housing (or air pump and housing), high-pressure water pump, water tank(s), and debris body. All water tanks shall be covered by a manufacturer’s 10-year non-prorated warranty.

26.4 Sixty (60) days after delivery, the local dealer’s service personnel shall field inspect each unit to insure proper operation and condition.

26.5 The unit shall include “on-site” warranty repair/service as part of the warranty package.

27. DELIVERY: Units ordered shall be delivered to Spartanburg Water

System/Spartanburg Sanitary Sewer District, Maintenance and Construction Complex, 301 South Ave., Spartanburg, SC.

28. ACCEPTANCE INSPECTION: All equipment ordered with this request will be subject to acceptance inspection and performance testing upon receipt. The vendor will be notified of any units not delivered in full compliance with the purchase order specifications.

29. SERVICE POINT ACCESSIBILITY: All lubrication and frequent service items shall be readily and easily accessible to the operator/technician.

30. SERVICE LITERATURE: Service literature shall include (as one set) an operator’s instruction manual, illustrated repair parts manual, and shop overhaul manual. CD format is preferred (documents in .pdf format) and should be furnished when available, except for the equipment operator manual that stays with the equipment. This service literature shall be complete and cover the entire unit, to include engines and transmissions. The right is reserved to require a bidder to furnish one complete set of service literature to be used for bid evaluation. Service literature that

is considered inadequate by the Department’s engineers and/or staff may be cause for the rejection of a bid. 30.1 Performance in this contract requires in conjunction with the delivery of the first

unit, two (2) complete sets of service literature in addition to the equipment operator manual concurrently with delivery of each unit.

30.2 Performance in this contract requires in conjunction with the delivery of each subsequent unit one (1) complete set of service literature in addition to the equipment operator manual concurrently with delivery of each unit.

31. SALES LITERATURE, SPECIFICATIONS, AND QUESTIONNAIRE: It is the

bidder’s responsibility to ensure sales literature, specifications, questionnaire, and deviations (if any) submitted whit the bid are accurate, complete and sufficiently clear as these will be used to evaluate the bid.

Page 12 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

31.1 Each bidder shall attach to his bid illustrated catalog data sheets with manufacturer’s complete printed specifications covering the class or type of equipment covered by the bid. This material shall show reasonable evidence of having been printed before publication of the bid notice and shall be sufficiently detailed to permit the Department’s engineers and /or staff to properly evaluate the bid.

31.2 Each bidder shall attach to his bid a completed questionnaire.31.3 Any deviation from these specifications must be clearly pointed out; otherwise it

will be considered that items offered are in strict compliance with these specifications, and the successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s).

PART II

SPECIFICATIONS FOR TRUCK, CONV. CAB, 60,000 GVWR

1. DESCRIPTION: The truck shall be a heavy-duty, conventional cab unit suitable for use in this application as a pipe cleaner truck, and shall be a 2014 or later model. Units supplied to this specification shall meet or exceed these requirements.1.1 NOTE: Chassis GVWR, Gross Axle Weight Ratings (GAWR), frame resistance

bending moment (RBM), and dimensions shall be as recommended by the pipe and vacuum unit manufacturer; however, the minimum ratings and dimensions specified herein shall be met.

2. GENERAL: Each unit shall be new, and of the latest design of a model in current production or an update of an existing mode. Each unit shall be furnished with identical equipment, options and features. It shall be furnished completely assembled, fully serviced, and ready for immediate operation. The right is reserved to reject any and all bids proposing to furnish equipment which in the opinion of the Department’s engineers and/or staff, is not satisfactory for the Department’s use in the proposed application.

3. CAPACITY: The truck shall have a minimum gross vehicle weight rating (GVWR) or not less than 60,000 lbs.

4. DIMENSIONS: CA: 168 inches. WB: 246 inches. BBC: 101-107 inches. AF: 75 inches. Cab OAH: 95-108 inches. Curb weight (as bid): 12,500 lbs. minimum.

5. PERFORMANCE: The assembled unit, truck plus pipe cleaner and vacuum, shall be capable of achieving 69 mph fully loaded on level grade. The assembled unit, truck plus pipe cleaner and vacuum shall be capable of achieving 55 mph fully loaded on 1.1% grade.

6. CAB: Conventional type, heavy-duty. Forward tilting hood. Vinyl interior.

7. ENGINE: The truck engine (diesel) shall be a Detroit DDEC13, Cummins JSL or Volvo D11 rated at not less than 315 SAE gross horsepower. Work Shop manual required

Page 13 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

7.1 The air filter shall be heavy-duty, dry-type with restriction indicator, and with complete ducting for fresh air intake, with Donaldson the preferred manufacturer.

7.2 The engine shall be complete with heavy-duty oil filter, heavy-duty fuel filter/water separator, governor, muffler, vertical or horizontal exhaust system, and heavy-duty (maximum) cooling system.

7.3 A 5 micron (maximum) partial flow bypass oil filter with replaceable element shall be provided.

7.4 The cooling system shall be filled with an extended life coolant mixture suitable for this application.

7.5 The alternator shall be rated at not less than 100 amps.7.6 The exhaust system shall provide adequate clearance for installation of PTO and

other body mounting requirements.7.7 The engine and exhaust system shall meet current EPA requirements.

8. TRANSMISSION: The transmission shall be an Allison 3000RDS (wide ratio), 6-speed automatic with standard six (6) bolt SAE PTO opening on right side.

9. FRONT AXLE: The unit shall be provided with a front axle with a maximum load rating not less than 20,000 lbs. 9.1 Power assist steering and heavy-duty shock absorbers shall be provided.

9.2 The suspension and springs shall be of adequate capacity to maintain the GVWR and GAWR.

10. REAR AXLE: The Rockwell or equal tandem rear axle shall be a heavy-duty, single-speed type having a maximum load rating of not less than 40,000 lbs.10.1 The gear ratio shall be sized to meet the performance requirements above, and

manufacturer’s information justifying the ratio selection shall be provided.

10.2 The suspension system shall be walking beam type and of adequate capacity to maintain the GVWR and GAWR.

11. SPRINGS: Springs of proper capacity shall be furnished to provide a manufacturer’s GVWR sufficient to meet the minimum requirements of this specification. The springs shall be of the low deflection rate type.

12. FRAME: The truck frame side members shall have dimensions not less than the following: depth-10.12 inches, width-3.06 inches, thickness -0.31 inches, C-reinforcement, RBM of not less than 2,750,000 and yield strength of 100,000 psi.

13. WHEELS, FRONT: Disc type, steel, tubeless, 10-hole, 11 ¼” bolt circle, 8 23/32” bore, 1 9/32” stud hole, 15 degree rim, stud pilot, heavy-duty, 22.5”x12.25”x7/16”, 7.00” off-set (nom.) max. load rating not less than 10,000 lbs., color-white.

14. WHEELS, REAR: Disc type, steel, tubeless, 10-hole, 11 ¼” bolt circle, 8 23/32” bore, 1 9/32” stud hole, 15 degree rim, stud pilot, heavy-duty, 22.5 x 8.25” x 7/16”, 6.62” off-set (nom), max. load rating not less than 7,000 lbs., color-white, interchangeable at all rear axle positions on the vehicle.

Page 14 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

15. TIRES: Front – 425/65R22.5, load range L, regular tread, radial, tubeless, Goodyear G-286. Rear – 11R-22.5, load range G, regular tread, radial, tubeless, Goodyear G-159 or equal.

16. FUEL TANK: Two engine fuel tanks shall be provided. Each shall be minimum 45 gallon, and frame-mounted. One shall be LH mounted and one RH mounted.

17. BRAKES: The truck shall be provided with full air brake equipment for all wheels, with automatic slack adjusters, anti-lock brake system and heavy-duty, non-asbestos lining material.17.1 The air compressor shall have a capacity of not less than 13 CFM.17.2 In addition to all brake equipment already specified or customarily furnished as

standard, the truck shall be equipped with a low air pressure indicator or alarm, moisture remover, a slack adjuster for each wheel, dash mounted air pressure gauge, and foot treadle type control method.

17.3 The truck shall be equipped with a spring set, air release rear wheel parking brake.

17.4 All brake equipment shall conform to the latest regulations of the ICC, and shall be in full compliance with FMVSS 121.

18. RADIO NOISE SUPPRESSION: The vehicle is to be used as a governmental fleet vehicle and will have an approximately 150-watt mobile (two-way) radio installed, operating on frequencies designated by the FCC for use in the Public Safety Radio Service (47 CFR 90). The vehicle shall be fully compatible with the above radio installation and vehicle components and equipment shall not interfere with the operation (transmitting or receiving) of the mobile radio.

19. EQUIPMENT: The unit shall be complete with all standard accessories normally furnished. In addition, equipment shall be furnished as follows:19.1 Unit to meet all applicable OSHA requirements.19.2 Batteries, heavy-duty, 3 ea x Group 31, 625 CCA min. each, mounted in an

enclosed battery box.19.3 Speedometer, tachometer, oil pressure gauge, ammeter, fuel gage, water

temperature gauge. 19.4 Two (2) West Coast mirrors, 7”x16” w/auxiliary 5 ¼” convex mirrors mounted

below.19.5 Dual windshield wipers (2-speed), electric, with intermittent switch.19.6 Dual sun visors.19.7 Heavy-duty, full width front bumper.19.8 Heater-defroster.19.9 Back-up alarm meeting current SAE J994 and SAE J1446 Standards, 107 dB

minimum, and permanently marked as such.19.10 Seats, two (2) each individual air-suspension, high-back, with safety belts.19.11 Fender mounted turn signals, amber front, red rear, or integral mounted.19.12 Entry assist handles, left and right.19.13 Horns, dual air.

Page 15 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

19.14 Transmission temperature gauge.19.15 Mud flaps, front only, black.19.16 Air conditioning.19.17 AM/FM radio.19.18 Stationary grill with radiator protector/stone guard integral with or behind grill.19.19 Air brake system automatic moisture ejector.19.20 Back up camera 19.20 Rear mounted spot light (must be adjustable)

20. EQUIPMENT OPTIONAL: Where required in the bidding schedule, units shall be furnished with the following optional equipment:20.1 Optional equipment additions, deletions and/or substitutions of equipment in

accordance with special conditions of the bid invitation (allows purchasing of units from the term contract with various option combinations).

21. MAINTENANCE: All replaceable filter elements for air, fuel, hydraulics, and engine oil shall be available from at least one of the following U.S. manufacturers: AC, Wix, Donaldson, or Baldwin. Replacement tires and tubes shall be available from at least one of the following U.S. manufacturers: Goodyear, Firestone, or General. Replacement or replenishment lubricants required throughout the unit (engine oil, transmission fluid, hydraulic fluid, gear oil, brake fluid, power steering fluid, and grease) shall be available from at least one of the following major manufacturers: Shell, Exxon, Texaco, or Citgo. Details concerning the manufacturer and items name or part number for the above maintenance items shall be provided wherever requested on the bid questionnaire.21.1 All threaded fasteners, hydraulic fittings, belts, hoses, and electrical fasteners

shall be metric or U.S., and shall meet one or more of the following standards, SEA, JTC, DIN,ISO, UNC, UNF, NPTF.

22. SERIAL NUMBER: Each unit shall be provided with a manufacturer’s serial number, unique to each unit permanently attached by plate or engraving and easily identified. The serial number shall be used by the Department and the manufacturer to identify units for recall, to aid in the recovery of stolen units, to establish ownership, and for other similar reasons.

23. DATA PLATE: A data plate shall be attached to each unit indicating serial number and model using block lettering. Permanent plaques mechanically attached are preferred to decals.

24. SAFETY PLAQUES OR DECALS: Product safety plaques or decals shall be furnished and affixed at the operator’s station and at any hazardous area. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the hazard, and the consequence of human interaction with the hazard. Permanent plaques mechanically attached are preferred to decals. Type, size and location of product safety plaques or decals shall be in accordance with current ANSI Z535.4 or latest revision thereto.

Page 16 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

25. MCO AND FORM 400: A “Manufacturer’s Certificate of Origin” and a completed, typed South Carolina Department of Public Safety Form 400 shall be furnished with each unit. The forms shall be completed as follows:

Owner345 South AvenueSpartanburg, S.C. 29306

26. COLORS: The majority of areas to be painted shall be cleaned and primed prior to application of the finish pain. Paint and primers used shall be lead-free.

26.1 Serial and data plates shall be protected from being painted over. All manufacturer’s standard warning, safety, instructional, and identification decals shall be provided, however, there will be no vendor or dealer identification or advertising decals allowed.

26.2 Each unit shall be thoroughly cleaned and prime coated with a rust preventative and painted gloss white. Finish coat shall be first quality. Color shall match the truck color.

27. WARRANTY: The unit shall be warranted against defects in materials and workmanship for a period of not less than thirty six (36) months. The engine and drive train shall be warranted against defects in materials and workmanship for a period of not less than sixty (60) months- 100,000 miles (pro-rating not allowed), to include connectors and adapters to the transmission. The transmission shall be warranted for a period of not less than twenty-four (24) months-50,000 miles(pro-rating allowed).27.1 The warranty start date shall be based on the unit’s in-service date as established

by its issue from the Department’s Equipment Depot to the using field custodian, and the vendor shall perform all the administrative work necessary to accomplish this following notification by the Department.

27.2 The unit shall be furnished with a copy of the warranty statement and any necessary cards, booklets or certificated needed to receive warranty repairs at a dealership.

27.3 Sixty (60) days after delivery, the local dealer’s service personnel shall field inspect each unit to insure proper operation and condition. The unit shall include “on-site” warranty repair/service as part of the warranty package.

27.4 Be sure to include any optional or additional warranty packages or buy back programs that are available.

28. ACCEPTANCE INSPECTION: All equipment ordered with this request will be subject to acceptance inspection and performance testing upon receipt. The vendor will be notified of any units not delivered in full compliance with the purchase order specifications.

29. SERVICE POINT ACCESSIBILITY: All lubrication and frequent service items shall be readily and easily accessible to the operator/technician.

30. SERVICE LITERATURE: Service literature shall include (as one set) an operator’s instruction manual, illustrated repair parts manual, and shop overhaul manual. CD format is preferred (documents in .pdf format) and should be furnished when available, except for the equipment operator manual that stays with the equipment. This service literature shall be complete and cover the entire unit, to include engines and

Page 17 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

transmissions. The right is reserved to require a bidder to furnish one complete set of service literature to be used for bid evaluation. Service literature that is considered inadequate by the Department’s engineers and/or staff may be cause for the rejection of a bid. 30.1 Performance in this contract requires in conjunction with the delivery of the first

unit, two (2) complete sets of service literature in addition to the equipment operator manual concurrently with delivery of each unit.

30.2 Performance in this contract requires in conjunction with the delivery of each subsequent unit one (1) complete set of service literature in addition to the equipment operator manual concurrently with delivery of each unit.

31.SALES LITERATURE, SPECIFICATIONS AND QUESTIONNAIRE: It is the bidder’s responsibility to ensure sales literature, specifications, questionnaire, and deviations (if any) submitted with the bid are accurate, complete and sufficiently clear as these will be used to evaluate the bid.31.1 Each bidder shall attach to his bid illustrated catalog data sheets with

manufacturer’s complete printed specifications covering the class or type of equipment covered by the bid. This material shall show reasonable evidence of having been printed before publication of the bid notice and shall be sufficiently detailed to permit the Department’s engineers and/or staff to properly evaluate the bid.

31.2 Each bidder shall attach to his bid a completed questionnaire.31.3 Any deviation from these specifications must be clearly pointed out; otherwise it

will be considered that items offered are in strict compliance with these specifications and the successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s).

In addition to price, the Owner will use the following criteria in assessing bids:1) the ability, capacity and skill of the vendor to perform the contract or

provide the service required;2) whether the vendor can perform the contract or provide service promptly,

within the time specified without delay or interference;3) the reputation, experience, and efficiency of the vendor;4) the quality of performance of previous contracts or services;5) the previous and existing compliance by the vendor with laws or

ordinances relating to the contract or services;6) the sufficiency of the financial resources and ability of the vendor to

perform the contract or provide the service;7) the quality, availability and conformance of the supplies or contract

services to the specific use required;8) the ability of the vendor to provide further maintenance and service.

III. Requirements:

Spartanburg Sanitary Sewer District Contact: Effective immediately upon release of this request for bid, and until notice of award, all official communications from bidders regarding this request shall be direct to the contact listed below. Failure to do so may result in the disqualification of bid.

Page 18 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

John McKinnon, Senior BuyerSpartanburg Water System345 South AveSpartanburg, SC [email protected]

Payments: Standard payments terms are Net 30 days from invoice date. If presented by Vendor, early payment discounts in return for a shortened payment period will be considered (2% under 15 days, 5% under 10 days, etc).

Insurance: The Vendor shall provide certificates of insurance in accordance with the requirements set forth below. Upon notification of intent to award, the successful bidder will have (10) ten days to purchase the necessary insurance and comply with the terms of this section. The OWNER will not enter into an agreement with a contractor unable to obtain the necessary insurance. No work will commence until all insurance requirements are met.

Contractor’s Insurance: The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by SWS (also noted as “Owner”). All certificates of insurance and policies shall contain the following clause; “The insurance covered by this Certificate will not be canceled or materially altered except after ten (10) days written notice has been received by the Owner”. Insurance must be written by a licensed firm doing business in the State of South Carolina.

1.) WORKER’S COMPENSATION INSURANCE: The Contractor shall procure and maintain, during the life of this Contract, Worker’s Compensation Insurance for all of the employees to be engaged in work on the project under this Contract. In case any class of employees engage in work on the project under this Contract is not protected under the Worker’s Compensation Insurance Statue, the Contractor shall provide a Worker’s Compensation Policy for the protection of such of his employees not otherwise protected.

2.) PUBLIC LIABILITY, PROPERTY DAMAGE, AND AUTOMOBILE LIABILITY INSURANCE: The Contractor shall take out, and maintain during the life of the Contract such Comprehensive General Liability Insurance including products and completed operations, SC and U and the ISO Broadform General Liability endorsement or its equivalent thereof and Automotive Liability Insurance as shall protect him from claims for damage for personal injury including accidental death as well as from claims for property damage, which may arise from operations under this Contract, whether directly or indirectly employed by either of them.

The Amount of Such Insurance Shall Be as Follows:

Page 19 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

1) Bodily Injury Insurance: In an amount not less than $500,000 for bodily injury, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $1,000,000 on account of one accident.

2) Property Damage Insurance: In an amount not less than $500,000 for any one damage claim, and in an aggregate amount up to $1,000,000 during a period of twelve (12) months.

3) Automobile Liability Insurance:a. For bodily injury, including accidental death to any one person in an amount

not less than $500,000 and subject to the same limit for each person, in an amount not less than $1,000,000 on account of one accident.

b. For property in an amount not less than $500,000 for any one damage claim and in an aggregate amount up to $1,000,000 during a period of twelve (12) months.

4) Owner’s Protective Liability Insurance: Issued in the name of Owner for liability of property damage in the same amounts as stipulated for the Contractor.

5) Proof of Coverage of Insurance: The Contractor shall furnish the Owner with a certificate showing satisfactory proof of carriage of the insurance required before commencing work on this contract.

6) Scope of Insurance: The insurance required under subparagraphs (a) and (b) hereof shall provide adequate protection for the Contractor, as well as the Owner, against damage claims which may arise from operations under this Contract, whether such operations are by the insured or by anyone directly or indirectly employed by him.

Accident Prevention: Precaution shall be exercised at all times for the protection of all persons, including employees, and property, and hazardous conditions. The Contractor shall be responsible for all injuries or damages to persons or property, and all indemnify, defend, and save harmless the Owner, its Officers and Agents, from any and all damages and costs by reason of injury to person or property, resulting from negligence or carelessness in the performance of the work or in guarding the same; also, from any improper materials, implements or appliances used in its construction, or on account of any act or omission of the Contractor, his agents or employees. The whole or as much of the monies due under and by virtue of this contract as may be considered necessary by the Owner shall or may be retained by the Owner until all suits or claims for damages shall have been settled, and evidence to that effect furnished to the satisfaction of the Owner.

1) In emergencies affecting the safety of persons, the work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Owner, shall act to prevent threatened damage, injury or loss. The Contractor shall make prompt written notice to the Owner of any changes in the work or deviations from the Contract Documents caused thereby.

2) Safety and health facilities and procedures shall be in accordance with the requirements of the Federal Occupational Safety and Health Act of 1970, 29 U.S.C. 651 et seq., as amended, as well as any applicable safety and health laws or regulations promulgated by the State of South Carolina.

Page 20 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

Personnel Security / Employee Screening : At any time it is requested, the offering Contractor shall provide to OWNER documentation demonstrating the contractor’s ability to hire responsible, trustworthy employees that pose no security risk to the organization or project in which they will be engaged. Failure to provide this documentation or otherwise define the Hiring / employment practices and explain the measures being taken to employ responsible staff may result in rejection of the bid or proposal or termination of the Contract.

At any time subsequent to an award or during the progression of the Contract, SWS reserves the right to require the Contractor to perform background checks / employment screening on any or all employees to be engaged in work or providing service within the scope of this project and furthermore reserves the right to review the complete results and make final determination as to allow any employee(s) to begin or continue to work or provide service within the scope of the project. The Contractor shall comply with the provisions of the Fair Credit Reporting Act (FCRA), when applicable, and shall cause the applicant / employee to execute appropriate documentation allowing Contractor to share results of background check / employment screening with SWS. Failure to perform the requested background checks / employment screening when requested, or provide complete disclosure of the results may result in the rejection of the proposal / bid and or termination of the agreement.

South Carolina illegal Immigration Reform Act: By signing its bid, offer, or proposal, Contractor certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws and agrees to provide to the Owner upon request any documentation required to establish either: (a) that Title 8, Chapter 14 is inapplicable both to Contractor and its subcontractors or sub-subcontractors; or (b) that Contractor and its subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14. Pursuant to Section 8-14-60, “A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony, and, upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both.” Contractor agrees to include in any contracts with its subcontractors language requiring its subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in their contracts with the sub-subcontractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14.

Minority and Women Owned Business Enterprises: The Owner is committed to the intentional utilization of Minority and Women Owned Business Enterprises (MWBE) in all areas of procurement. In keeping with this commitment, the Owner encourages participation from firms who are either minority firms or who have a minority partner. In addition to the use of a minority partner, if any, the Owner encourages the use of MWBE subcontractors, suppliers or vendors for these anticipated opportunities. Therefore, as a part of your response to this bid:

1) Note whether you are a certified MWBE firm;

2) Note whether you will have a certified MWBE partner;

Page 21 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

3) Describe your MWBE subcontractor participation plan; and

4) Describe your past performance in achieving MWBE participation goals or requirements.

Community Benefit ProgramThe Owner is committed to the intentional utilization of its resources to benefit the Owner’s service area. The Owner defines a Community Benefit Agreement as an agreement between the Owner and one of its vendors that:

1. Is part of an overall agreement governing that vendor’s performance of services or products for the Owner that has been procured pursuant to the Procurement Policy;

2. Contains that vendor’s commitment to meet certain performance criteria, at no cost to the Owner, in one or more Community Benefit Programs that will provide an overall benefit to the District Community;

3. Sets forth the time period in which that vendor will perform and complete the Community Benefit Program; and

4. Is implemented or supported through donations, in-kind contributions, volunteer hours, other agreed upon methods, or some combination of the foregoing.

As a part of this RFQ the Owner encourages responding firms to propose a Community Benefit Program that the responding firm will implement, sponsor, support, and/or actively participate in during the duration of the Project or over some other time period. Examples of Community Benefit Programs include job creation and/or job training programs, programs fostering the education of children and adults, programs fostering economic development for the District Community, and healthy lifestyles and wellness within the District Community. Responding firms are also invited to propose other programs beneficial to the community.

Responding firms willing to implement or support a Community Benefit Program (or Programs) should provide the following information:

1. The name, type and detailed description of the program;2. The expected duration of the responding firm’s involvement with

the program, including whether the responding firm has current or past involvement with the program;

Page 22 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

3. The manner in which the responding firm intends to implement or support the program (e.g., donations, in-kind contributions, volunteer hours, other methods);

4. The quantifiable, expected results of the program; and 5. The responding firm’s past involvement and performance in other

Community Benefit Programs.

Health and Safety Regulations: The Contractor shall comply with federal and South Carolina safety and health regulations for construction and any other applicable regulations promulgated under the Occupational Safety and Health Act of 1970, 29 U.S.C. 651 et seq. and the South Carolina Occupational Safety and Health Act, SC code of Laws 41-15-80 (1986), as amended. This includes, but is not limited to, all standards promulgated by the Secretary of Labor under 107 of the Contract Work Hours and Safety Standards Act, 29 C.F.R. part 1926. Contractor shall indemnify, defend and hold harmless the Owner from any and all damages of any nature whatsoever, including fines or secondary fines, which may be levied or imposed as a result of the Contractor’s activities under the terms of this agreement. Such indemnification shall include all costs and expenses of any nature whatsoever, including reasonable attorneys’ fees.

The Contractor shall comply with the rules and regulations, as set forth in the Fair Labor Standards Act.

License and Permits: Vendor shall comply with all federal, state and local statutes, ordinances and regulations. Vendor shall obtain all permits and licenses that are required to perform the Scope of Work described in this request for bid, and it shall be vendor’s obligation to determine whether such licenses or permits are necessary. By submitting a bid, the vendor represents that it is properly licensed and/or authorized to conduct the activities contemplated in these specifications. To the extent the Owner is damaged (i) as a result of the vendor not having proper licenses or permits, (ii) as a result of having its licenses or permits revoked for any action committed by vendor after the execution of the Agreement; (iii) as a result of vendor violating any federal, state and local statutes, ordinances, or regulations; or (iv) as a result of any other action committed by vendor after the execution of the Agreement, vendor shall indemnify the Owner from all such damages, including but not limited to the Owner’s own expenditure for attorneys’ fees, that Owner may incur as a result thereof

Damage to Property: The successful bidder will be liable for damage to the Owner facilities and property when such damage if caused by a willful, careless or negligent act. In addition, the bidder will likewise be responsible for any damage to private property.

Acceptance Inspection: All equipment ordered with this request will be subject to acceptance inspection and performance testing upon receipt and installation. The vendor will be notified of any units not delivered in full compliance with the purchase order specifications.

Alternate Bid: If Bidder would like to offer an in-stock truck (already manufactured/fabricated but never titled, sold, or used), Spartanburg Sanitary Sewer

Page 23 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

District will entertain such bid. In the sealed bid, Bidder will attach any and all exceptions to these specifications. No reduction in warranty from Bidder and/or cab/chassis manufacturer will be acceptable. If cab/chassis manufacturer will not provide a full warranty, it will be the responsibility of Bidder to do so. Bidder shall provide written confirmation with the bid, demonstrating that warranties are in place. Bidder agrees that Spartanburg Sanitary Sewer District, in its sole discretion, will determine the acceptability and fitness of the Alternate Bid.

EXHIBIT ABid Page

MANUFACTURER: ________________________

MAKE: ________________________

MODEL: ________________________

BID: $______________________

APPLICABLE SALES TAX: $______________________

TOTAL BID: $______________________

BIDDING FIRM: _______________________________

_______________________________

_______________________________

CONTACT: ____________________________________

Page 24 of 25

Jet Vac Sewer Cleaning Truck Specifications

Spartanburg Sanitary Sewer District: Jet Vac Sewer Cleaning Truck

SIGNATURE: ____________________________________

NOTE: Bid must be signed by an officer of the company authorized to enter into a contractually binding agreement, returned within the allotted time meeting all other requirements in order to be considered.

Page 25 of 25

Jet Vac Sewer Cleaning Truck Specifications