CONTRACT DOCUMENTS SEWER JETTER-VACTOR · PDF filecontract documents sewer jetter-vactor truck...
Transcript of CONTRACT DOCUMENTS SEWER JETTER-VACTOR · PDF filecontract documents sewer jetter-vactor truck...
CONTRACT DOCUMENTS
SEWER JETTER-VACTOR TRUCK
CITY OF OWOSSO 301 W. MAIN STREET
OWOSSO, MI 48867 OCTOBER 8, 2004
INSTRUCTIONS TO BIDDERS
PROPOSAL AFFIDAVIT
LEGAL STATUS OF BIDDER GENERAL SPECIFICATIONS
INSTRUCTIONS TO BIDDERS
1. The bidder with his usual signature must sign each proposal. Bids by partnerships should be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the name of the corporation, followed by the signature and designation of the president, vice-president or person authorized to bind it in the matter. Any paperwork not filled out properly or signed will cause the bid to be considered non-responsive and shall be rejected by the city.
2. Proposals, to receive consideration, must be received prior to the specified time of opening and reading as designated in the invitation.
3. Bidders are requested to use the proposal form furnished by the City when submitting their proposals. Envelopes must be sealed when submitted and clearly marked on the outside indicating the subject of the bid.
4. Proposals having any erasures or corrections thereon may be rejected unless explained or noted over the signature of the bidder.
5. References in the specifications or description of materials, supplies, equipment, or services to a particular trade name, manufacturer’s catalog, or model number are made for descriptive purposes to guide the bidder in interpreting the type of materials or supplies, equipment, or nature of the work desired. They should not be construed as excluding proposals on equivalent types of materials, supplies, and equipment or for performing the work in a manner other than specified. However, the bidders’ attention is called to General Condition (6).
6. Proposals should be mailed or delivered to the Bid Coordinator’s Office, Municipal Building, 301 W. Main Street, Owosso, MI 48867.
7. Special Conditions included in this inquiry shall take precedence over any conditions listed under General Conditions or Instructions to Bidders.
ADVERTISEMENT FOR BID
SEWER JET AND VAC TRUCK
CITY OF OWOSSO, MICHIGAN
Sealed bids addressed to the Bid Coordinator, Municipal Building, 301 West Main Street, Owosso, Michigan 48867, will be received until 3:00 p.m. on Tuesday, October 26, 2004 purchase of ONE (1) new Sewer Jet-Vac Truck All sealed bids should be marked “Sewer Jet and Vac Truck” in the lower left-hand corner of the envelope. The proposal, contract forms and specifications are on file and may be obtained at the office of the Bid Coordinator, City Hall, Owosso, Michigan. (989) 725-0550. The City reserves the right to accept any proposal; or to reject any proposal; to waive irregularities in a proposal; or to negotiate if it appears to be in the best interest of the City of Owosso.
CASH PURCHASE PROPOSAL SEWER JET AND VAC TRUCK
TO: THE CITY COUNCIL (HEREINAFTER CALLED THE “OWNER”) The undersigned, having examined the proposal forms and specifications, does hereby propose to furnish ONE (1) New Sewer Jet and Vac Truck unit listed below at the following prices to wit:
QTY DESCRIPTION UNIT PRICE TOTAL 1 New Sewer Jet Vac Truck
The undersigned acknowledges that this proposal is subject to the general specifications included in the contract documents. In submitting this proposal, it is understood that the right is reserved by the Owner to reject any and all proposals, and waive any irregularities in the bidding process. The Owner may award this contract based on any combination of the total bid and/or alternatives.
TRADE IN PROPOSAL
QTY DESCRIPTION TRADE IN PRICE OFFERED
1 1994 Ford L8000 Jetter-Vactor, 28,383 Miles, 6421 hours, aux. Engine 4938, VIN #1FDZW82E8RVA43199
GUARANTEED BUYBACK PROPOSALS Proposer shall state the guaranteed value of the machine bid at the end of five (5), six (6), seven (7) and eight (8) years of service. Proposers submitting a statement of guaranteed buyback shall include a list of references the City of Owosso may contact regarding actual buyback situations. Further the guaranteed buyback figure shall become part of the contract to deliver if the City of Owosso chooses to purchase the equipment proposed. The bidder will then be bound to honor the buyback option should the City of Owosso decide to exercise the buyback option. The guaranteed buyback shall be without limiting conditions such as leasing or purchasing a new unit at the end of the buyback period. If any conditions exist they shall be stated fully in the bid proposal.
QTY DESCRIPTION GUARANTEED VALUE 1 END OF 5 YEARS 1 END OF 6 YEARS 1 END OF 7 YEARS 1 END OF 8 YEARS
TRADE IN
*It will be city option to accept or decline trade in values. Call to make appointment to view the Jetter truck between 7:30am and 3:00pm. Phone (989) 725-0556 Ask for Dan
**The miles and hours are approximate
PROPOSAL PAGE 2
Dated and signed at ______ State of ___________________________
day of , 20 .
_____________________________ Bidder Witness: /s/ By /s/ _____________________________ Business Address _____________________________ Signature _____________________________ Title _____________________________ Telephone Number
ALTERNATE TAX EXEMPT LEASE PURCHASE
As an alternate to the cash purchase bid the City will evaluate proposals for a lease purchase option. The lease will qualify as a tax-exempt obligation for federal income tax purposes. Lease is subject to annual appropriations of governing body. In order to readily facilitate comparisons the lease should be structured as follows:
• A capital lease with a bargain purchase option at the end of the lease term for one dollar. • A triple net lease (lessee responsible for operation/maintenance, insurance and applicable taxes • Any documentation, transaction or other fees to be included as interest cost when calculating money
factor or APR • Term of lease to be five years • Payments calculated as paid in advance (annuity due) • Title to vehicle shall pass to lessee upon execution of lease with first security to lessor and appropriate
UCC filings if deemed necessary The undersigned, having examined the bid forms, specifications, and lease structure does hereby submit the following capital lease bid: A periodic payment of $__________ (annual/quarterly/monthly) paid in advance. Total number of payments ___________. Processing, transaction or other fees of $__________. A money factor of___________ with an APR including fees as an interest component of _________%. The bargain purchase option price at the end of the lease term of $________. The total of all payments per unit including interest, fees, and purchase option is $____________. _______________________________ _________________________________ BIDDER AUTHORIZED SIGNATURE _______________________________ _________________________________ ADDRESS TITLE _______________________________ _________________________________ PHONE NUMBER DATE
The following affidavit should be completed for a bidder located within Shiawassee County or intends to sub-contract more than twenty-five percent (25%) to a Shiawassee County based business:
AFFIDAVIT In accordance with Section 2-348 of the Owosso City Code the bid from a business located in the City of Owosso or Shiawassee County shall be adjusted to reflect a preference. In order for the City to calculate the adjustment, the bidder hereby deposes and states that their business address is registered, and are currently paying real and/or personal property taxes in Shiawassee County at the following address: ________________________________________________________________________________________ Business Address The affiant further deposes and states that a sub-contract with a business registered, and paying real and/or personal property taxes in Shiawassee County will be executed for a percentage equal to or greater than twenty-five percent (25%) as stated below: ________________________________________________________________________________________ Business Address of Sub-Contractor ______________________________ Percentage of Contract
LEGAL STATUS OF THE BIDDER The Bidder shall fill out the appropriate form and strike out the other. 1.A corporation duly organized and doing business under the laws of the State of ____________________________ for whom bearing official title of whose signature is affixed to this proposal, is duly authorized to execute contracts. 2.A partnership, all of the members of which, with address are: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 3. An individual whose signature is affixed to this proposal. Dated and signed at State of ___________________ this day of , 20 . _____________________________ Bidder _____________________________ _____________________________ Witness Business Address _____________________________ Telephone Number _____________________________ Signature _____________________________ Title
Please note section 14.b. Your insurance must name City of Owosso as an insured party.
GENERAL CONDITIONS 1. LOCAL PREFERENCE POLICY The City of Owosso has a local preference policy for the purchase of goods and services. The policy in
part states: A business located within the city limits and paying real or personal property taxes to the City of Owosso will be granted a 6% bid advantage or $2,500, whichever is less, over a business located outside Shiawassee County. A business located outside the city limits but within Shiawassee County and paying property taxes to the County will be granted a 3% bid advantage or $2,500, whichever is less, over a business located outside Shiawassee County. The preference also applies to subcontractors performing 25% or more of the work of a general contract.
2. BID ACCEPTANCE
The City reserves the right to reject any or all proposals. Unless otherwise specified, the City reserves the right to accept any item in the proposal. In case of error in extending the total amount of the bid, the unit prices shall govern.
3. PAYMENT
Unless otherwise stated by the Bidder, time, in connection with discount offered, will be computed from date of delivery and acceptance at destination or from date correct bill or claim voucher properly certified by the Contractor is received. When so stated herein, partial payments, based on a certified approved estimate by the City of materials, supplies or equipment delivered or work performed, may be made upon presentation of a properly executed claim voucher. The final payment will be made by the City when materials, supplies, equipment or the work performed have been fully delivered or completed to the full satisfaction of the City.
4. BID DEFAULT
In case of default by the Bidder or Contractor, the City of Owosso may procure the articles or services from other sources and hold the Bidder or Contractor responsible for any excess cost occasioned thereby.
5. UNIT PRICES
Prices should be stated in units of quantity specified. 6. QUOTED PRICES
Unless otherwise stated by the Bidder, prices quoted will be considered as being based on delivery to designated destination and to include all charges for packing, crating, containers, shipping, etc., and being in strict accordance with specifications and standards as shown.
7. SPECIFIC SPECIFICATION
Wherever a reference is made in the specifications or description of the materials, supplies, equipment, or services required, to a particular trade name, manufacturer's catalog, or model number, the Bidder, if awarded a contract or order, will be required to furnish the particular item referred to in strict accordance with the specifications or description unless a departure or substitution is clearly noted and described in the proposal.
8. HOLD CITY HARMLESS
The Bidder, if awarded an order or contract, agrees to protect, defend, and save the City harmless against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either order or contract, and he further agrees to indemnify and save the City harmless from suits or action of every nature and description brought against it, for or on account of any injuries or damages received or sustained by any party or parties, by or from any of the acts of the Contractor, his servants, or agents.
9. COMPETITIVE BIDDING STATUTES
The laws of the State of Michigan, the Charter of the City of Owosso, and all City ordinances insofar as they apply to the laws of competitive bidding, contracts and purchases, are made a part hereof.
10. SAMPLES
Samples, when requested, must be furnished free of expense to the City and if not destroyed, will upon request be returned at the Bidder' expense.
11. BONDS
If so stipulated in the Advertisement, all proposals must be accompanied by a Bid Bond or Cashiers Check on a solvent bank, payable to the City of Owosso. If so required in the bid documents, a Performance Bond and Labor and Material Bond in the amounts stated in the bid documents, shall be on file with the City Engineer prior to commencement of work. The City will determine the amount and sufficiency of the Sureties.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
1
G.V.W.:
66,000 pounds
DIESEL ENGINE:
6 cylinder inline minimum
7.2Liter displacement minimum
300 H.P. minimum at 2,200 rpm
800 FT/LB. of torque @ 1440 RPM
Heavy duty dual element air cleaner with restriction gauge
Cross-flow radiator at least 830 sq. in. copper/brass w/additional cooling capacity
Anti-freeze protection to thirty degrees below zero
Coolant hose: Gates blue stripe hoses where possible
Constant torque clamps on coolant hoses 1 inch inside diameter or larger
Soft cruise control
Magnetic drain plug
TRANSMISSION:
Allison automatic MD3066P 6-speed automatic electronic with heavy duty external transmission cooler
Transmission interface connector: provide transmission interface connector P.E.D. 12010975 under dash
Shift lever: electronic, transmission tunnel/floor mounted
Two transmission oil coolers: (1) water-to-oil, (1) air-to-oil
Transmission rear support
Magnetic drain plug
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
2
FRAME:
243 inch wheel base
174 inches cab to axle
After rear axle extension 90 inches minimum
Steel rails (120,000 p.s.i.)
Section modulus 27.0 / 3,400,000 r.b.m.
Frame: 3/8”x 3-3/16”x 10-1/4” or larger steel
Outer frame reinforcement: ¼”x 3-7/16”x 10-3/4” or larger steel C-channel
End frame: cut square
Midship cross member: steel C-Channel w/bolted construction
Rear most cross member: standard
Suspension cross member: locate forward cross member 54.24” forward of the tandem
centerline 3” rearward of a standard location
Frame clearance for Chelsea 859 PTO
FRONT AXLE AND SUSPENSION:
Set back axle package
20,000 pounds axle
Front suspension: flat leaf, 20,000#
Spring pin bushings: bronze
Front wheel seals - oil lubricated type
Heavy duty power steering pump, 2 quart reservoir with an oil-to-air cooler
TRW-TAS-65 steering gear with W/RCS55 auxiliary steering gear
Front shock absorbers
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
3
REAR AXLE AND SUSPENSION:
6.43 rear axle ratio
46,000 pound capacity minimum
Power divider (air operated)
Rear axle carrier housing, iron w/heavy duty axles
Main drive line: Dana Spicer 1710 HD w/half-round yokes
Interaxle driveline: Dana Spicer 1710 HD w/half-round yokes
Rear suspension, 46,000# Hendrickson RT463
Rear suspension ride height: 7.19”
Rear axle spacing: 52” minimum
Steel beams and bronze center bushings w/bar pin adjustable end connections
Rear suspension control rods: fore/aft
FUEL TANKS:
RH fuel tank: 55 gallon, rectangular steel
LH Fuel tank 55 gallon, rectangular steel
Fuel tank location: forward
Alliance fuel/water separator with heated bowl and indicator light
In tank fuel level senders
EXHAUST SYSTEM:
Vertical cab mounted muffler with heat shield and 90 degree outlet elbow
Exhaust height 10’3”
Muffler shield: cab mounted thermal/reflective heat shield
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
4
BRAKES:
Dual air brake system for straight trucks
Anti-lock braking system: Meritor-Wabco-4 sensor/4 modulator
Brake valves; standard relay valve w/3-4.5 PSI
Rear service brake valve: combo ABS w/4 PSI crack pressure
13.2 C.F.M. Bendix air compressor with governor
16.5” x 6” Q plus with 20 cubic inch chambers, Cam-type front with dust shields
16.5” x 7” Q plus with 30 cubic inch chambers, S Cam-type rear with dust shields
4 Parking brake chambers on rear tandems
Under dash hung brake pedal
Bendix AD-9 air dryer w/heater frame mounted
Air tank drain valves: petcocks on all air tanks
All slack adjusters to be auto adjust type
WHEELS AND TIRES:
Front wheels: 22.5x12.25 steel acc HP10 (2) painted white
Front tires Michelin XTE2, 425/65R 22.5, 20 Ply (2) preferred
Front hubs, Iron, oil lubricated seal type
Rear wheels: 22.5x8.25 steel acc HP10 (8) painted white
Rear tires Michelin XDN 11R22.5, 14 Ply (8) preferred
Rear hubs: con met aluminum
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
5
CAB EXTERIOR:
Cab: 101” BBC conventional steel
Cab mounts: rubber
Grab handles: LH/RH
Grille: painted plastic, hood mounted
One piece fiberglass tilting hood and fenders
Headlights-single round w/o bezel
Dual stainless steel west coast 16” x 7” mirrors door mounted
Aux mirrors LH/RH 5.5 bright finish convex mounted below primary mirrors
Full galvanizing painted bright red
Front fender extensions: 5 inch
CAB INTERIOR:
Standard interior trim
Windshield wipers with intermittent control and washers
Left and right sun-visors
High output heater with defrosters and A/C
Driver’s seat-air suspension with isolation, high back with lumbar support, 2 inch travel,
embossed vinyl, standard color
Passenger seat - low back, non-suspension, embossed vinyl, standard color
Seat belts: 3 point adjustable D-ring retractor, driver and passenger
Coat hook(s)
Floor mats vinyl with single insulation
Tinted glass (all)
Door-operated dome light
Dual exterior grab handles
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
6
In cab throttle control electronic for manual warm-up
Fixed steering column with 18” two-spoke steering wheel
Under dash hung brake pedal
VEHICLE ELECTRICAL:
12 Volt 1900 Total C.C.A. maintenance free batteries
12 Volt, 130 amp. Alternator with integral regulator minimum
Class A front directional, marker lights
Dual stop and tail lights with turn signals and reflectors
Halogen sealed beam headlamps
Turn signals self canceling type
Hazard switch
Backup lights with electric alarm
Five rooftop mounted marker lights
Electric horn
Volt meter
Hour meter
Electronic tachometer
Speedometer
Fuel, Oil pressure and coolant temperature gauges
High water temperature/low oil pressure warning light and buzzer with engine shut down
system
AM/FM stereo radio
CB accommodation package
Cigar lighter
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
7
VACUUM & HIGH-PRESSURE WATER SYSTEM CONTROLS:
All vacuum and high-pressure water jet operation controls, front-end hose reel mounted.
Debris body dump controls curbside mounted well clear of discharge area.
Vacuum tube boom shall hydraulically move vertically and horizontally, telescoping a
minimum of 20 feet from side of the truck, controlled by means of a remote push-button
pendant and also a front mounted “joy stick” control located at the front operator station.
Controls must be mounted on each side of the hose reel.
Controls must include, hose reel rotation and speed, high pressure water jet pump on/off
switches, hose reel telescope/retract switches, pneumatically operated reel rotation lock
switches, vacuum system engage/disengage switches, chassis engine throttle controls, water
pump excessive pressure warning lights. Chassis engine tachometer and low water warning
lights for potable water tanks.
Hose distance counter measured in feet with push button reset
Front and rear panel mounted water pressure gauges
FRONT MOUNTED TELESCOPING HIGH PRESSURE WATER HOSE REEL:
Hose reel shall telescope a minimum of 15 inch on the centerline axis of the unit.
The entire hose reel assembly shall pivot on this centerline axis on a large diameter ball
bearing a minimum of 270 degrees rotation with dual controls.
The 270 degrees will consist of 135 degrees on each direction of centerline of the reel.
The hose reel will rotate about the reel assembly centerline so the reel shall never extend
beyond the truck width.
The hose reel must include a pneumatically actuated lock which will positively lock the reel in
any position within the 270 degree range.
Reel capacity shall be a minimum of 800 feet of 1 inch diameter high pressure hose
Must provide 600 feet of 1 inch inside diameter high pressure sewer water jet hose
Hose provided must have a working pressure rating of 2500 P.S.I. with a burst pressure rating
of 6250 P.S.I.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
8
The hose reel shall have an inside diameter of no less than 30 inches
Hose reel shall be power driven both forward and reverse by hydraulic motor with controls
incorporating a flow control device to regulate rotational speed of the reel in both directions
All controls for operating the hose reel and water jet pump will be mounted on front and rear
panels of this reel
A swivel joint must be incorporated between the pump and the reel
The reel assembly shall be mounted on an independent frame, which can be removed from
brackets attached permanently to the truck frame
The hose shall roll off the reel at a 90 degree angle to the length of the truck in order to
facilitate cleaning easements
AIRTIGHT DEBRIS CHAMBER:
15 cubic yards, 2500 gallons liquid measure minimum
Overall truck height not to exceed 11’ 9” with empty water and debris tank
Body shall be steel frame constructed with an adequately reinforced all steel enclosure of at
least 3/16” thick, made from corrosion/abrasion resistant steel plate
All materials used shall have a minimum yield point of 50,000 PSI
All materials used shall have a minimum tensile strength of 70,000 PSI
All body joints shall be made air and dust tight
Body to have a float device with exterior indicator to show when debris body is full
A 5” knife type drain valve with 20 foot of roll flat type discharge hose mounted on the rear
door to allow drainage of debris liquids
To minimize material being discharged to atmosphere; the centrifugal compressor shall draw
air from two separate ports in the debris body
To eliminate over filling, two stainless steel float balls mounted inside the debris chamber on
the air discharge side
High-pressure water washout system provided to rinse the debris body at a fully raised height
Double acting hydraulic dump cylinder, to raise debris body to 50-degree dump angle
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
9
Dump controls shall be located on the right side, well forward of the dumping area
The water tanks shall remain stationary and not rise with debris body
Rear door of debris body shall be flat with hydraulic powered open and close
Rear door shall be full width, hinged at the top with seal for water/air tightness.
Rear door shall have four (4) hydraulic locks for positive locking closed
Debris shall enter at top forward portion of debris body straight through to a wear plate on the
rear door
To minimize debris loading obstructions the upper debris tube shall not exceed 6 feet into the
debris body
Debris body shall be equipped with a hydraulic powered liquid pump off system for use under
debris vacuuming conditions.
Trash pump shall be a hydraulic 3 inch submersible trash pump minimum
Trash pump bowl and impeller to be non-corrosive and pump 450 GPM @ 15’ minimum
Trash pump to be cage protected and mounted in the forward section of the debris body,
height from floor to be adjustable.
Trash pump gate valve on discharge pipe mounted outside of debris body.
3 inch X 30 foot of “roll flat type” trash pump discharge hose with hose storage rack.
VACUUM COMPRESSOR:
Dual stage, dual 38-inch diameter, lightweight aluminum centrifugal vacuum fans with
chrome hardened and tapered impellers.
Dual fans must be fully riveted and balanced construction.
No welded construction of fan components accepted.
Vacuum compressor fans to be helical gear driven with a fluid coupler via the auxiliary
engine for soft fan starts.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
10
No belt, “power band” or truck chassis engine hydraulic drive compressor fans
accepted.
¼ inch thick minimum, high strength steel spun constructed dual fan housings.
Vacuum compressor housings to have 2-inch drain pipe fittings with drain hose for
cleanout, one per housing section.
Vacuum compressor must be capable of 0 to 8000 C.F.M. airflow at rated full load.
Vacuum compressor must be capable of 200 G.P.M. of negative water pressure at rated full
load
Cyclone dust separator and cleanout to be chassis mounted in-line between debris tank and
vacuum compressor housing.
VACUUM PICKUP HOSE AND BOOM:
Pickup hose shall be mounted and stored on front bumper at front mounted workstation
All connections between debris body and vacuum system will be of pressure fitting type.
The boom assembly and vacuum hose will remain stationary and will not rise with debris
body while dumping.
The upper debris tube shall consist of an anchored steel tube and elbow
The boom shall include a true telescopic tube, which will extend and retract without
affecting the steel elbow or raise/lower debris hose position
All hose/tube shall be 8 inch inside diameter
Aluminum pipe sections with quick clamp connectors shall be furnished in sufficient
lengths to allow cleaning to a depth of 30 feet
Two halogen boom work lights must be provided with a front reel control panel operating
switch
The boom shall be operated by an electric over hydraulic system
The lift and swing movements shall be accomplished by hydraulic cylinder actuated means
Gear type rotations are not preferred due to maintenance considerations
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
11
The vacuum hose will be mounted to a boom that will rotate a minimum of 180 degrees
and provide a full 90 degrees to each side
The boom shall extend to a minimum of 20 feet as measured from centerline to either side
of the unit
Supply boom coverage diagram with bid
The boom shall be 6 way, hydraulically driven up, down, left, and right, extend and retract
All boom movements shall be controlled by a remote pendant control to hydraulically
power swing, lift and extend cylinders.
A 6-way joystick boom control shall also be provided on the front of the hose reel control
panel
A heavy duty frame mounted cab guard shall be provided mounted behind cab
HIGH PRESSURE SEWER JETTING WATER PUMP:
Pump shall consist of a hydraulic driven, single piston type pump
Pump rated design capacity of 0-80 G.P.M.
A certification from pump manufacturer for continuous duty must be provided
Working pressure as measured at the nozzle shall be 1600 P.S.I. at 80 G.P.M. and 2300
P.S.I. at 35 G.P.M. This flow variation shall be accomplished by changing nozzle sizes
only and not require any alteration to the water pump
Pump shall be mounted below potable water supply tanks to insure proper gravity feed to
the pump and eliminate the possibility of pump cavitations
Engagement of pump system shall be controlled via transmission “Hot-Shift” P.T.O.
Controls shall be furnished at the front work station whereby the operator can start and/or
stop the pump at will from the control panel at the front of the truck without changing the
speed of the driving engine or having to disengage the in-cab P.T.O.
Engine “kill” switch disabling with engine under load not acceptable
Pump cycling time approximately 5 seconds at 80 G.P.M. is required
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
12
This cycle time shall be provided to give the water pump a built-in jack hammer effect to
assist breaking through obstructions
A power storing 2 ½ gallon nitrogen accumulator shall be provided to allow for a
continuous pressure when desired for general purpose sewer cleaning
Maximum working pressure while utilizing pulsation not to exceed 2500 P.S.I.
The high-pressure pump will be designed so as no damage will occur if run at normal
operating speed without water for 30 minutes.
A certification from the pump manufacturer must be provided for this
The water pump will be used to purge residual water out of the water system by pumping
air through the entire water system for freezing weather storage.
Drain plugs will be provided in the bottom of the water pump for complete cold weather
draining freeze protection
POTABLE WATER TANKS:
Tanks must be certified metered capacity of 1500 gallons.
Certification of capacity will be necessary upon delivery
The water tanks shall be manufactured from non-corrosive material, aluminum or stainless
steel is acceptable tank materials.
The tank material shall require no internal coatings and must be repairable if patching is
ever required.
Tanks shall be easily removed from the unit to provide complete access to the truck chassis
for maintenance purposes.
Tanks shall be adequately vented and connected to provide complete filling.
A 6-inch connection between all tanks shall be provided.
All water tanks to be mounted at or below the sub frame of the unit thus providing the best
possible lower center of gravity.
Water tanks shall be located beginning directly behind the cab of the truck and ending at
the very rear of the unit, thus providing the best possible weight distribution.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
13
Water tanks shall be totally separate from the debris tank and provide no structural support
or common walls.
Water tanks shall come equipped with an anti-siphon device valve on the fresh water inlet,
3-inch water filter screen, a valve on the inlet piping, 26 foot of hydrant fill hose with
fittings. (2½ AKRON-N.H. or equivalent )
A water level sight gauge shall be provided.
A warning light shall be activated on the front and rear control panels when 250 gallons or
less water remain in the supply tanks.
Water tanks shall carry a 10-year unconditional warranty against corrosion, cracking, heat
damage or distortion.
COLD WEATHER RECIRCULATION:
This system shall be designed to operate the high pressure water jet pump independently of
the truck for purposes of circulating water to prevent freezing
The minimum water flow required independent of transport speed shall be 20 G.P.M.
continuous
The recirculation shall be through the entire water jet system including jet hose with return
to tank
The system shall be hydraulically powered utilizing the auxiliary engine to power the
hydraulics
System shall contain all necessary items such as hoses, fittings, valves, check valves,
hydraulic pump and any other modifications necessary for the complete operation
VACUUM SYSTEM ENGINE:
The auxiliary engine used to drive the centrifugal vacuum compressor shall be a heavy duty
industrial type, liquid cooled, 6 cylinder, minimum 359 cubic inch turbo charged and after
cooled diesel.
The engine shall be equipped with automatic shutdown systems for low oil pressure and/or
high water temperature.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
14
The auxiliary engine control panel shall be located curbside no more than five feet above
ground.
The control panel shall consist of the following, engine ignition, tachometer, water temp
gauge, oil pressure gauge, voltmeter and an hour meter.
The gauges on the auxiliary engine control panel shall be lighted or panel lighting
provided.
The entire auxiliary vacuum engine shall be enclosed in an insulated noise-deadening
shroud.
The operating noise level shall not exceed 80 D.B.A. at 50 feet.
The noise-deadening shroud shall be on roller tracks allowing the shroud to easily be pulled
away from the engine providing complete engine access.
Heavy panels requiring removal will not be acceptable.
Coolant: anti-freeze protection to 30 below zero F.
CATCH BASIN MANHOLE CLEANING SYSTEM:
For purposes of allowing for final cleanup of sewer structures, and/or the machine, a hand
held water jet cleanup system shall be provided
This system shall operate from the high pressure water pump and supply tanks
A minimum of 20 G.P.M.at 600 P.S.I. must be provided
25 feet of heavy-duty 1/2 inch diameter high pressure jetting hose and a pistol grip jetting
nozzle will be furnished
AUX ELICTRICAL:
The entire electrical system must be vapor sealed to eliminate moisture damage and
complies to NEMA (National Electric Manufacturing Association) standards
A rear tailgate mounted lighted arrow board capable of both left and/or right signal flashing
with inside-cab controls must be provided
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
15
TOOL BOXES:
A tool box on the left side of the chassis of approximately 16 inch deep X 46 inch long X
14 high in size shall be provided
A tool box on the right side of the chassis of approximately 22 inch deep X 65 inch long X
12 inch high in size shall be provided
A left front bumper mounted tool box of approximately 10 inch deep X 18 inch long X 12
inch high in size shall be provided
All tool box cover doors must be lockable with all lock cylinders using a single key
HYDRAULIC TOOL CIRCUIT:
Hydraulic circuit shall be powered by the auxiliary engine hydraulic pump
Pump circuit to have adjustable flow in the range of 4-16 G.P.M. at 2000 P.S.I.
Circuit shall include a 100 mesh size oil suction strainer, 18,000 B.T.U./ hour oil cooler, 10
micron return line filtration and HTMA flat face quick couplers located at auxiliary engine
control panel
ACCESSORIES:
May have been mentioned before and shall be furnished with the machine
2 potable water inlet stainless steel filter screens
1 small and 1 large nozzle skid
2 leader hoses with a built in swivel end fitting, 1 inch inside diameter X 25 foot long
1 hand held manhole inspection light with a 30 foot coiled cord and bumper plug, bumper
plugs mounted at front and rear of truck chassis
Directional rear flashing arrow board mounted on debris tank tailgate, in cab controls
2 Whelen 1200D amber lens strobe type flashing warning lights, 1 center rear
tailgate mounted, 1 driver side cab guard mounted, fused with in cab switch control
3 tool boxes, left, right and front bumper mounted
2 front and 2 rear tow hooks
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
16
30 feet of 8 inch diameter suction tube with quick attach clamps
Storage racks for at least 30 foot of suction tubes
Tube storage racks, fold down type right and left side mounted accessible from ground
level
Hydro-Excavation Vacuum Tube (i.e. Jake-A-Vator)
A five foot three nozzle wand with thirty foot of hose, for high-pressure dirt removal. (i.e.
Earth Quaker Plus).
NOZZLES:
2 general purpose hardened alloy steel nozzles with 6 rear jets drilled at a 60 degree angle,
3 jets forward drilled at a 20 degree angle, 15-60 G.P.M. at 2000 P.S.I. (i.e. Sewer
Equipment Co. part # Pilz R1”)
1 standard nozzle made of wear-resistant, hardened steel, and large wall thickness, to have
8 rear ceramic jets, 4 at 30 degree and 4 at 45 degree and 1forward ceramic jet. (i.e. ENZ
USA Inc Catalog # 300.100EI). Plus nine extra M8 ceramic inserts.
1 type 40 GRENADE-BOMB with connecting thread of one inch, and ten rear jets five at
10 degrees and five at 30 degrees. (i.e. ENZ USA Inc Catalog # 42.100A). Plus ten extra
M10 ceramic inserts five Jet Max and five Fan Jet.
1 type 40 GRENADE-BOMB with connecting thread of one inch, and ten rear jets five at
10 degrees and five at 30 degrees. . (i.e. ENZ USA Inc Catalog # 40.100B). Plus ten extra
M10 ceramic inserts.
1 type 60 Chisel point with connecting thread of one inch, and four forward jets at 15
degrees and six rear jets at 20 degrees. (i.e. ENZ USA Inc Catalog # 60.100). Plus ten extra
M6 ceramic inserts.
1 type 02 RotoJet HRH with connecting thread of one inch, and three rear jets, and four
rotating jets. (i.e. ENZ USA Inc Catalog #02.060). Plus seven extra M8 ceramic inserts.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
17
1 type 02 RotoJet HRH with connecting thread of one inch, and three rear jets, and four
rotating jets. (i.e. ENZ USA Inc Catalog # 02.100A). Plus seven extra M10 JetMax ceramic
inserts.
1 type 04 Rotojet KBR with connecting thread of one inch, and three rear jets, and four
rotating jets. (i.e. ENZ USA Inc Catalog # 04.060). Plus seven extra M8 ceramic inserts.
1 surface cleaner Turbo nozzle. (i.e. ENZ USA Inc Catalog # 18.040). Plus two extra M6
ceramic inserts.
1 set of insert sockets (i.e. ENZ USA Inc Catalog # 09.100U).
PAINT:
Exterior surfaces of catch basin cleaner and jet rodder machine to be painted red
The aluminum or stainless steel water tanks shall be polished and remain unpainted
Truck cab to be painted red
The truck chassis may be factory original black
The surfaces to be painted shall be thoroughly cleaned of all dirt, rust and oil or grease
immediately prior to the application of all primers and paints
MANUALS:
One set of complete and comprehensive operators, maintenance, and parts manuals shall be
furnished with each unit. The manuals must include operating instructions, maintenance
schedules, instructions for completing maintenance items, and necessary illustrations,
drawings, or photographs required for clarity. The parts manual must include parts lists and
part numbers with illustrations in sufficient detail to allow easy ordering of replacement
parts for the truck, auxiliary engine and all attached equipment.
As built line sheet with part numbers for all components of truck and all attached
equipment.
SEWER JET AND VAC TRUCK
SPECIFICATIONS COMPLY EXCEPTION
18
WARRANTIES:
Truck chassis, manufacturer’s standard new truck warranty
Vacuum compressor/fan housings, 5 year unprorated minimum
Water tanks, 10 years unprorated minimum
Other basic unit major components, 1 year minimum
If the truck and or components need to be repaired under warranty a loaner truck is to be
provided at no expense to the City of Owosso.
OTHER:
Delivery date 60-90 days after receipt of order
19
EXPLAIN EXCEPTIONS -