Loading...
HomeMy WebLinkAbout2014 Sewer Vacuum Truck: Invite BidCITY OF BOZEMAN, MONTANA INVITATION TO BID NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for the: CITY OF BOZEMAN SEWER VACUUM TRUCK Sealed bids for the City of Bozeman’s Sewer Vacuum Truck Purchase will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. mountain standard time, July 1, 2014 and then publicly opened and read aloud. Please write the name of the project: Sewer Vacuum Truck on the front of the sealed bid. The physical address is: City Clerk’s Office, Suite 202, City Hall, 121 N. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk’s Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. Tuesday, July 1, 2014. Original copies must be submitted – no faxed of electronic bids will be accepted. Bids will be opened and read following the close of bids. The purchase is detailed in the Instructions to Bidders, Bid Specifications, Bid Form, and Purchase Agreement. Further requirements for this project including the Instructions to Bidders, Bid Specifications, Bid Form, and Purchase Agreement may be obtained at the office of the City Clerk, City Hall, 121 North Rouse, Suite 102, Bozeman, Montana 59771, telephone number (406) 582-2320, by e-mail at agenda@bozeman.net, or interest parties may down the project requirements at www.bozeman.net under the “Business” tab, and the RFP/BID drop down menu. As required by the Instructions to Bidders, any entity submitting a bid under this invitation must sign and return the required affirmation stating that they will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of the work under this invitation should it be awarded to that entity. Each entity submitting under this invitation shall also recognize in writing the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatment of the Contractor’s employees and to all subcontracts. Also as required by the Instructions to Bidders, each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the bid. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, July 1, 2014. The City reserves the right to reject any or all bids received, to waive informalities, to postpone the award for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the City. Dated at Bozeman, Montana, this 10h day of June, 2014 Stacy Ulmen, CMC City Clerk, City of Bozeman Published Bozeman, Montana Sunday, June 15th, 2014 Sunday, June 22nd, 2014 1 INSTRUCTIONS TO BIDDERS (City of Bozeman Sewer Vacuum Truck Purchase) BID DOCUMENTS: The bid documents for the City of Bozeman Sewer Vacuum Truck Purchase include the Invitation to Bid, this Instruction to Bidders, the Bid Specifications, the Bid Form, and the Purchase Agreement. BIDS: All bids must be legibly written in ink. No alterations by erasures or interlineations will be permitted in bids or in the printed forms. Each bid shall be enclosed in a sealed envelope addressed to: Bozeman City Clerk, PO Box 1230 Bozeman, Montana 59771, or physically delivered to the address on the Invitation to Bid and endorsed on the outside of the envelope with the words: Sewer Vacuum Truck Purchase. Bids shall be strictly in accordance with the prescribed Bid Form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the bid being submitted may be rejected as irregular. Each Bidder must return a signed Bid Form incorporating as Exhibit 2 a copy of the Bid Specifications indicating on each line item of equipment or required service whether the Bidder can provide the equipment/service shown in that category or whether the Bidder can provide similar equipment or required service meeting the listed equipment or required service and indicating the details of the alternative equipment or required service. The City reserves the right to reject any alternative equipment or required service. Each bid shall indicate the total bid price. The price quoted in a bid shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the completed SEWER VACCUM TRUCK PURCHASE pursuant to the Bid Specifications. It is the intention of the Bid Specifications to provide for and require a complete SEWER VACCUM TRUCK PURCHASE of the type prescribed in the Bid Specifications and ready for operation by the City. Any items omitted from the Bid Specifications which are clearly necessary for the completion and operation of such equipment and its appurtenances shall be considered a portion of such equipment although not directly specified or called for in the Bid Specifications. All parts shall be new. In all cases, materials must be furnished as specified. Acceptance of delivery of the SEWER VACUUM TRUCK PURCHASE shall not release the successful contractor from liability for faulty design, workmanship or materials appearing even after final payment has been made. The City reserves the right and shall be at liberty to inspect all materials and workmanship at any time during the manufacturing process and shall have the right to reject all materials and workmanship which do not conform to the specifications. However, the City is under no duty to make inspection, and if no inspection is made, the chosen contractor shall not be relieved of any obligation to furnish materials and workmanship strictly in accordance with specifications. BID SECURITY: To be considered, the bid must be accompanied by a bid security unconditionally payable to the City of Bozeman for ten percent (10%) of the total amount of the bid and attached as Exhibit 1 on the Bid Form. Each Bidder shall expressly covenant in the bid that if the Bidder is awarded the bid, the Bidder will, within thirty (30) days after the bid is awarded, enter into a Purchase Agreement with the City of Bozeman in substantially the same form as shown on the Purchase Agreement. Bid 2 security must be provided in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier’s check, bank draft, bid bond, guaranty bond, or surety bond. Bid security through a bid, guaranty or surety bond must be issued by a surety company authorized to do business in the State of Montana. The bid security protects and indemnifies the City against the failure or refusal of the successful Bidder to timely enter into the Purchase Agreement. SIGNATURE OF BIDDERS: Each bid must be signed in ink by the Bidder with the Bidder’s full name and business address or place of residence. If the Bidder is a firm or partnership, the name and residence of each member must be inserted. If the bid is submitted by or in behalf of a corporation, it must be signed in the name of the corporation by a corporate official authorized to bind the corporation and who shall also affix the corporate seal of the corporation to the bid. Any bid by a corporation signed by a person other than a corporate officer must be accompanied by a power of attorney showing that person’s authority to sign for the corporation. ONLY ONE PROPOSAL: No Bidder may submit more than one bid. Two bids under different names will not be received from one firm, partnership, association, or corporation. RESPONSIBILITY OF AGENT: Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of authority to so sign. TITLE: The position title of any person executing the bid or Agreement shall be clearly indicated beneath the signature. RESPONSIBLE BIDDER: Bidder is not deemed a responsible bidder if Bidder is delinquent in payment of property taxes or special improvement district assessments within the City of Bozeman for at least six (6) months. Any Bidder required by the Bozeman Municipal Code to have a general business license in the City of Bozeman must obtain such license before a bid can be awarded to a bidder. EXAMINATION OF SPECIFICATIONS: Before submitting a bid, each Bidder should examine the Bid Specifications, these Instructions to Bidders, the Bid Form, and the Purchase Agreement thoroughly and become familiar with federal, state, and local laws, ordinances, rules, and regulations that may, in any manner, affect the cost or delivery of the goods. INTERPRETATION OF CONTRACT DOCUMENTS: If any person contemplating submission of a bid for the proposed Purchase Agreement is in doubt as to the true meaning of any part of the specifications, that person may submit a written request to the City for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed purchase agreement will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving the specifications. TIME OF COMPLETION: The time of delivery of the goods to be purchased is a basic consideration of the contract. It is necessary that each Bidder satisfy the City of the Bidder’s ability to deliver the goods being purchased within the stipulated time. ADDENDA: If applicable, any addenda issued during the time of bidding, or forming a part of the specifications provided to Bidder for the preparation of Bidder’s proposal, shall be covered in the bid and shall be made a part of the Purchase Agreement. Receipt of each addendum shall be acknowledged in the bid. Any bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. WITHDRAWAL OF BID: No Bidder may withdraw any bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. Prior to that time, Bidder may 3 withdraw a bid by written request. The request to withdraw a bid must be signed in the same manner and by the same person or persons who signed the bid. ACCEPTANCE AND REJECTION OF BIDS: The City reserves the right to accept or reject the bids in the best interest of the City. The City reserves the right to waive informalities and irregularities in any bid submitted, to reject non-conforming, non-responsive or conditional bids, to correct arithmetic errors without changing unit price, and postpone awarding of the Purchase Agreement for a period not exceeding sixty (60) days. AWARD OF BID: If the bid is to be awarded, City will award the bid to the responsible Bidder whose bid is responsive and conforms to all material terms and conditions of the bidding documents and proposed Purchase Agreement, is lowest in price, is in the best interest of the project, and other factors considered. The award will be based on the lowest responsive cumulative base bid plus any added alternate schedules the City determines to include with the project. If the bid is awarded, the award will be made within the period specified in the Purchase Agreement. The successful Bidder will be notified by letter mailed to the address shown on the bid that the bid has been accepted and that Bidder has been awarded the bid. CANCELLATION OF AWARD: The City reserves the right to cancel the award of any bid at any time before the complete execution of the Purchase Agreement by all parties without any liability against the City. EXECUTION AND APPROVAL OF AGREEMENT: The Purchase Agreement shall be signed by the successful Bidder and returned within the time shown on the bid. If the Purchase Agreement is not executed by the City within fifteen (15) days following receipt from Bidder of the signed Agreement, Bidder has the right to withdraw the bid without penalty. The Purchase Agreement is not effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT: Failure to execute the Purchase Agreement shall be just cause for annulment of the award. In the event of such annulment, the bid guarantee shall be forfeited to the City, not as a penalty, but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder, or the project may be re-advertised as the City may decide. PAYMENT: Payment for all goods purchased under the Purchase Agreement will be made by the City within the time period specified in and in accordance with the procedures outlined therein. NON-DISCRIMINATION: In accordance with law, each entity submitting a bid shall affirm on the form provided by the City that the Bidder shall not discriminate in the performance of the work called for in the Bid Specifications on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability, with regard to, but not limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, or rendition of services. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from the City of Bozeman unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. City of Bozeman, Montana Water/Sewer Department Bid Specifications and Bid Form *Note: your bids must be submitted on this form.* Bid Specifications for one (1) New 2014 or newer Sewer Vacuum Truck The Sewer Vacuum Truck described herein shall be new 2014 or newer production and be fully functional and shall be in first class running condition upon delivery. All parts and accessories which are required to compose a complete unit shall be furnished whether herein stipulated or not. Unless otherwise noted in these specifications, all equipment cataloged as standard shall be furnished and included in the purchase price of the unit. Any changes from Standard features must be shown on the manufacturer’s specification sheet that must be included in the bid. The City of Bozeman reserves the right to accept or reject any or all bids for any reason determined to be in the best interest to the City of Bozeman. The Sewer Vacuum Truck must be one that the City of Bozeman has owned or has had an onsite demonstration with the equipment at our facility. We will not consider bids of brands we have never owned or demonstrated. The complete truck must be delivered on site within nine (9) months of the order date. Delivery charges will be included in final bid price. Section 1 General The truck shall be a fully functioning sewer vacuum truck capable of using high pressure water to remove common debris found in storm and sanitary sewers including sand, gravel, grease and root masses. Any component not included in this bid specification that is required to provide a fully functional unit must be included. Also, any feature or component that is "standard" to the manufacturer’s truck or that appears to be standard per brochures or other information provided must be included in the unit unless otherwise specified in this bid. Yes __________ No __________ Exceptions ___________________________________ Section 2 Sub Frame The equipment shall be of modular design consisting of vacuum system, water tanks system, debris body and drive system. Yes __________ No __________ Exceptions ___________________________________ A sub frame shall be fabricated to the exact dimensions of the truck chassis for mounting of modular components. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 2 All components of the module shall attach to the sub frame and not directly to the chassis. Yes __________ No __________ Exceptions ___________________________________ Sub frame shall be designed to ASME standards for maximum applied loads; chassis frame movement and even distribution of weight to the chassis and suspension. Yes __________ No __________ Exceptions ___________________________________ Sub frame shall be continuous and uninterrupted from back of cab to end of frame. Yes __________ No __________ Exceptions ___________________________________ Section 3 Debris Body The body shall be cylindrical having a minimum usable liquid capacity of twelve (12) cubic yards. Yes __________ No __________ Exceptions ___________________________________ The body shall be capable of high dump height of sixty inches (60”); dump height of sixty inches (60”) must be achieved without the use of scissor lift mechanism. Yes __________ No __________ Exceptions ___________________________________ The debris storage body shall be constructed with a minimum one forth inch (1/4”) corrosion and abrasion resistant Ex-Ten steel. Yes __________ No __________ Exceptions ___________________________________ The debris storage body shall have a minimum yield point of fifty thousand (50,000) PSI and a minimum tensile strength of seventy thousand (70,000) PSI. Yes __________ No __________ Exceptions ___________________________________ Body shall have a rear door that is hinged at the top and is equipped with a replaceable neoprene type seal; adjustable for periodic compensation of door seal wear. Yes __________ No __________ Exceptions ___________________________________ Dual outward mounted rear door props shall be included as standard to prevent operator from entering door swing path when engaging rear door prop. Yes __________ No __________ Exceptions ___________________________________ For optimal particulate separation, vacuum shall be drawn from separate ports in the top of the debris body. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 3 Body shall be dumped by raising the body to a fifty (50) degree angle utilizing a forward mounted, double acting hydraulic dump cylinder. Yes __________ No __________ Exceptions ___________________________________ Dump controls, accessory controls, e-stop control shall be provided at a central curb side location directly behind the cab of the truck. Yes __________ No __________ Exceptions ___________________________________ For stability and safety, dumping must be accomplished while the pivot point of the body remains fixed to the sub frame. Yes __________ No __________ Exceptions ___________________________________ Industrial style rear debris body door shall be flat, and shall open and close hydraulically by cylinders mounted at the top of the body; door shall open fifty (50) degrees from the fully closed position; door shall be unlocked, opened, closed, and locked by a failsafe hydraulically activated sequential positive locking system; cam operated by a single hydraulic cylinder with all controls located behind truck cab; forward of the debris body so operator is not subject to sewage when dumping. Yes __________ No __________ Exceptions ___________________________________ Debris body shall have a body flush out system with a fan-type spray nozzle located in the front wall of the debris body to aid in the flushing of heavy debris; the nozzle shall also utilize two (2) spray nozzles to flush the front most area of the debris body; system must produce a flow of eighty (80) GPM; control valve shall be on the curb side of the unit. Yes __________ No __________ Exceptions ___________________________________ Body shall have a float type automatic shut-off system protecting the fan system with two (2) ten inch (10”) stainless steel shut-off balls located in the debris body; each float ball housing shall be within a non corrosive slide-out screen assembly and be accessed without the use of tools. Yes __________ No __________ Exceptions ___________________________________ The debris body shall be equipped with a rear door drain to drain off excess liquids with an internal screen to prevent large solids from passing; a manually operated six inch (6”) knife valve with cam-lock coupler and twenty five feet (25’) of lay flat hose having cam lock quick connects shall be included at this location. Yes __________ No __________ Exceptions ___________________________________ Debris body shall have four hundred fifty (450) GPM, three inch (3”) submersible trash pump, externally mounted in the forward body wall, with two and a half inch by twenty five feet (2 ½” x 25’) lay-flat hose, hose storage basket and three inch (3”) shutoff lever gate valve; system shall be turned on/off with selector valve at curbside controls. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 4 Four (4) dual vertical (cyclone) centrifugal separators shall be installed in-line between the debris body and the air mover, two (2) per side for each debris body discharge port; each dual separator shall include large fallout chamber cleanout door. Yes __________ No __________ Exceptions ___________________________________ Minimum of five (5) vacuum tubes shall be stored on curbside storage racks to minimize operator exposure to traffic side of unit; shall include quick release retainer handles, no bungees or clamps. Yes __________ No __________ Exceptions ___________________________________ A curbside, folding three (3) pipe rack shall be provided, constructed of steel tubing, spring assisted; shall include quick release retainer handles, no bungees or clamps Yes __________ No __________ Exceptions ___________________________________ A street side, folding three (3) pipe rack shall be provided, constructed of steel tubing, spring assisted; shall include quick release retainer handles, no bungees or clamps Yes __________ No __________ Exceptions ___________________________________ Two (2) pipe storage racks curbside waist level. Yes __________ No __________ Exceptions ___________________________________ A splash shield shall be mounted around the lower sixty percent (60%) of door opening to direct liquid and debris away from the chassis; shield shall be minimum ten inches (10”) deep bolted assembly with no openings. Yes __________ No __________ Exceptions ___________________________________ A lubrication manifold system shall be provided to allow ground level greasing of boom lift and swing cylinders, float level indicator, top rear door hinges and debris body hoist cylinder pins. Yes __________ No __________ Exceptions ___________________________________ A ten inch (10”) valve with three inch (3”) vent to atmosphere, electrically activated, air operated valve debris body vacuum relief system shall be located in the inlet of the vacuum system to allow the venting of the tank and relieve vacuum at the debris intake hose. Yes __________ No __________ Exceptions ___________________________________ A debris inlet deflector distributing load evenly in debris body shall be included. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 5 Section 4 Water Tanks The water tanks shall be manufactured from a non-corrosive material to prevent rust yet still provide for maximum strength. Yes __________ No __________ Exceptions ___________________________________ The water tank material shall require no internal coating and shall be repairable if patching is required. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall be easily removed from the sub-frame to provide complete access to the truck chassis for maintenance purposes. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall be adequately vented and connected to provide complete filling. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall be totally separate from the debris tanks and provide no structural support. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall share no common walls with the debris tanks to prevent corrosion. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall come equipped with an anti-siphon device with two inch (2”) male cam- lock attached and twenty five feet (25') of hydrant fill hose and with two inch (2”) female cam-lock ends on both ends of hose. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall carry a ten (10) year warranty against corrosion or cracking; exceptions of requirement shall be explained in detail accompanied with detailed engineering drawings. Yes __________ No __________ Exceptions ___________________________________ All water tanks shall be fully baffled to form maximum compartment storage of one hundred fifty (150) gallons for each compartment. Yes __________ No __________ Exceptions ___________________________________ The water tank shall be located for the lowest possible center of gravity while providing one hundred percent (100%) gravity flooded intakes to water pump. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 6 Fresh water shall enter the tanks through an in line six inch (6") air gap, all aluminum covered anti-siphon device. Yes __________ No __________ Exceptions ___________________________________ Water level sight tubes of non-yellowing plastic shall be installed on both tanks. Yes __________ No __________ Exceptions ___________________________________ The sides of these water tanks shall not extend more than forty eight inches (48") out from the centerline of the truck chassis. Yes __________ No __________ Exceptions ___________________________________ A fresh water drain system shall be provided to completely drain the fresh water system from one location utilizing a three (3) drain port and plug. Yes __________ No __________ Exceptions ___________________________________ A minimum six inch (6") connection between tanks shall be provided. Yes __________ No __________ Exceptions ___________________________________ The water tanks shall not elevate with debris body during dump cycle. Yes __________ No __________ Exceptions ___________________________________ A low water alarm with light at the operator station shall alert operator when water storage has one hundred fifty (150) gallons remaining. Yes __________ No __________ Exceptions ___________________________________ A hydraulic oil high temperature light and alarm shall be provided. Yes __________ No __________ Exceptions ___________________________________ A three inch (3”) in-line "Y" trap strainer shall be located at inlet of water tank fill air-gap. Yes __________ No __________ Exceptions ___________________________________ A three inch (3”) in-line "Y" trap Monel stainless steel strainer shall be located between the water cells and water pump. Yes __________ No __________ Exceptions ___________________________________ A three inch (3") gate valve shall be provided at water pump. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 7 Water tank must be a certified metered capacity of one thousand five hundred (1500) gallons. Yes __________ No __________ Exceptions ___________________________________ Water tanks shall be constructed of one eights inch (1/8") aluminum with baffled compartments maximum one hundred fifty (150) gallons each. Yes __________ No __________ Exceptions ___________________________________ Liquid Float Level Indicator shall be provided. Yes __________ No __________ Exceptions ___________________________________ Section 5 Vacuum/Vacuum Drive System Vacuum shall be provided by compressing air within a two-stage thirty eight inch (38") diameter centrifugal compressor. Yes __________ No __________ Exceptions ___________________________________ Compressor fans to be constructed of non-corrosive material. Yes __________ No __________ Exceptions ___________________________________ Each centrifugal compressor fan shall be constructed of non-corrosive, hardened one quarter inch (1/4") chrome blades. Yes __________ No __________ Exceptions ___________________________________ Centrifugal compressor shall be warranted against corrosion for five (5) years. Yes __________ No __________ Exceptions ___________________________________ The outer housing shall be constructed of one quarter inch (1/4") spun steel. Yes __________ No __________ Exceptions ___________________________________ Compressor housing shall be equipped with a fan flush out system drain not exceeding two inches (2") diameter. Yes __________ No __________ Exceptions ___________________________________ Complete compressor and housing assembly shall be warranted against materials and workmanship for five (5) years. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 8 Hydrostatic drive system that shall include an electronic controlled variable displacement hydrostatic pump producing up to three hundred (300) Bar. Yes __________ No __________ Exceptions ___________________________________ The compressor hydrostatic drive system shall utilize electronic controls located at the front operator station; the system shall be controlled on/off with a switch that may be engaged or disengaged at any operating speed. Yes __________ No __________ Exceptions ___________________________________ The compressor controls will have a speed selection switch at the operator station to control compressor speed; manual levers on the hydrostatic pump to control compressor speed will not be accepted. Yes __________ No __________ Exceptions ___________________________________ The centrifugal compressor should be driven direct through a helical gear type step-up transmission drive with a step-up ratio of two (2) to one (1). Yes __________ No __________ Exceptions ___________________________________ Hydraulic shut off valves shall be provided at the suction, return and filter lines to permit servicing of the hydraulic system. Yes __________ No __________ Exceptions ___________________________________ The drive shaft shall be supported via ball bearings and gears. Yes __________ No __________ Exceptions ___________________________________ Compressor shall be driven from a closed loop hydrostatic drive system utilizing available chassis power via split-shaft transfer case; the transfer case shall drive a variable displacement hydrostatic pump to energize a closed loop. Yes __________ No __________ Exceptions ___________________________________ The pump shall be mounted directly to the split shift transfer case; the pump will have a B10 life rating of ten thousand (10,000) hours continuous duty. Yes __________ No __________ Exceptions ___________________________________ The hydraulic motor powering the compressor shall be a bent axis, bi-directional motor; motor speed shall not exceed two thousand five hundred (2,500) RPM. Yes __________ No __________ Exceptions ___________________________________ The hydrostatic drive system shall utilize electronic soft start speed control to manage ramping speed. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 9 The control system shall provide a mode selection switch to control the compression drive in low vacuum, combination mode and full vacuum settings. Yes __________ No __________ Exceptions ___________________________________ The gear drive should attach directly to the rotor shaft without the use of multiple stage V-belts or jack shafts. Yes __________ No __________ Exceptions ___________________________________ The gears and bearings shall be lubricated with splash lubrication system, requiring no manual greasing. Yes __________ No __________ Exceptions ___________________________________ The drive system shall not utilize pillow block bearings. Yes __________ No __________ Exceptions ___________________________________ Section 6 Vacuum Boom System Vacuum hose shall be designed for front operation with hose mounted and stored at front mounted work station; front mounted location is required for ease of positioning vacuum hose as well as minimizing need for operator to swing hose into traffic. Yes __________ No __________ Exceptions ___________________________________ All connections between debris body and vacuum system will be of the self-adjusting pressure fitting type. Yes __________ No __________ Exceptions ___________________________________ Vacuum hose will remain stationary and not rise with debris body. Yes __________ No __________ Exceptions ___________________________________ Upper debris tube shall consist of an anchored steel tube and elbow. Yes __________ No __________ Exceptions ___________________________________ A sub-frame mounted cab guard shall be mounted behind cab with boom rest cradle. Yes __________ No __________ Exceptions ___________________________________ All vacuum pipes shall be connected to vacuum pick up tube and extension pipes by adjustable over-center quick clamps to join the aluminum flanges on pipes. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 10 One (1) quick clamp for each pipe supplied shall be provided. Yes __________ No __________ Exceptions ___________________________________ Boom pedestal shall be directly mounted to module sub-frame. Yes __________ No __________ Exceptions ___________________________________ Boom support used for travel mode shall not interfere with access or require removal to tilt hood forward. Yes __________ No __________ Exceptions ___________________________________ A control station shall be equipped with control switches for all directions as well as a safety emergency shut-down button, which shall automatically eliminate power to boom. Yes __________ No __________ Exceptions ___________________________________ The vacuum boom shall have a heavy-duty flexible hose assembly joining the transition pipe to the debris body, and a seventy (70) degree elbow and five and one half (5½) heavy duty hose at the suction end of the boom. Yes __________ No __________ Exceptions ___________________________________ Boom shall rotate one hundred eighty (180) degrees and shall be operated by an electric over hydraulic system; lift and swing movements shall be actuated by hydraulic cylinders. Yes __________ No __________ Exceptions ___________________________________ The horizontal inner steel vacuum tube and inner box beam boom section shall telescope (tube within tube, box beam within box beam) and retract a minimum of eight feet (8') without affecting the vertical position of the pick-up tubes, and shall be located at the front work station in its retracted position, providing two hundred twenty seven inches (277") minimum reach off the longitudinal axis of unit. Yes __________ No __________ Exceptions ___________________________________ Boom shall be fully controlled by a remote push button pendant control station with twenty five foot (25’) cable; controls to include up/down, left/right, in/out boom functions, vacuum relief, e- stop and main power switch. Yes __________ No __________ Exceptions ___________________________________ A joystick for hydraulic control of the boom shall be installed on hose reel front panel. Yes __________ No __________ Exceptions ___________________________________ Removable four inch (4") diameter storage "Post" to stabilize the lower boom hose during transport; storage device shall not interfere with raising hood. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 11 A cordless remote boom control system equipped to activate boom functions, throttle, water pump on/off, hose reel in/out, hose reel speed, vacuum relief on/off and emergency disengagement e-stop shall be provided. Yes __________ No __________ Exceptions ___________________________________ A rotatable inlet hose for telescopic boom shall be provided. Yes __________ No __________ Exceptions ___________________________________ A detailed engineering drawing must be supplied showing the relationship of the hose reel in relation with the vacuum boom range of motion; drawing shall show module mounted on chassis, full arc of vacuum hose both retracted and extended, full rotation of arc for hose reel in the extended position and dimension all arc lengths of vacuum boom retracted and extended; drawing shall highlight intersection areas whereby combination cleaning is possible within full arc on telescoping boom system. Yes __________ No __________ Exceptions ___________________________________ Section 7 Water Pump and Drive For most efficient use of horsepower and reduced fuel consumption, high pressure rodder pump shall be hydraulically driven via one (1) load sensing utility pump, one (1) variable displacement pump and one (1) fixed displacement pump. Yes __________ No __________ Exceptions ___________________________________ Hydraulic powered rodder pump via twin variable displacement hydraulic pumps and one (1) fixed displacement utilizing two (2) ten (10) bolt PTO's. Yes __________ No __________ Exceptions ___________________________________ High pressure water pump shall be rated capable of continuous delivery of eighty (80) GPM at two thousand five hundred (2500) PSI; submit manufacturer support documentation. Yes __________ No __________ Exceptions ___________________________________ High-pressure water (rodder) pump system shall allow front-mounted controls for operation of three (3) modes: one (1) Low flow range zero to twenty two (0-22) GPM; two (2) medium-flow range, twenty two to sixty (22-60) GPM/two thousand five hundred (2500) PSI; and three (3) high-flow range: sixty (60) up to eighty (80) GPM/two thousand five hundred (2500) PSI. Yes __________ No __________ Exceptions ___________________________________ Digital flow meter shall be displayed in front LCD display; flow meter shall be capable of displaying system flow in all pump operating modes; a low water alarm shall be provided. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 12 This hydraulic drive system shall allow variation of water pump speed independent of required vacuum drive speed within maximum drive engine speed of one thousand seven hundred sixty (1760) RPM. Yes __________ No __________ Exceptions ___________________________________ Variable flow systems routing water back-to-tank are not considered equal due to additional wear, horsepower and fuel consumption; any deviation from this drive requirement should have full explanation of horsepower consumption. Yes __________ No __________ Exceptions ___________________________________ Water (rodder) pump shall include smooth and pulsation operation mode feature. Yes __________ No __________ Exceptions ___________________________________ When required to assist nozzle breaking through obstructions, water pump "pulsation mode" shall provide a forward-acting nozzle surge; pulsation surge wave shall allow nozzle to punch forward two inch (2") to eighteen inch (18") depending on flow dynamics and length of hose in sewer pipe. Yes __________ No __________ Exceptions ___________________________________ Water pump location shall provide a flooded gravity suction inlet to eliminate potential cavitations damage. Yes __________ No __________ Exceptions ___________________________________ An oil to water heat exchanger will be provided in the water system to cool all hydraulic fluids on the unit. State horsepower requirement to operate hydraulics at full speed: Yes __________ No __________ Exceptions ___________________________________ The water pump shall provide precise zero to eighty (0-80) GPM controlled flow at variable pressure up to two thousand five hundred (2500) PSI. Yes __________ No __________ Exceptions ___________________________________ An extreme cold weather recirculation system - minimum twenty five (25) GPM via transmission PTO at chassis engine idle speed. Yes __________ No __________ Exceptions ___________________________________ A hydro-pneumatic nitrogen charged accumulator system shall be provided with all control valves, piping and hoses for either continuous flow or jackhammer rodding; accumulator shall be a two point five (2.5) gallon capacity and one thousand four hundred (1400) to two thousand five hundred (2500) PSI pressure rating. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 13 Two (2) one half inch (1/2") high pressure ball valves shall be provided for draining the water pump and flushing sediment from the bottom of the pump. Yes __________ No __________ Exceptions ___________________________________ A nozzle rack accommodating three (3) nozzles shall be provided in curbside toolbox; the nozzles shall be labeled on storage rack for pipe size/flow and application. Yes __________ No __________ Exceptions ___________________________________ System shall be relieved to protect operator. Yes __________ No __________ Exceptions ___________________________________ Handgun shall be supplied that allows for changing of flow pattern from a fine mist to a steady stream. Yes __________ No __________ Exceptions ___________________________________ Handgun shall come equipped with quick connect couplers. Yes __________ No __________ Exceptions ___________________________________ An additional one inch (1") water relief valve shall be provided. Yes __________ No __________ Exceptions ___________________________________ A mid-ship quick disconnect handgun couplers shall be provided. Yes __________ No __________ Exceptions ___________________________________ Front and rear quick disconnect handgun couplers shall be provided. Yes __________ No __________ Exceptions ___________________________________ Hydro-Excavation Package/Retractable Reel with fifty foot by three eights inch (50' x 3/8") Hose, Hydro excavation Handgun and Plumbing; water system shall allow precise variable flow control range of zero to twenty two (0-22) GPM at two thousand five hundred (2500) PSI with digital flow meter in clear view of adjustment control. Yes __________ No __________ Exceptions ___________________________________ A water pump hour meter shall be provided. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 14 Section 8 Hose Reel Hose reel assembly shall be direct frame mounted. Yes __________ No __________ Exceptions ___________________________________ Hose reel assembly shall be mounted on an independent frame that can be removed from brackets attached permanently to front of main truck frame members. Yes __________ No __________ Exceptions ___________________________________ Reel will be manufactured out of one quarter inch (1/4") spun steel for added structural strength and shall require no internal or external reinforcements that could damage rodder hose. Yes __________ No __________ Exceptions ___________________________________ Hose reel shall be driven by adjustable gear reduction chain and sprocket assembly. Yes __________ No __________ Exceptions ___________________________________ Hose reel shall operate at full rotational speed while chassis engine is at idle. Yes __________ No __________ Exceptions ___________________________________ Hydraulic Telescoping Rotating Hose Reel – eight hundred foot (800') capacity of one inch (1") hose shall be provided. Yes __________ No __________ Exceptions ___________________________________ The front mounted hose reel shall telescope fifteen inches (15") forward down centerline of truck. Yes __________ No __________ Exceptions ___________________________________ Entire reel assembly shall rotate two hundred seventy (270) degrees on a large diameter ball bearing. Yes __________ No __________ Exceptions ___________________________________ Hose reel shall include a dual locking device to positively lock reel in any position across operating range. Yes __________ No __________ Exceptions ___________________________________ The hose reel shall rotate about the reel assembly centerline so the reel shall never extend beyond the truck width; reel coverage diagram shall be submitted with bid. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 15 Controls shall be accessible on both sides of the hose reel, allowing operator to work at either side of unit for safety purposes. Yes __________ No __________ Exceptions ___________________________________ Eight hundred foot by 1 inch (800' x 1") Piranha Sewer Hose/two thousand five hundred (2500) PSI shall be provided. Yes __________ No __________ Exceptions ___________________________________ An air-cylinder actuated pinch-roller shall exert downward pressure across full width of reel to retain hose on reel when encountering nozzle blockages. Yes __________ No __________ Exceptions ___________________________________ A hose footage counter shall be supplied to indicate the amount of hose travel within pipe. Yes __________ No __________ Exceptions ___________________________________ Digital footage counter displaying absolute and relative footage values shall be provided; system must be capable of resetting relative value to ensure operator safety; accuracy to within one percent (1%) of actual distance; large easy to read LCD screen, large keypad with sealed membrane switches that are easily activated,Nema-4 Moisture Sealed Enclosure ,Solid State Circuitry ,Dimensions: five and five eights by three and three eights by three sixteenth (5 5/8 X 3 3/8 X 3/16), LCD display area: three point zero by two point two (3.0 X 2.2) Yes __________ No __________ Exceptions ___________________________________ Section 9 Wash Down Equipment A spring retractable storage reel for handgun hose shall be provided to allow the operator to deliver water to area served by pick up hose and to the inside of the debris body for clean out; reel shall be mounted mid-ship on curbside, equipped with one half by fifty foot (1/2 x 50') two thousand (2000) PSI hose; an additional thirty five feet (35') of one half inch (1/2") hose with quick disconnect couplers shall be supplied loose. Yes __________ No __________ Exceptions ___________________________________ Hand sprayer with adjustable spray-pattern to be provided with trigger-style gun. Yes __________ No __________ Exceptions ___________________________________ Section 10 Front Operating Station and Controls Primary operator station will be located at front of truck on right curb side of hose reel. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 16 All front operator controls shall be accessible while operating either front or rear side of reel assembly; all operations to either side of unit shall position operator in front of vehicle affording protection from oncoming traffic. Yes __________ No __________ Exceptions ___________________________________ Station shall include truck engine throttle, water pump (on/off), water pump mode, water pump flow meter, hose reel control valve (forward/reverse), adjustable hose reel speed control, oil dampened water pressure gauge, boom controls, digital water pump flow meter, and low water warning light. Yes __________ No __________ Exceptions ___________________________________ Tachometer and hour meter for chassis engine provided at control station shall be provided. Yes __________ No __________ Exceptions ___________________________________ All Hydraulic Functions - Color Coded, Sealed Electric/Hydraulic NEMA four (4) switches shall be provided. Yes __________ No __________ Exceptions ___________________________________ Fan Engagement/Vacuum Relief - Sealed Electric/Air NEMA four (4) Switch shall be provided. Yes __________ No __________ Exceptions ___________________________________ Water pump hour meter shall be provided. Yes __________ No __________ Exceptions ___________________________________ PTO hour meter shall be provided. Yes __________ No __________ Exceptions ___________________________________ A temperature light and alarm shall be provided; light and alarm will be activated when hydraulic temperature reaches one hundred eighty (180) F. Yes __________ No __________ Exceptions ___________________________________ Section 11 Electrical and Safety Lighting The entire system shall be vapor sealed to eliminate moisture damage, "Nema-4" type or equal. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 17 Vansco Electronic Package: Chassis Tachometer, Auxiliary Engine Tachometer, Operating Mode, PTO Mode, Hydraulic Oil Temperature shutdown, and E-Stop shall be included; E-Stop activation must turn off rodder pump, shutdown PTO A & B, set chassis throttle to idle, & open vacuum relief; E-stop must be located at each operator interface; including front/rear hose reel controls, pendant control, & dump control location; basic machine functions and both chassis and module diagnostics shall be provided. Yes __________ No __________ Exceptions ___________________________________ All electrical connections shall be void of exposed wires or terminals nor should they be painted; paint process shall be completed prior to installation of wiring. Yes __________ No __________ Exceptions ___________________________________ All wiring shall be color-coded and encased in conduit to scaled terminal boxes with circuit breakers. Yes __________ No __________ Exceptions ___________________________________ All light bulbs shall be shock mounted. Yes __________ No __________ Exceptions ___________________________________ All other lights required by State and Federal Laws. Yes __________ No __________ Exceptions ___________________________________ A pistol grip hand light with bumper plug and twenty five foot (25') coiled cord shall be provided. Yes __________ No __________ Exceptions ___________________________________ Operator station work lights shall be provided Yes __________ No __________ Exceptions ___________________________________ Hose reel manhole work lights shall be provided Yes __________ No __________ Exceptions ___________________________________ Two (2) LED boom work lights shall be provided. Yes __________ No __________ Exceptions ___________________________________ LED work light at mid-ship curbside shall be provided. Yes __________ No __________ Exceptions ___________________________________ Two (2) LED rear door work lights shall be provided Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 18 LED lights, clearance, back-up, stop, tail and turn shall be provided. Yes __________ No __________ Exceptions ___________________________________ Six (6) LED light system; two (2) mirror mount strobes, two (2) mid-ship, two (2) rear mount oval LED quad flash strobes; Part numbers include Federal Signal 607101-02, Target Tech 601601 and Target Tech 416104. Yes __________ No __________ Exceptions ___________________________________ Signal – Master Direction Arrow Stick one (1) piece eight (8) LED rear lights; Federal Signal part numbers 320795 and 320782. Yes __________ No __________ Exceptions ___________________________________ Section 12 – Safety Equipment E-stop shall be located at each operator interface location; standard locations to include: front hose reel, mid-ship curbside dump controls, & wireless controller (if equipped.) Yes __________ No __________ Exceptions ___________________________________ Electrical system controls shall be configured to allow for single point operation only; upon engagement of controls at specified locations, additional controls shall be disabled. Yes __________ No __________ Exceptions ___________________________________ Electrical system must enable self-check to ensure all switches are in home position prior to critical function enablement; system must "lock out" controls when switch is not in home position Yes __________ No __________ Exceptions ___________________________________ Rear work lights shall be activated upon engagement of reverse gear. Yes __________ No __________ Exceptions ___________________________________ One (1) Emergency Flare Kit shall be provided Yes __________ No __________ Exceptions ___________________________________ Seven Inch (7") dash monitor, two (2) camera system shall be provided; a front hose reel color camera with one hundred thirty (130) degree viewing angle shall be provided to provide a front visual of the manhole cover to aid in equipment set-up; a rear back-up color camera with one hundred thirty (130) degree viewing angle shall be provided; camera to have automatic activation when the unit is switched to reverse. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 19 Section 13 – Sewer Tools and Accessories One (1) thirty (30) sand nozzle Yes __________ No __________ Exceptions ___________________________________ One (1) thirty (30) degree sanitary nozzle Yes __________ No __________ Exceptions ___________________________________ One (1) fifteen (15) degree penetrator nozzle Yes __________ No __________ Exceptions ___________________________________ One (1) one inch (1") small finned nozzle pipe skid Yes __________ No __________ Exceptions ___________________________________ Section 14 – Vacuum Tools and Accessories One (1) eight inch by three foot (8" x 3') aluminum pipe Yes __________ No __________ Exceptions ___________________________________ Two (2) eight inch by five foot (8" x 5') aluminum pipe Yes __________ No __________ Exceptions ___________________________________ One (1) eight inch by six foot six inch (8" x 6'6") catch basin tube Yes __________ No __________ Exceptions ___________________________________ Four (4) eight inch (8") quick clamps Yes __________ No __________ Exceptions ___________________________________ Section 15 – Chassis Equipment and Storage Two (2) front tow hooks shall be provided. Yes __________ No __________ Exceptions ___________________________________ Two (2) rear tow hooks shall be provided. Yes __________ No __________ Exceptions ___________________________________ One (1) aluminum toolbox behind cab Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 20 One (1) aluminum toolbox with nozzle storage and dump controls mounted curbside shall be provided. Yes __________ No __________ Exceptions ___________________________________ Two (2) eighteen inch by sixteen inch by twelve inch (18”x16”x12”) aluminum toolbox at front bumper shall be provided. Yes __________ No __________ Exceptions ___________________________________ One (1) twenty four inch by twenty four inch by twenty four inch (24"x24"x24") aluminum toolbox mounted street side shall be provided. Yes __________ No __________ Exceptions ___________________________________ Section 16 – Module Finish Painting of the module shall be with a DuPont Imron Elite Polyurethane Enamel Top Coat. Application is to be a wet top coat applied to a wet unsanded primer base. Yes __________ No __________ Exceptions ___________________________________ Module will be Dupont N4636 Blue and truck cab to be white. Yes __________ No __________ Exceptions ___________________________________ Section 17 – SBA Conventional Truck GVWR sixty six thousand (66,000) pounds. Yes __________ No __________ Exceptions ___________________________________ Sloped Hood. Yes __________ No __________ Exceptions ___________________________________ Designed for Vacuum Tank. Yes __________ No __________ Exceptions ___________________________________ Cab to axle shall be a minimum of one hundred ninety three inches (193”); chassis supplier to provide actual layout of chassis configuration. Yes __________ No __________ Exceptions ___________________________________ Section 18 - Engine Minimum eight point nine liter (8.9L) SCR 2013 EPA emission engine. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 21 Horse Power shall be three hundred seventy pound (370lb)/one thousand two hundred fifty foot (1250ft) torque. Yes __________ No __________ Exceptions ___________________________________ Fuel filter shall be Water separator FS1003 with water in fuel sensor Yes __________ No __________ Exceptions ___________________________________ Fuel cooler for single fuel tanks. Yes __________ No __________ Exceptions ___________________________________ Immersion block heater one hundred twenty volt (120V) one thousand watt (1000W) with plug under door. Yes __________ No __________ Exceptions ___________________________________ Alternator shall be Bosch one hundred sixty (160) amp brush type. Yes __________ No __________ Exceptions ___________________________________ Batteries shall be two (2) GP31 Threaded post one hundred (100) CCA each for a minimum of two thousand (2000) CCA starting. Yes __________ No __________ Exceptions ___________________________________ Starter shall be twelve (12) volt electrical system. Yes __________ No __________ Exceptions ___________________________________ Multi-function engine connector for body builder. Yes __________ No __________ Exceptions ___________________________________ Air compressor shall be eighteen point seven (18.7) CFM or equal. Yes __________ No __________ Exceptions ___________________________________ Air cleaner shall be engine mounted Yes __________ No __________ Exceptions ___________________________________ Fan Hub shall be two (2) Speed Horton or equal. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 22 Section 19 - Cooling module: Radiator shall be minimum one thousand three hundred (1300) square inches Yes __________ No __________ Exceptions ___________________________________ Radiator shall have bug screen on front of grille Yes __________ No __________ Exceptions ___________________________________ Section 20 - Exhaust: Shall be on Right hand side under cab SCR with right hand SOC vertical tailpipe. Yes __________ No __________ Exceptions ___________________________________ Tailpipe shall be five (5) inch single eighteen (18) inch forty five (45) degree curved. Yes __________ No __________ Exceptions ___________________________________ Section 21 - Transmission: Shall be Allison three thousand (3000) RDS six (6) Speed with PTO Drive Gear. Yes __________ No __________ Exceptions ___________________________________ Torque Converter included with Allison Transmission. Yes __________ No __________ Exceptions ___________________________________ Allison fifth (5th) Generation RDS package one hundred seventy two (172) for three thousand (3000). Yes __________ No __________ Exceptions ___________________________________ Driveline shall be three (3) MED duty two (2) center bearings. Yes __________ No __________ Exceptions ___________________________________ Chassis shall have clearance for left hand and right hand transmission PTO. Yes __________ No __________ Exceptions ___________________________________ Shall have severe service rear transmission support. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 23 Allison Vocational Package 223. Yes __________ No __________ Exceptions ___________________________________ Allison Vocational rating for on/off highway applications available with all product families Yes __________ No __________ Exceptions ___________________________________ Primary mode gears, lowest gear one (1), start gear one (1), highest gear six (6). Yes __________ No __________ Exceptions ___________________________________ Secondary mode gears, lowest gear one (1), start gear one (1), highest gear six (6). Yes __________ No __________ Exceptions ___________________________________ Vehicle interface wiring and PDM with body builder connector at end of frame. Yes __________ No __________ Exceptions ___________________________________ Customer installed Chelsea 277 series PTO. Yes __________ No __________ Exceptions ___________________________________ PTO mounting shall be left hand side of main transmission. Yes __________ No __________ Exceptions ___________________________________ Magnetic plugs, engine drain, transmission drain, axle(s) fill and drain. Yes __________ No __________ Exceptions ___________________________________ Push button electronic shift control shall be dash mounted. Yes __________ No __________ Exceptions ___________________________________ Transmission prognostics. Yes __________ No __________ Exceptions ___________________________________ Water to oil transmission cooler in radiator end tank. Yes __________ No __________ Exceptions ___________________________________ Section 22 - Front Axle: twenty thousand pounds (20,000lbs) Dana Spicer D2000 Front Axle rated at twenty thousand (20,000) or equal. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 24 All steer axle components meet or exceed requested axle rating. Yes __________ No __________ Exceptions ___________________________________ Front brake shall be twenty two thousand pounds (22,000Ibs) Bendix sixteen and one half inch by six inch (16-1/2”x6”); Brake assembly shall be ES s-cam or equal. Yes __________ No __________ Exceptions ___________________________________ Front Brake Drum shall be twenty thousand pounds (20,000Ibs) sixteen and one half inch by six inch (16-1/2x6”) cast. Yes __________ No __________ Exceptions ___________________________________ Front Hub shall be twenty thousand pounds (20,000Ibs) iron hub pilot. Yes __________ No __________ Exceptions ___________________________________ Front low maintenance hub package; Dana Spicer or equal with vented hubcap. Yes __________ No __________ Exceptions ___________________________________ Front auto slack adjuster. Yes __________ No __________ Exceptions ___________________________________ Front Springs taper leaf twenty thousand (20,000) with shock absorbers. Yes __________ No __________ Exceptions ___________________________________ Dual power steering gear; twenty thousand (20,000) dual. Yes __________ No __________ Exceptions ___________________________________ Power Steering Cooler shall be radiator mounted air to oil. Yes __________ No __________ Exceptions ___________________________________ Front frame raised one inch (1”). Yes __________ No __________ Exceptions ___________________________________ Section 23 - Rear Axle: forty six thousand pounds (46,000lbs) heavy wall axle housing Dual Dana Spicer D46-170HP rear axle rated at forty six thousand (46,000) or equal. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 25 Axle housing must be a minimum of one half inch (1/2”) thick at spring seat. Yes __________ No __________ Exceptions ___________________________________ All drive axle components meet or exceed requested axle rating. Yes __________ No __________ Exceptions ___________________________________ Rear Axle Ratio shall be six point eight three (6.83). Yes __________ No __________ Exceptions ___________________________________ Dual Rear Brakes shall be sixteen and one half by seven inch (16-1/2x7”) to forty six thousand (46,000). Yes __________ No __________ Exceptions ___________________________________ Dual Rear Brake Drums shall be cast. Yes __________ No __________ Exceptions ___________________________________ Dual Rear Hubs shall be iron hub pilot to forty six thousand (46,000). Yes __________ No __________ Exceptions ___________________________________ Longer studs for aluminum wheels with steel hub pilot wheels. Yes __________ No __________ Exceptions ___________________________________ Dual rear low maintenance hub package Dana or equal. Yes __________ No __________ Exceptions ___________________________________ Dual Rear axle automatic slack adjusters. Yes __________ No __________ Exceptions ___________________________________ Spring Brake three thousand thirty (3030) high output dual. Yes __________ No __________ Exceptions ___________________________________ Bendix 4S/4M anti-lock brake system or equal. Yes __________ No __________ Exceptions ___________________________________ Rear suspension shall be Hendrickson RT463 forty six thousand (46,000) fifty four inch (54”) axle spacing; six inch (6”) saddle height Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 26 Shall have steel beam and barpin bushing. Yes __________ No __________ Exceptions ___________________________________ Section 24 - Tires & Wheels: Front tires shall be Bridgestone M860 315/80R22.5 20PR rated to meet or exceed minimum axle rating or equal. Yes __________ No __________ Exceptions ___________________________________ Rear tires shall be Bridgestone M726EL 11R22.5 14PR or equal. Yes __________ No __________ Exceptions ___________________________________ Rear tire quantity shall be eight (8) tires. Yes __________ No __________ Exceptions ___________________________________ Front wheel shall be Alcoa twenty two point five by nine (22.5x9) aluminum hub pilot rated ten thousand pounds (10,000LB). Yes __________ No __________ Exceptions ___________________________________ Rear wheels shall be Alcoa twenty two point five by eight point two five (22.5x8.25) outer wheels; inner wheels shall be Accuride 50408PKRPW white twenty two point five by eight point two five (22.5x8.25) steel or equal. Yes __________ No __________ Exceptions ___________________________________ Rear wheel rim quantity shall be eight (8) Yes __________ No __________ Exceptions ___________________________________ Section 25 - Frame: Frame rails steel shall be ten and five eighths by three and one half by five sixteenth inch (10- 5/8 x 3-1/2 x 5/16”). Yes __________ No __________ Exceptions ___________________________________ Shall have full steel inserts for frame rail. Yes __________ No __________ Exceptions ___________________________________ Delete front bumper. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 27 Custom frame layout shall be provided to body builder. Yes __________ No __________ Exceptions ___________________________________ Cantilever style battery box shall be located on the left hand back of cab. Yes __________ No __________ Exceptions ___________________________________ Battery box to be mounted as close to left hand fuel tank as possible. Yes __________ No __________ Exceptions ___________________________________ Square end of frame Yes __________ No __________ Exceptions ___________________________________ Special frame drilling drawing to be provided by body manufacture mounting. Yes __________ No __________ Exceptions ___________________________________ Front mud flaps shall be installed. Yes __________ No __________ Exceptions ___________________________________ Aluminum non-polished right hand DPF/SCR cover. Yes __________ No __________ Exceptions ___________________________________ Rear mud flap arms shall be Betts B-25 standard-duty. Yes __________ No __________ Exceptions ___________________________________ Rear mud flap shields shall be white plastic anti-sail. Yes __________ No __________ Exceptions ___________________________________ Section 26 - Fuel Tanks & Equipment: Fuel tank shall be ninety (90) US gallon twenty eight point five inch (28.5”) aluminum under or equal. Yes __________ No __________ Exceptions ___________________________________ Welded in fitting with gasket and cover plate for mounting customer installed fuel tank heater. Yes __________ No __________ Exceptions ___________________________________ Location of ninety (90) gal fuel tank shall be left hand under cab. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 28 Section 27 - Cab Curved glass conventional cab shall be of aluminum sheet and post construction with fiberglass roof cap and fully huck bolted. Yes __________ No __________ Exceptions ___________________________________ One piece curved windshield shall be rope in style glass. Yes __________ No __________ Exceptions ___________________________________ Doors shall be all aluminum three inch (3”) bulkhead style daylite type construction. Yes __________ No __________ Exceptions ___________________________________ Doors shall have a one (1) piece stainless steel piano style door hinge. Yes __________ No __________ Exceptions ___________________________________ Right hand door shall have a peeper widow. Yes __________ No __________ Exceptions ___________________________________ Door seals shall be mounted to the door and not the cab. Yes __________ No __________ Exceptions ___________________________________ Hood shall be sloped hood with hood mounted grille with split fenders and mud flaps. Yes __________ No __________ Exceptions ___________________________________ Cab heater with integral defrosters, A/C, and forty five thousand (45,000) BTU heater Yes __________ No __________ Exceptions ___________________________________ Steering column shall be tilt-telescope with eighteen (18) inch four (4) spoke wheel. Yes __________ No __________ Exceptions ___________________________________ Thirty (30) AMP power lead with ground; wired through ignition accessory to behind rider seat. Yes __________ No __________ Exceptions ___________________________________ Instrument package includes speedometer, tachometer and outside temperature indicator. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 29 Instruments shall include a driver information center: Yes __________ No __________ Exceptions ___________________________________ Large flat panel on dash for customer installed controls. Yes __________ No __________ Exceptions ___________________________________ Cab interior shall be of manufactures standard level. Yes __________ No __________ Exceptions ___________________________________ Interior color shall be Slate Gray or manufactures standard color. Yes __________ No __________ Exceptions ___________________________________ Driver seat shall be High Back air ride. Yes __________ No __________ Exceptions ___________________________________ Rider seat shall be air ride high back to match driver seat. Yes __________ No __________ Exceptions ___________________________________ Seat color shall be equal to standard color. Yes __________ No __________ Exceptions ___________________________________ Radio shall be AM/FM. Yes __________ No __________ Exceptions ___________________________________ Under dash console-with two (2) power outlets. Yes __________ No __________ Exceptions ___________________________________ CB installation kit shall be center mounted of header. Yes __________ No __________ Exceptions ___________________________________ Two inch (2”) fender extensions. Yes __________ No __________ Exceptions ___________________________________ Non-self cancelling turn signal switch column-mounted. Yes __________ No __________ Exceptions ___________________________________ Electric left hand and right hand door locks. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 30 Minimum of thirty six inch (36”) long grab handle right hand side of cab for access. Yes __________ No __________ Exceptions ___________________________________ Minimum of thirty six inch (36”) long grab handle left hand side of cab for access. Yes __________ No __________ Exceptions ___________________________________ Grab handle mounted left hand inside door frame above dash. Yes __________ No __________ Exceptions ___________________________________ Grab handle mounted right hand inside door frame above dash. Yes __________ No __________ Exceptions ___________________________________ Single air horn under cab. Yes __________ No __________ Exceptions ___________________________________ Access steps mounted to fuel tank and DPF/SCR must have holes considered self cleaning. Yes __________ No __________ Exceptions ___________________________________ Electric-powered right and left hand door window Yes __________ No __________ Exceptions ___________________________________ Two (2) corner windows mounted in cab corners for additional visibility along with a minimum seventeen inch by thirty six inch (17”x36”) rear stationary window. Yes __________ No __________ Exceptions ___________________________________ Exterior Stainless steel sun visor. Yes __________ No __________ Exceptions ___________________________________ Air ride cab suspension. Yes __________ No __________ Exceptions ___________________________________ Quiet cab package/Arctic package Yes __________ No __________ Exceptions ___________________________________ Section 28 - Mirrors: Dual lighted heated mirrors seven inch by sixteen inch (7”x16”). Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 31 Dual eight point five inch (8.5”) offset heated convex mirror mount below regular mirror brackets. Yes __________ No __________ Exceptions ___________________________________ Single convex mirror eight and one half inch by four and seven sixteenth inch (8-1/2”x4-7/16”) mounted above passenger door. Yes __________ No __________ Exceptions ___________________________________ Mirror brackets shall be stainless steel and mounted to the cab and not the doors. Yes __________ No __________ Exceptions ___________________________________ Mirrors brackets must have eight and one half foot (8-1/2’) load width. Yes __________ No __________ Exceptions ___________________________________ Section 29 - Lights & Electrical: Cab and chassis wiring must be colored coded, numbered and tagged. Yes __________ No __________ Exceptions ___________________________________ Headlamps shall be Halogen Projector low beam/high beam complex reflector. Yes __________ No __________ Exceptions ___________________________________ Marker lights shall have five (5) aerodynamic mounted in. Yes __________ No __________ Exceptions ___________________________________ Turn signal lights shall be mounted on fender. Yes __________ No __________ Exceptions ___________________________________ Shall have daytime running lights. Yes __________ No __________ Exceptions ___________________________________ Stop/Turn/Taillights shall be Trucklite 44 LED sealed Yes __________ No __________ Exceptions ___________________________________ Marker lights shall have interrupter switch. Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 32 Electric backup alarm shall meet SAE J994 & OSHA Yes __________ No __________ Exceptions ___________________________________ Circuit breakers; replacing fuses; does not include five (5) amp circuits Yes __________ No __________ Exceptions ___________________________________ Shall have switch and wiring for customer installed beacon lights with thirty feet (30’) additional wire coil at back of the cab. Yes __________ No __________ Exceptions ___________________________________ Shall have two (2) spare switches with wiring for customer installed light package with additional wire coil at back of the cab. Yes __________ No __________ Exceptions ___________________________________ Section 30 - Air Equipment: Air Dryer shall be Bendix AD-IS heated; located per body builder instructions. Yes __________ No __________ Exceptions ___________________________________ Moisture ejection valve with pull cable drain on each air tank. Yes __________ No __________ Exceptions ___________________________________ Nylon air tubing in frame and cab, excluding hoses. Yes __________ No __________ Exceptions ___________________________________ Air piping must be color coded. Yes __________ No __________ Exceptions ___________________________________ Section 31 - Paint: L0006EB WHITE Base coat clear coat Yes __________ No __________ Exceptions ___________________________________ FRAME N0001 EA BLACK Yes __________ No __________ Exceptions ___________________________________ Bid Specifications for one (1) new 2014 or newer Sewer Vacuum Truck 33 Section 32 Additional Parts One (1) eight inch by three foot (8"x3') Higbee C/B Nozzle Assembly Yes __________ No __________ Cost ________________________________ Section 33 Warranty Unit shall have a standard factory warranty. The City of Bozeman reserves the right to do warranty work with authorization of manufacturer. Warranty work will be billed out at eighty dollars ($80.00) per hour straight time for warranty repairs. Prior approval will be obtained from the manufacturer before repairs are started. All warranty parts will be shipped free of charge to our shop with overnight designation and if parts are to be returned the manufacturer will make arrangements to have the old parts returned at their cost. Arrangements may be made at our approval to have warranty work done within a ten (10) mile radius of our shop. If the truck is not operational for more than 5 days during the warranty period due to parts availability or agreed upon repair shop’s schedule, then a penalty of five hundred dollars ($500.00) per day will be paid by the dealer who supplied the truck or an equivalent piece of equipment will be supplied free of charge. Yes __________ No __________ Exceptions ___________________________________ Section 34 Service Four hours of operator and service training to be provided at City of Bozeman Shop Complex (814 N. Bozeman). If a model of truck is awarded the bid and that model has never been owned by the City of Bozeman, then factory training will be provided for one mechanic. This will be the same training provided to dealership mechanics. The training will be no less than 2 days and no more than 5. All expenses including but not limited to travel, room and board and classroom materials will be provided by the successful bidder. Contact the Water/Sewer Dept. to get clarification on this before submitting bid. Failure to supply this training within one year of delivery of truck will result in a one thousand dollar ($1000.00) penalty. Yes __________ No __________ Exceptions ___________________________________ Section 35 Delivery The complete units (F.O.B. City Shops Complex, 814 N. Bozeman, Bozeman, MT) shall be delivered within two hundred forty (240 calendar days after the date of the notice to proceed. Upon delivery of the complete unit, City of Bozeman staff will inspect the complete unit to see if it meets bid specs. If the City staff finds that it does not meet the specs, it will be taken by the dealer to their facility to correct the deficiencies. If the completed unit is not returned with all deficiencies corrected within 30 days, a penalty of one hundred dollars ($100.00) per day will be paid by the successful bidder. Yes __________ No __________ Exceptions ___________________________________ Bid Form Page 1 of 7 1 BID FORM PROJECT: City of Bozeman Sewer Vacuum Truck THIS BID SUBMITTED TO: Bozeman City Clerk, City of Bozeman, MT, 121 N. Rouse Ave., Bozeman, MT 59715. 1. THE UNDERSIGNED BIDDER proposes and agrees that if this bid is accepted, Bidder will enter into a Purchase Agreement with the City in the form included in the bidding documents and will furnish the goods or product to be purchased by the City within the number of calendar days indicated in the Agreement and in accordance with the other terms and conditions of the bidding documents. 2. Bidder has examined, understands, accepts, and abides by all of the terms and conditions of the Invitation to Bid, Instructions to Bidders, Bid Specifications, and Purchase Agreement. 3. Bidder expressly covenants that if Bidder is awarded the bid, Bidder will, after the bid is awarded and within the time specified in the Request for Bid, enter into a formal Purchase Agreement with City. The bid must be accompanied by Bid Security payable to the City of Bozeman for ten percent (10%) of the total amount of the bid, including alternates, if any. The Bid Security must be in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond, guaranty bond, or surety bond. The Bid Security is attached hereto as Exhibit 1. 4. This bid will remain subject to acceptance for sixty (60) days after the bid opening, or for such longer period of time that Bidder may agree to in writing upon request of City. 5. Bidder further represents that this bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other bidder or over City. 6. Bidder certifies that no employee or official of the City or any member of such employee or official’s immediate family has any direct or indirect interest in the pecuniary profits or contracts of the Bidder. 7. Bidder will provide the goods, product, or equipment being purchased by the City in accordance with the Purchase Agreement, for the price stated on the completed Bid Specifications sheet attached hereto as Exhibit 2. 8. Bidder understands that the unit prices shall govern in checking the bid, and should a discrepancy exist in the total estimated price and total amount of unit prices bid as listed Bid Form Page 2 of 7 2 on the Bid Sheet after extensions are checked and corrections made, if any, the total amount of unit prices bid as corrected shall be used in awarding the contract. 9. Bidder certifies that Bidder is a responsible bidder. 10. Bidder agrees that the good, product, or equipment to be purchased by City will be delivered and ready for final payment in accordance with the Purchase Agreement. 11. If applicable, Bidder certifies receipt of City’s revisions or additions made subsequent to the advertised proposal, which are specifically acknowledged on Receipt of Addendum, attached hereto as Exhibit 3. 12. Bidder represents that the bid is genuine and not collusive or a sham and that bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding. Bidder further represents that Bidder has not sought by agreement or collusion, directly or indirectly, with any person, to fix the bid price of any other bidder, or to fix any overhead, profit, or cost element of said bid price or that of any other bidder, or to secure any advantage against the City or any person interested in the proposed bid. Bidder affirms that all statements in this bid are true. SUBMITTED on the _____ day of ____________, 20_____. Bidder’s Tax ID # IF BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual’s Signature) Doing business as: Business Address: Telephone # FAX # A Partnership: (Partnership Name) By: (SEAL) (Signature) (Name typed or printed) Business Address: Telephone # FAX # Bid Form Page 3 of 7 3 A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature of Authorized Representative) Print Name and Title: Attest: (Corporate Seal) (Signature of Secretary) Business Address: Telephone # FAX # Date of Qualification To Do Business Is: A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Telephone # FAX # A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Telephone # FAX # Address of Joint Venture for Receipt of Official Communication: Bid Form Page 4 of 7 4 Address: Telephone # FAX # (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Bid Form Page 5 of 7 5 Exhibit 1 Bid Security Attached. Bid Form Page 6 of 7 6 Exhibit 2 Bid Sheet Attach a completed Bid Specification Form. The Bidder must state the Total Bid Price here: Total Bid Price (written out and in dollar amount): $_______________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Bid Form Page 7 of 7 7 Exhibit 3 Receipt of Addendum (if applicable). Bidder acknowledges receipt of the following addendum of revisions or additions: Addendum Number Date Issued Authorized Signature For Each 1 2 3 4 5 Purchase Agreement Page 1 of 4 BID PURCHASE AGREEMENT THIS AGREEMENT is made this _____ day of _________, 20___, by and between the CITY OF BOZEMAN, a municipal corporation organized and existing under the laws of the State of Montana, 121 North Rouse Ave., Montana 59715, hereinafter referred to as “City,” and _______________________, with a mailing address of _________________________, hereinafter referred to as (“Seller”). In consideration of the mutual promises and agreements hereinafter contained, the parties agree as follows: 1. PROPERTY PURCHASED: Seller agrees to sell and City agrees to purchase the property requested and described in the City’s Bid Specifications, as modified by the parts of Seller’s response accepted by City, all of which is incorporated into this Purchase Agreement by this reference. By accepting this Purchase Agreement, Seller hereby agrees that the sale, use, or incorporation into manufactured products of all machines, software, hardware, materials and other devices furnished under this Purchase Agreement which are not of the Seller’s design, composition, or manufacture shall be free and clear of infringement of any valid patent, copyright, or trademark. Seller shall hold the City harmless from any and all costs and expenses, including attorney fees, liability, and loss of any kind growing out of claims, suits, or actions alleging such infringement, and Seller agrees to defend such claims, suits, or actions. The property being purchased (“Property”) consists of: Sewer Vacuum Truck as shown on the Bid Specifications. TOTAL PRICE: [include price here] 2. SPECIFICATIONS: The Seller agrees that all material and workmanship in and upon this Property complies with the City’s Bid Specifications as shown on the Seller’s Bid Form and the Seller’s response thereto as accepted by the City. Unless otherwise agreed to by the City, the City’s Bid Specifications as shown on the Seller’s Bid Form govern in the event of inconsistencies with the Seller’s response to the same. 3. PRICE: The City agrees to pay ____________________________ Dollars ($_______) as the purchase price. All prices are less any applicable local, state or federal taxes that may be applied to the Property to be purchased. This price is firm and not subject to escalation under agreed to in writing by the City. 4. DELIVERY AND PAYMENT: Time is of the essence in the performance of this Purchase Agreement. Seller assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other served associated with delivery of the Property. Seller agrees to deliver the above-described Property to the City within two hundred forty (240) days of the receipt of City’s order. Delivery will occur at the City of Bozeman’s City Purchase Agreement Page 2 of 4 Shop Complex (814 North Bozeman Ave., Bozeman, MT 59715), or at a place otherwise selected by City. If delivery of the Property and/or performance of services required under this Purchase Agreement cannot be made Seller shall promptly notify the City of the earliest possible date for delivery or performance. Notwithstanding such notice, if Seller for any reason fails to deliver the Property or perform required services within the time specific or to the City’s satisfaction the City may terminate this Purchase Agreement or any part therefore without liability except or good or services previously provided and accepted. The City’s receipt or acceptance of any part of a non-conforming delivery or service shall not constitute a waiver of any claim, right or remedy the City has under this Purchase Agreement or applicable law. Upon delivery and for a reasonable period thereafter, City has the right to inspect the Property to ensure that it meets Bid Specifications as modified by Seller’s responses accepted by City. If the Property meets the modified Bid Specifications, City shall tender the purchase price stated above to Seller through the City’s normal claim process. Unless otherwise agreed in writing, payment terms shall be net thirty (30) days from the date of receipt of invoice or acceptance of goods and services by the City, whichever occurs last. Payment will be made to Seller at the address previously stated unless Seller provides a different address in writing. Invoices must be mailed to: John Alston, Superintendent of Sewer and Water, PO Box 1230, Bozeman, MT 59771-1230. 5. NONDISCRIMINATION: Seller will not discriminate in the performance of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability and shall ensure this provision applies to all subcontracts let by the Seller in fulfillment of this Purchase Agreement. 6. DEFAULT/ TERMINATION/ REMEDIES: In the event of Seller’s breach of this Purchase Agreement, including if Seller fails to deliver the Property as set forth herein or fails to meet City’s Bid Specifications, City may, at its option, take any or all of the following actions without prejudice to any other rights or remedies available to the City by law: (i) declare the Seller in default and immediately cancel and rescind this Purchase Agreement; (ii) require Seller to repair or replace any equipment or materials used in the Property, and upon Seller’s failure or refusal to do so, repair or replace the same at Seller’s expense; (iii) reject any material or equipment included in the Property containing defective or nonconforming equipment or material and return for credit or replacement at Seller’s option; or (iv) cancel any outstanding deliveries and treat such breach by Seller as Seller’s repudiation of this Purchase Agreement. Thereafter, City may procure substitute property to replace the Property described herein. In such event, Seller is liable to City for the difference between the price set forth herein and the price paid by City for the replacement property. Additionally, the City may pursue any other remedy it has at law or in equity. In the event of the City’s breach hereunder, Seller’s exclusive remedy shall be Seller’s recovery of the material or equipment or of the Purchase Price or portion of the Purchase Price payable for equipment and material delivered to the City prior to such breach. Purchase Agreement Page 3 of 4 7. CHANGE ORDERS: The City shall have the right to revoke, amend, or modify this Purchase Agreement or the equipment or material included in the Bid Specifications at any time. Seller’s receipt of City’s written change order without response received by the City within 10 (ten) business days or Seller’s shipment or other performance reflecting the change, whichever occurs first, shall be Seller’s acceptance of the change without any price or other adjustment. 8. WARRANTY: THE SELLER SHALL WARRANTY THE PROPERTY FOR A MINIMUM OF TWO (2) YEARS AND SHALL ALSO ASSIGN TO THE CITY ALL WARRANTIES FOR ALL COMPONENT PARTS OF THE PROPERTY NOT WARRANTIED BY SELLER. IN ADDITION, THE SELLER AGREES THE PROPERTY IS COVERED BY IMPLIED WARRANTIES FOR MERCHANTABILITY AND FITNESS FOR THE PARTICULAR PURPOSE FOR WHICH IT HAS BEEN PURCHASED. IN ADDITION TO ANY OTHER EXPRESSED OR IMPLIED WARRANTIES AND UNLESS OTHERWISE AGREED IN WRITING, SELLER ALSO WARRANTS THAT ALL EQUIPMENT DELIVERED HEREUNDER WILL BE NEW, SUITABLE FOR USE AS DESCRIBED, OF THE GRADE AND QUALITY SPECIFIED, FREE FROM ALL DEFECTS IN DESIGN, MATERIAL AND WORKMANSHIP; IN CONFORMITY WITH ALL SPECIFICATIONS FURNISHED; IN COMPLIANCE WITH ALL APPLICABLE FEDERAL, STATE AND LOCAL LAWS AND REGULATIONS AND FREE FROM ANY LIENS AND ENCUMBRANCES. THESE WARRANTIES SHALL NOT BE DEEMED TO EXCLUDE SELLER’S STANDARD WARRANTIES OR OTHER RIGHTS OR WARRANTIES WHICH THE CITY MAY HAVE OR OBTAIN. 9. ASSIGNMENT: Seller may not delegate, subcontract, or assign any duties and services or assign any rights or claims under this Purchase Agreement without the express written consent of City. 10. ENTIRE AGREEMENT: This Agreement, including its appendices, if any, embodies the entire understanding between the parties relating to the subject matter contained herein. No agent or representative of either party has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this Agreement, including the appendices, must be in writing and signed by an authorized representative of each of the parties hereto. 11. APPLICABILITY: This Agreement and any extensions hereof shall be governed and construed in accordance with the laws of the State of Montana, and the same is binding upon the parties, their heirs, successors, and assigns. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by Purchase Agreement Page 4 of 4 their duly authorized representatives the day and year first above written. CITY OF BOZEMAN ______________________________________ SELLER (Type Name Above) By___________________________________ By____________________________________ Chris A. Kukulski, City Manager Print Name: ___________________________ Print Title: ____________________________ APPROVED AS TO FORM: By____________________________________ Greg Sullivan, City Attorney CITY OF BOZEMAN SEWER VACCUM TRUCK PURCHASE NON-DISCRIMINATION AFFIRMATION FORM _________________________ [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the City of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the _________________________ [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: ______________________________ Person authorized to sign on behalf of the bidder