Loading...
HomeMy WebLinkAboutCAG1986-004 - Original - City of Los Angeles - Cooperative Governmental Purchasing Agreement - 01/01/1986 OF INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENTtkc xssN�pr Pursuant to Chapter 39.34 RCW and to other provisions of law, the City of Los Angeles and the City of Kent hereby agree to cooperative governmental purchasing upon the following terms and conditions: 1 . The City of Los Angeles, in contracting for the purchase of goods and services, agrees to contract also on behalf of the City of Kent, to the extent permitted by law and agreed upon by the parties. 2. The goods and services to be contracted for are described as follows: truck mounted sewer jet rodders meeting City of Los Angeles bid specifications per Bid No. F8185. 3. The City of Los Angeles will contract for the purchase of goods and services according to the laws and regulations governing purchases by the State of Washington. The City of Los Angeles accepts responsibility for compliance with any additional or varying laws and regulations governing purchases by or on behalf of the City of Kent. 4. Whenever the City of Los Angeles has contracted to purchase goods and services according to the laws and regulations governing purchases by the State of Washington, the City of Kent may purchase goods and services covered by the contract on the same terms and conditions as the City of Los Angeles. The City of Los Angeles accepts no responsibility for the performance of any purchasing contracts by the vendor and the City of Los Angeles accepts no responsibility for the payment of the purchase price by the City of Kent. 5. The City of Kent reserves the right to contract independently for the purchase of any particular class of goods or services with or without notice to the City of Los Angeles. 6. The City of Los Angeles reserves the right to exclude the City of Kent from any particular purchasing contract with or without notice to the City of Kent. 7. The intergovernmental cooperative purchasing effort will be financed as follows: City of Kent sewer utility revenues. 8. This Agreement shall continue in force until cancelled by either party upon written notice. 9. A copy of this Agreement will be filed with the City Clerk and County Auditor and with the Secretary of State as provided for in RCW 39.34.040. 10. This Agreement shall be submitted to the Washington State office or agency having regulatory power or control , if any, and shall be approved or disapproved before this Agreement has force or effect as provided in RCW 39.34.050. DON WICKSTROM, PUBLIC WORKS DIRECT T City of Kent Kent, Washington 98032 (206)872-3383 41 City of Los Angeles William L. Smith, Buyer General Services 850 City Hall East Los Angeles , CA 90012 (213) 485= 23630 2567L-9L - 2 - cif yoF INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT Ual��110TIP sN�Rr Pursuant to Chapter 39.34 RCW and to other provisions of law, the City of Los Angeles and the City of Kent hereby agree to cooperative governmental purchasing upon the following terms and conditions: 1 . The City of Los Angeles, in contracting for the purchase of goods and services, agrees to contract also on behalf of the City of Kent, to the extent permitted by law and agreed upon by the parties. 2. The goods and services to be contracted for are described as follows: truck mounted sewer jet rodders meeting City of Los Angeles bid specifications per Bid No. F8185. 3. The City of Los Angeles will contract for the purchase of goods and services according to the laws and regulations governing purchases by the State of Washington. The City of Los Angeles accepts responsibility for compliance with any additional or varying laws and regulations governing purchases by or on behalf of the City of Kent. 4. Whenever the City of Los Angeles has contracted to purchase goods and services according to the laws and regulations governing purchases by the State of Washington, the City of Kent may purchase goods and services covered by the contract on the same terms and conditions as the City of Los Angeles. The City of Los Angeles accepts no responsibility for the performance of any purchasing contracts by the vendor and the City of Los Angeles accepts no responsibility for the payment of the purchase price by the City of Kent. 5. The City of Kent reserves the right to contract independently for the purchase of any particular class of goods or services with or without notice to the City of Los Angeles. 6. The City of Los Angeles reserves the right to exclude the City of Kent from any particular purchasing contract with or without notice to the City of Kent. 7. The intergovernmental cooperative purchasing effort will be financed as follows: City of Kent sewer utility revenues. 8. This Agreement shall continue in force until cancelled by either party upon written notice. 9. A copy of this Agreement will be filed with the City Clerk and County Auditor and with the Secretary of State as provided for in RCW 39.34.040. 10. This Agreement shall be submitted to the Washington State office or agency having regulatory power or control , if any, and shall be approved or disapproved before this Agreement has force or effect as provided in RCW 39.34.050. r , r DON WICKSTROM, PUBLIC WORKS DIRECTOR City of Kent Kent, Washington 98032 (206)872-3383 f G r � M City of Los Angeles William L. Smith, Buyer General Services 850 City Hall East Los Angeles , CA 90012 (213) 485= 3630 2567L-9L - 2 - M INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT Pursuant to Chapter 39 . 34 RCW and to other provisions of law, the City ��er and the City ot-4, nt hereby agree to cooperative governmental purchasing upon-the following terms and conditions. (1) The City of Sumner, in contracting for the purchase of goods and services, agrees to contract also on behalf of the City of Kent, to the extent permitted by law and agreed upon by the parties (2) The City of Sumner will contract for the purchase of goods and services according to the laws and regulations governing purchases by the State of Washington. The City of Sumner accepts responsibility for compliance with any additional or varying laws and regulations governing purchases by or on behalf of the .City of Kent. (3) Whenever the City of Sumner has contracted to purchase goods and services according to the laws and regulations governing purchases by the State of Washington, the City of Kent may purchase goods and services covered by the contract on the same terms and conditions as the City of Sumner. The City of Sumner accepts no responsibility for the performance of any purchasing contracts by the vendor and the City of Sumner accepts no responsibility for the payment of the purchase price by the City of Kent. (4) The City of Kent reserves the right to contract independently for the purchase of any particular class of goods or services, with or without notice to the City of Sumner. (5) The City of Sumner reserves the right to exclude the City of Kent from any particular purchasing contract, with or without notice to the City of Kent. (6) This agreement shall continue in force until cancelled by either party upon written notice. II 7� V 44,iJC 1r, r c.,v1f�. ;;"•i 1vp d,if' ,��rt �c.c�J c G }'t t'P �.> �'rc �C c� �•r1"LV City of Re') �.•.k ,r �ti �� �,,r City Of �r}er, (��\,, $1 T�^ `'r x,.,,,( s(•�a 1 )?-� ���krb.�.,,t,, � 'S1; � � {•� 3� ;��v� } c� ..�-- �,�-. Don Wickstrom an Nygaard Public Works Director Administrator/Finance Director City of Kent City of Sumner Kent, Washington 98032 1104 Maple Street (206) 872-3383 Sumner, WA 98390 206) 863-5263 9E0003CT1 .. � - y^•,,^^"�t_� ° , map 4AHLBERG napa •:' "'`�• ESTABLISHED 0 •A- October 9, 1986 Mr. Neldon Hewitt City of Kent 220 S. 4th Kent, WA 98031 Dear Neldon: As per our conversation in regard to buying a machine off the Los Angeles bid, Sahlberg Equipment would have no problem doing this. The following is a breakdown of how the pricing would be set up on machine. As you know, the price on the Los Angeles bid machine is $69,992.00. We would offer you a $10,000 trade for your old machine which would bring the net price to the City of Kent to $59,992.00 The machine would meet all specifications in the Los Angeles bid and we would be able to make delivery in 30 to 60 days. h rely John F. Sahlberg Sales Manager JFS:j MAIN OFFICE: BRANCH: BRANCH: 5950 4TH AVE.SOUTH 1702 SHIP AVENUE EAST 3107 TRENT SEATTLE,WASHINGTON 98108 ANCHORAGE,ALASKA99501.1892 SPOKAN 509)SHIN5TON 99202 (206)762-8080 (907)276-5494 NAAKER EQUIPMENT COMPANY 3505 POMONA BOULEVAR.3 POMONA. CALIFORNIA 91768 714/598-2706 August 21 , 1986 g Mr. John Sahlberg Sat:l berg Equipment, Inc. 5950 Fourth Avenue, South Seattle, Washington 98108 Dear John: With this letter I have enclosed our copy of the bid tabulation for the City of Los Angeles for the purchase of two (2) truck mounted sewer jet rodders . Their Bid No. was F8185 . The bid was July, 1986. The buyer for the Purchasing Department in the City of Los Angeles is Mr. Bill Smith, phone number (213) 485-3630. Mr. Smith will entertain a phone call from any potential buyer regarding Bid No. F8185 . He welcomes any other municipality purchasing off their specifications and essentialy he will confirm the pricing as outlined in our bid tabulation form. Hope this helps you with the people at Kent, Washington. Sincerely, —1 K. G. R u S t Sales Manager KGR/nm Enclosure: Bid Tabulation/City of Los Angeles/Vactor 850 �1,° j 1�MsAL HAAKER EQUIPMENT COMPANY BI TABULATION REPORT U Y ER ,BID M 6 I0 DATE 'v t.T = .QTY PRODUCT �CQ-., ` Q ENDOR AaEns Ys; 4 C 'ANUFACTURER S VALE cZ, APACITY PT IONS ` XCEPTIONS �;� t�e�--- ►:� z— c R� <: L-t �k -G- I � I NIT PRICE '�{, � �� � lv 4 C _- AX % ASE BID BADE IN .' ERMS ET BID G 4 3 EHMKS: _ WARDED TO: SIGNATURE 414tin #1082-1 CITY OF LOS ANGELES CALIFORNIA �P pi►ARTMLNT of GENERAL SERVICES 1/c 1ft irLV1A CUNLIFFS .1tMtll A6 MANA*l* AMP I.Q irTt ►II09MA8106 A6/AT "Not prr K[ of PURCHASING AGENT ROOM aa1! CITY MALL EAST 3100 NORTH MAIN STREET LOS ANGELES CA 00012 TOM BR/1DLEY MAYOR q July 22 , 1986 NAAKER EQUIPMENT COMPANY 3505 POMONA BLVD. POMONA, CA 91766 Re: City of Los Angeles Bid No F8_185 Contract No. 57732 For : SEWER CLEANER TRUCK ( REAR AXLE RATIO 5 . 29/7 .21 TO 1 ) Gentlemen: This is to inform you a contract has been awarded your firr. in response to above-referenced BID. Your Copy of the contract approved and signed by the Purchasing Agent is enclosed. Please proceed to make delivery of the item( s ) called for, to the delivery point shown in the contract. No Purchase Order or other documents will be issued. All delivery tickets, invoices , and allied documents must show the above CONTRACT NUMBER. Upon Completion of deliveries , submit itemized invoices in triplicate to: GENERAL SERVIC-ES;ACCOUNTING DIV. 200 NO. MAIN ST. , ROOM 1110 CHE LOS ANGELES, CA 90012 Very truly yours , ISYLVIA CUNLIFFE Purchasing Agent SC:BS:mag (C) AN tOUAL <MPLOrMENT 0PP0RTUNITr--A0rFjftMATIVE ACTkPN tMPLCYER as IS 10 f1111*w.a165 8185 T�: City of Los Angeles,Pura► ,nig Agent Bid No. F 200 N,Main St.,Room 850,Cit. jail East Los Angeles,CA 90012 Contract No. I , COMPLETE CONTRACT This entire Bid Request, or any item(s) thereof, shall become the contract upon its acceptance by the Purchasing Agent on behalf of the City of Los Angeles The complete contract shall consist of THE NOTICE INVITING BIDS, the entire Bid (Including Specifications), or any item(s) thereof, this page and the reversethd exeddecuted duets, and when required, CONTRACTOR'S BOND Contractor will be provided with a copy contract 2 SERVICES TO BE PROVIDED BY THE CONTRACTOR The Contractor agrees, upon acceptance of this offer by the City, to furnish the goods and services herein specified according to the terms and conditions as set forth herein. 3. AMOUNT TO BE PAID The City agrees to pay the Contractor for the goods or services in the manner and out of the funds described in the paragraph entitled "PAYMENTS" on the reverse side of this form. 4, CHOICE OF ALTERNATIVE PROVISIONS, OPTIONS; NOTIFICATION When alternative provisions are requested, or options are offered, the Contractor will be notified as tc which provision, or option, is being accepted at tht same time that he is notified that he is the successfu! bidder 5. DECLARATION OF NON-COLLUSION The undersigned certifies (or declares) under penalty of perjury that this bid is genuine and not sham or collusive, or made in the interest or on behalf of any person, firm, or corporation not herein named; that the bidder has not directly or indirectly induced or solicited any other bidder to put up a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the bidder has not to any manner sought by collusion to. secure to himself any advantage over other bidders. POMONA , CA ON THE 20 DAY OF MAY ' 1986 EXECUTED AT: Month (Bidder Completer City State BIDDER MUST COMPLETE AND SIGN BELOW: Firm Name HAAKER EQUIPMENT COMPANY Phone ( 714 ) 598-2 7 06 Address: 3505 P011,70NA BLVD. , P0�110NA , CA Street City State ZAP (AFFIX CORPORATE SEAL HERE p� President ✓ Title 1, Title _ Chief Chi of Financial Officer S (Appr d Corporate Signature Methods a) Two signatures: One by Chairman of Board o1 Directors, President, or a vice-President and one by Secretary, Asst. Secretary, Chle' Financial Officer or an Asst.Treasurer b) One *I nature by Corporate designated individual together with properly attested resolution of Board of Directors authorizing persor to sign.) AWARD CANNOT BE MADE TO THE SUCCESSFUL BIDDER UNLESS THIS SIGNATURE SECTION IS COMPLETED PROPERLY. NOTARIZATION: Bids executed outside the State of California must be sworn to and notarized below. In witness whereof the City of Los An- County of geles has caused this contract to be exe- ADproved as to Form S.S. cuted by the Purchasing Agent of said JJ State of City, and said Contractor has executed this contract the day ani year written Subscribed and sworn this day below. .LAMES K. HAHN SYLVIA CUNLIFFE 9ity Attorney of -- — 1S Purchasing Agent, y of Los Angeles Sipneture By: _._.._ — � y Deputy ' (Notary Sea!) Date soAw, os s-oC Iper ,,.5r GENERAL CONDITIONS READ CAPEIFULLY 1. RO OF So AND SIGNATURE ;o� t, NC 101 ph, E r -, ;' 7. DEFAULT BY SUPPLIER. I . c t E_ ,. I .. i. V rE r.,`r Ir . _.: . r ` E r, >'• S. PAYMENTS r•V_ , r r_ All prices must be firm t V C FL C r 4 Unless thc, spvcilicati6n-S pro\?dE to- adjustmera. r e �.C' Z TAXES D, not - a• . Too, s : ' d tr r ', ; t r it 7c C! Inc " sr : _ , In rr -t r . 1 c " t' I,. ,'y �' i C c a 7C Part b, `.'C, r •c r t,r `? ?,-:E 1 L - CE c. _ .s a "! or I SPECIFIE TIL E. C :_ r.. t. t` 1 NON IsCPiA"It.L.TION. ` _ � in r - F• - , 4. BRAND NAVES AND SPECIFICATIONS 'r : t'_ �• to 7 SWO: ._. a .l Kit c r' _. . tr,. c s` Oifers %QK be eonudcre ' tC SUppiy articles substar.toki the sonic as tr c 4 r E describes' hf,kn bu'. mitt n mo' vanamons ES cidn s; trust descric vanallon_ in hiv bi:' c 5. AwARD OF CONTRACT E _k i SAFEr APPRO\ A,:It T-i c k- a .,. (•.' 'tt t l- k '% = c Ir :.. �.. _ c , rE. .. .. C :_ �r r 04 PE MY k 12, PREVAILING WAGES l i e la_ N 0f; -he = r a pan of tho C r: c' `' tr_ La '� t " Ca' 'lip c�r.,ractcr snali p '_ __a, r . I--. APPEI,L OF AWARD. I' t e ' th,'- -"C41YW - - � - c�.. .. c- Z [ '���_ J v: IL,✓ rF-.` C i- rl '. C t�UC r �'�. s L. rrr i! C'c• the Pxc Csl.':7 AJF--' V. II .t i k-. req a.c� rr tic at r•' c E9 rc ! _tdrr, 't _ _ ea: ei trust b dE _ C n Hal, Los Ang {w.r n:crt b c: v h,; 'i ha,,( c �I fDr t� f tl_,n fo ' tr rI,'It.. ..;: 13. CONTRACTOR'S LIABILITY. T e c ^ � iE SCE I Icc to Kn,. t sin . b harm IF a. t I( �r o' Lo, Anpe!e. its o`• ur aer �+ E ?ssU2'?rc O` sUCh rfOtif�CEt each b'd0E" sUk� I b r �:! NSIiEOW t`�r ni:tf,f a to e' rl metary bl'd mo-,. withlr tV r �2' or b cN PiC} b d rl or be cfaime:7 bj rea�c o` a �� Etc c s: day-s. request c hEarlrQ be':re tic Purchasing ActeN t-.• hie erinWI 'ee art awrt . ire C: C _: v Upo'I such rec,-jesi the Purchat ­;g Ape! v:.i tur the t., be pE rfcrmed urC r the rvsh such bidde N't`-i a Y ratter staterernt seltlnc fort~. I reasons for the G,roposvd av ani A, hFaunp 14, PATENT RIGHTS. T"le -,)err, ,., t,rrr o c �' no sooner t`a- thm Q CI r iCM up- µ hDr, It r WE I_ draw, drvt' ff ''rF tPtF rE ill: tr t`t.� -I',,p i lj' -: . on nd b (T.. r c.!; (.r sunrkul v t'+ fur! LFtt: r' v the nu-, b 7i r ;- I •r E� r' � t it�.. . 1 t t'_ � �, L., 1 A1;E. t � I...� (' tl,,t•' I t ,r triE i'. r f dn"ir1, r r. r i C: C _ O 'awn r �.< t', F,,'.• 7 t" rC.0" 'An ar an, th, C itr t:n + c9C )r-":, ott:oo tv.ttrs. REQUEST FOR r Clty N Lee At+pola• BID 8 1 5 ' porwtrtt*ont of BID N o. �3e"bral Borvices Submit Bid to: PURCHASING AGENT, CITY OF LOS ANGELES, RM. 835, CITY HALL EAST 20 N� MAIN �T LOS ANGELES, CALIFORNIA 90012. Bids will be opened 11:00 a.m. MAY _ , Questions regarding this BID or specifications must be referred to Mr B. smit h Phone (213) 485-36 _ f— ITEMS AND DESCRIPTION uQUOTED PRICE EXTEN�• I - Complete and return the attached AFFIRMATIVE ACTION forms ONLY if I your firm does NOT currently have on file an Affirmative Action Plan i and Certification. SALES TAX : Do not include Sales Taxes in your Bid . I Sales Taxes will be added at time of order. ITEM 1 2 EACH TRUCK , SEWER CLEANER, AS PER ATTACHED SPECIFICATION I,$�g 9-.- $ NO. 8627-01-6. 139 , 9E Make and Model Chassis:-,MC C7D042 GVWR: �1 }200 Wheelbase : 149 C/A: 84 i Engine Model : g 2 T Cyl : P CID:� 00 Net HP: 1 94 @28 00 RPM Net Torquer_ @1700 RPM State Make & Model Transmission Quoting : plIicnr MTFi43 State All Rear Axle Ratios City May Select From: �1 , 88/ 6 . 65r 5 . 29/7 . Zl 5 . 57/7 , 60 6 . 14/$ . 41 , State Make & Model Sewer Cleaner Quoting : Peabody Myers VACTOR �50 I � State Make & Model Water Pump Quoting : Peabody Myers 6ingle Piston I y rau is Drivp Maximum Water Pump Capacity: 60 GPM @ 2 , 000 PSI @ 18 . 90 Engine RPM i IHydraulic Pump RPM @ Maximum Water Prssure and Flow I Rate : 2 , 000 RPM i State Make & Model PTO Quoting: Chelsea Hot Shift 270X AAJP6- 34;D i PTO speed as a percentage of engine RPM ill $ State Total Weight of the Loaded Truck ( Complete 'i with Fuel & Water) : l Front: 9420 pounds Rear: 19 ,500 pounds 'I 32 . 5% Total 28 , 920 67 . 50A i GSD/FS REQ. 7 51—1 Stote time of delivery 1 A 17- m n doys otter receipt of order. Ss Terms N e t go discount for poyment within 30 doys. I I BIDDER MUST SIGN THIS BID ON ATTACHED SHEET i Sheet I CITY CY LOS ANGELES PURCHASING AGENT BID NO. F: 8 1 8 5 PAGE 2 DELIVERY COSTS: Prices quoted shall include all delivery and unloading charges tov City of Los Angeles GSD/Fleet Services 2310 E. 7th St . , Bldg . B Los Angeles , CA 90023 DESIRED DELIVERY : The City desires delivery within 180 calendar days after receipt of order( s) . The bidder shall state in his proposal the time by which delivery will be made . ADDITIONAL QUANTITIES: The City desires the option to purchase additional quantities of above item( s) . State if you will accept orders for additional quantities at the same prices , terms and conditions , providing additional quantity does not exceed that shown above and providing the City exercises option before August 31 , 1986 . X Option Granted Option Not Granted If option is not granted , state length of time prices are good and additional orders acceptable . Prices good until N/ A NOTIFICATION: The vendor shall notify the City' s Equipment Inspector at 485-4996 not less than five ( 5 ) days in advance that the vehicle is ready for the following inspection: 1 . Pre-delivery inspection of completed vehicle . 2 . Final inspection at point of delivery. WARRANTY: The following items shall be guaranteed against defects in material and workmanship for the stated period of time from date unit is placed in service or within sixty ( 60) days from date of acceptance by the City, whichever occurs first. Contractor will be notified in writing when unit is placed in service: Chassis and Components -- One year or 12 ,000 miles Diesel Engine -------------------- Two years Body and Components -------------- One year Sewer Cleaner One Year or 2 ,000 Hours Water Tank ----------------------- Seven Year Non-Prorated CITY OF LOS ANGELES PURCHASING AGENT BID NO. F 8 1 8 5 PAGE 3 WARRANTY: ( continued) Labor and parts charges to the dealer, if any , for replacement or repair of warranty items shall be preapproved by dealer. Warranty adjustment referred to the dealer must be made within 72 hours of notification on each unit requiring attention. SERVICE & PARTS : Successful bidder shall maintain adequate parts and service facilities in the Southern California area to properly service the equipment offered for a period of ten ( 10 ) years. Failure to have such facilities may result in rejection of bids . - EOUIPMENT EVALUATION : The apparent successful bidder shall be required to provide one unit of the same capacity and configuration as unit offered for evaluation by the City within 20 days after the bid opening date and prior to the award of a contract . The City will be the sole judge in determining the acceptability of the unit offered. PRE-PRODUCTION MEETING: Upon award of contract a pre- production meeting shall be scheduled between the successful bidder and the City of Los Angeles . Meeting shall be held at a time and place of mutual agreement to both parties . All costs , including portal to portal transportation, food and lodging , etc. , for two representatives of the City of Los Angeles to attend this meeting shall be assumed by the contractor. NEW VEHICLES AND EQUIPMENT: The units furnished shall be new and unused , current model, with standard factory fittings, trim, and accessories , unless otherwise noted. They shall not have been used as demonstrators or for any other prior service and shall not have been driven or caravanned in delivery to the City. DEALER SERVICE: The equipment furnished under this contract shall be completely serviced locally by the vendor prior to delivery. It shall be ready for operation when delivered . Any further servicing by the vendor will not be required except in connection with repairs or adjustments covered by the manufacturer' s or dealer' s warranty. ' CITY OF LOS ANGELES PURCHASING G [ 5 BID NO. tZSS PAGE 4 VEHICLE CODE: All vehicles shall conform to the California Vehicle Code and all other governing requirements. SAFETY CODE: Any equipment or material furnished shall conform with the current SAFETY CODE of the California Division of Industrial Safety and all OSHA requirements in effect at time of award of contract . Any required certifi- cation necessary to place equipment into service shall be the responsibility of the contractor. A copy of the certification shall be delivered with the equipment . PERFORMANCE BOND: Successful bidder will be required to - post a 15% Faithful Performance Bond but not to exceed $19 ,000 . CITY OF LOS ANGELES Spec. No. 8627-01-6 Ref . No. 320-62-20 ( SAWC) SPECIFICATION TRUCK , SEWER CLEANER GVWR: 32 ,000 pounds (minimum) . NOTE: Truck shall have a GVWR greater than the total weight of the unit at maximum payload . WHEELBASE & CAB/AXLE: Wheelbase and cab/axle of chassis offered shall meet the following requirements: A. Approximate weight distribution of truck and sewer cleaner with payload shall be 30 percent on the front axle and 70 percent on the rear axle. B. Clearance between cats and sewer cleaner shall be approximately four inches . PERFORMANCE: Bidders shall offer power train components such that the combination of engine , transmission , and rear axle ratios will provide at least 30 percent gradeability and 60 MPH speedability. The City of Los Angeles will select final ratios from power train offered . ENGINE: Diesel , Turbocharged , 500 CID/8 .2 Liter (minimum) . 194 (minimum) net SAE J-1349 horsepower at 2800 RPM. 423 (minimum) net SAE J-1349 torque at 1700 RPM. Shall have all standard and specified components. Engine Certification : Engine supplied by the manufacturer shall be certified to be in compliance with applicable State of California and Federal Standards. Engine Accessories: A. Engine protective shut-down devices for high coolant temperature and low oil pressure with automatic over- ride , and audible warning before shut-down . "Kysor" Series 9031 , or equal . B. Air cleaner with restriction indicator, shall be dry type . Air cleaner shall be mounted to provide easy access. C . Engine variable speed governer. D. Oil cooler, shall be manufacturer' s standard . F. Electric-operated engine shut-off . 2 Spec . No . 8627-r J COOLING : Heaviest increased capacity sytem available for size of truck offered , including heavy duty fan. TRANSMISSION : Automatic "Allison" MT-643 , 4-speed . Shall be installed so that PTO and pump can be mounted without modifications to transmission or linkage . Transmission Cooler: Shall be a "Hayden" 1260 . Cooler shall be mounted in front of the radiator and shall have flexible , teflon lined , temperature resistant hoses . Temperature Gauge : Shall be "Allison" Model 6833595 , or equal . Transmission Shift Control : Shall be "Morse" MAXX illumi- nated , reverse gear position forward and first position to the rear. Control cable shall be "Morse" Series 60. Cable shall be routed so that it has a minimum number of bends and is protected from engine heat and mechanical injury. AXLES : Front : 12 ,000 pound (minimum) capacity. Rear: 22 ,000 pound (minimum) capacity, 2-speed. Important : The City of Los Angeles will select final gear ratios from manufacturer' s standards. SUSPENSION : Front Springs : Capacities shall equal axle rating , less unsprung weight. Rear Springs : Capacities shall equal axle rating , less unsprung weight , equipped with auxiliary rear springs. Shock Absorbers : Heavy duty, direct double acting , front only. FRAME: Section modulus , RBM and frame reinforcement must meet sewer cleaner manufacturer' s rminir.,-u , requircmcnts. Fraaa a I'm asl be reinforced from rear hanger of front springs to front hanger of rear springs. A crossmember shall be provide:l and installed at the extreme rear end of frame . The sewer cleaner manufacturer' s written approval of the section modulus and RBM offered by the bidder must be submitted with the bid document. 3 Spec . No. 8627-C 6 STEERING: Shall be hydraulic power operated . System shall have adequate mechanical advantage to allow vehicle to be steered , if power should fail and adequate power to permit the front wheels to be turned lock to lock , with the vehicle standing still , engine at idle speed , and vehicle loaded to maximum legal axle capacity. BRAKES : Service : Shall be split or dual air brake , with S-Cam single anchor brake shoes on all wheels. Brake Dimension : Largest brake package option available . Air Brake System: System shall fully comply with Federal Motor Vehicle Safety Standard ( FMVSS) 121 , without anti-skid . The following additional components shall be provided : 1 . Test valve ( installed on compressor outlet) for testing inlet check valve. 2 . "Bendix-Westinghouse" ( B-W) , DV2 drain valve . 3 . "B-W" , AD4 air dryer. 4 . Automatic slack adjusters "Rockwell" , or "Borg Warner" , on all wheels. Air Compressor : "B-W" TU-FLO 501 , 12 CFM compressor shall be water cooled , engine oil lubricated . Emergency Spring Brakes : Shall be a modulated emergency braking system; shall automatically actuate upon loss of reservoir pressure . Shall be double diaphragm type "MGM" , 30 square inches minimum or equal ; shall be installed on both rear axles if tandem, or one ( 1 ) axle if single . Shall have a reservoir of sufficient capacity to provide a minimum of three ( 3 ) complete releases of the spring brakes , controlled by a dash mounted push-pull "MGM" 8300002 control valve . Low Air Pressure Warning Signal : Shall be a low pressure warning system with buzzer and red light. Red light shall have a permanent label attached . WHEELS : Six ( 6) " Budd" 15 degree drop-center type rims , 22 . 5 x 8 .25 , steel disc. TIRES : Six ( 6 ) 11 .00 x 22 . 5 load range "G" tubeless tires , highway tread , or equal . r 4 Spec . No. 8627-0 ­6 TIRES: ( continued ) Spare Tire : One ( 1 ) 11 .00 x 22 . 5 , "G" tubeless tire , high- way tread , mounted on 22 .5 x 6 .25 , 15 degree drop-center steel disc , "Budd" type rim, furnished loose . ELECTRICAL: 12-volt system, negative ground . Alternator: At least 65 ampere manufacturer' s rated capacity , with at least 20 amperes at engine idle RPM. Batteries: Two ( 2 ) 12-volt , 880 CCA @ 0 degrees F. each , manufacturer' s rated capacity . Electrical systems , i .e. , lights , charging , etc. , shall have circuit breaker protection devices . FUEL TANK: Not less than 50 gallon capacity, center step tank. Shall meet all FHWA requirements for side mounted tanks. Fuel tank shall be full at time of delivery. CAB: ( Conventional ) Full width bench seat , with seat belts for driver and two ( 2) passengers. Grab handles shall be provided to assist entrance into cab , both sides . The entrance steps shall not exceed 18 inches from ground to step. ADDITIONAL EQUIPMENT: Vehicle shall be equipped with all standard and specified components as listed in factory data books and brochures . If not listed as standard equipment , the following items shall be furnished and installed : A. Fresh air heater with integral defroster. B. Sun visors , arm rests, both sides . C. Dual windshield wipers , with washers . D. Inside rear view mirror. E. Mirrors , outside , right and left , "Retrac" Model 5--158-KDV dual vision, with "Retrac" Model 158 adjustable bracket assembly. F . Backup alarm, electrical , steam cleanable "Preco" 45A. G. Bi-directional emergency triangles, "Grote" Kit No. 71422 or equal , installed in cab. H. Engine hour meter , oil pressure actuated . I . Front bumper. 5 • t Spec . No. 8627-r -6 ADDITIONAL EOUIPMENT: ( corstinued ) J . Turn signal switch. K. 360 degree revolving amber warning light , "Federal." Titan Model 312 , or "Grote" No. 76223 , with switch and indicating light on dash . Shall be mounted on a "Federal" No. VB-1 or "Signal Stat" 390 light bar with a No. VK-17 mounting plate . SEWER CLEANER GENERAL: A high velocity sewer cleaner shall be built and mounted on truck chassis in accordance with the following speci- fications . The unit shall be designed for cleaning -storm and sanitary sewers , including removal of emergency stoppages and cleaning of culverts and other open conduits . The unit shall be equipped with all standard and specified components as listed in factory data books and brochures . Accessories not specifically mentioned herin , but necessary to furnish a complete unit ready for use , shall also be included. SAFETY REOUIREMENTS : The operator shall be protected from high pressure piping , pump systems , belts and pulleys by means of adequate shrouds , shields, and guards . WEIGHT DISTRIBUTION : The sewer cleaner shall be mounted on the chassis to provide an approximate load distribution of 30 percent on the front axle and 70 percent on the rear axle , with a full water tank. The weight of the complete unit equipped with all specified components , shall not exceed axle capacity at a maximum payload . WATER TANK : ( SEVEN YEAR NON-PRORATED WARRANTY) Tank shall be 1 ,500 gallon usable capacity, minimum. Tank shall be constructed in a round configuration of 10 gauge or heavier steel . Complete interior of tank shall be coated with anti-oxidant to protect metal surface from corrosion. Shall be fitted with baffles welded in place. Two ( 2) external sight gauges shall be provided , one ( 1 ) on each side of tank. Tank shall have at least one ( 1 ) suitable watertight removable port to permit inspection and access into the tank and shall have a two ( 2 ) inch dump and clean-out valve . A suction line strainer shall be located in the pump suction line. 6 Spec . No. 8627-r �6 WATER TANK : ( continued ) A 2-1/2" x 25 ' (minimum) hydrant fill hose with 2-1/2 inch female brass hydrant coupling shall be provided. Tank shall be capable of being filled from either curb or street sides from a fire hydrant at ground level . A four ( 4 ) inch air gap or anti-shiphon device shall be provided in tank filler system. NOTE: A rectangular type tank constructed of 10 gauge or heavier stainless steel in lieu of round type tank will be acceptable . All fittings or appurtenances welded on the tank shall be of the same material as tank. WATER PUMP: Shall be a positive displacement plunger type , complete with factory set high pressure relief valve. Shall have a minimum capacity of 60 GPM at 2000 PSI at 2000 or less engine RPM on a continuous basis. Shall be powered by truck engine through PTO driven hydraulic pump . Shall be designed so that damage will not result if it is run dry. HYDRAULIC SYSTEM: Hydraulic pump/pumps shall be powered by the truck engine through one ( 1 ) transmission mounted PTO. Each pump shall have an adequate capacity for the application. HYDRAULIC TANK: Shall be 50 gallon capacity , minimum. In addition , tank shall be equipped with oil cooling system if required to maintain oil at a proper operating temperature when operating at ambient temperature of 115 degree F. and maximum continuous operation. PTO: A "Chelsea" hot shift PTO shall be furnished and installed with a red warning light mounted on the dash. Heat shield shall be installed between exhaust system and PTO pump. A front mounted crank shaft PTO is not acceptable. NOTE: An air shift split shaft PTO with a lockup hold to prevent gear shifting within the operating iange aiiu a PTO interlock, shall be acceptable . All necessary components and modifications recommended by transmission and PTO manufacturers , shall be provided . Bidder must submit split shaft PTO' s make and model number, torque capacity, auxiliary components and in- stallation schematics with his Bid. 7 Spec . No. 8627-0 6 FRONT MOUNTED HOSE REEL: A heavy duty hose reel having a minimum capacity of 600 feet of one ( 1 ) inch I .D. high pressure hose , shall be mounted at the front of the truck on an independent frame which can be removed from brackets attached to the main truck frame members. If mounted on front of a tilt hood truck , the hose reel assembly shall be constructed to tip forward and back by means of a hydraulic cylinder mounted on the hose reel to allow truck hood tilting . The reel shall be driven , both ' forward and reverse by a hydraulic motor with the controls regulating the rotational speed . The hydraulic power source shall provide sufficient torque to pull in the hose when fully extended in a sewer with the cleaning nozzle in operation. A high pressure rotary joint shall be provided between the water pump and reel . The reel shall be equipped with a hand operated hose guide for easy placement of hose on the reel and shall have a 2-way reading footage meter which shall continuously display the footage of the hose being used. The display shall be easily visible to the operator . All components in the driving mechanism of hose reel shall have sufficient strength to withstand the maximum imposed torque . ( Double drive chains are preferred ) . All drive chains , sprockets, etc . , shall be provided with guards for the safety of operator. The hydraulic power system must be fully operable , independent of water pump system. The hose reel shall be constructed so that the interior faces of the reel are smooth and offer no projections or protuber- ances that will come in contact with the hose. Any required drum reinforcing or webbing shall be installed on the outer faces of the drum. REAR MOUNTED HOSE REEL ( IN LIEU OF FRONT MOUNTED HOSE REEL) : Shall meet all of the front mounted hose reel requirements with the exception of the independent mounted frame work and the tilting of the reel assembly. The rear mounted hose reel shall be installed in a compart- mented area isolated and separated from the rest of the body area and be provided with adequate drainage so the compartment can be steam cleaned and hosed out without water entering any other secton or compartment of the body. WATER PIPING: All piping in the high pressure discharge system shall be of extra strong Class 80 galvanized iron pipe with forged steel fittings . All hoses used in piping system, exclusive of hose reel , shall be wire reinforced with minimum working pressure of 2 ,000 PSI . Shall have a drain valve located at the lowest point in the piping system. An auxiliary water faucet for operator' s wash-up, shall be provided on the curbside of the vehicle . 8 Spec . No. 8627-01-6 SEWER CLEANER HOSE: Sewer cleaner shall be equipped with 500 continuous feet of one-inch I . D. plastic high pressure hose with fittings for attachment to reel and cleaning nozzle . The hose shall be provided with a nozzle extension, complete with high pressure hose fittings on both ends for attachment to cleaning nozzles. Shall have the following requirements: Minimum Burst Pressure ------ 6 ,000 PSI Maximum Operating Pressure -- 2 ,000 PSI Temperature Range ----------- (-) 40° F. to (+) 2000 F . Outside Diameter ------------ 1 .42" Core Tube ------------------- Thermoplastic "Synflex" P?o. 16223 , Tyre IIr , .0-75 inch thickness or equal Hytrel Polyester Reinforcing ----------------- Polyester Sheath Material ------------- Polyurethane, resin All couplings and connections , as attached , shall be certified to 6 ,000 pounds (minimum) burst pressure. 12 feet of one-inch I .D. , high pressure rubber leader hose shall be provided . Hose shall be fitted with the necessary fittings to install between plastic hose and nozzle extension. HOSE GUIDE: A plastic hose slipper shall be provided as a lower manhole guide. An additional hose guide shall be provided for attachment to the manhole ring , for use when the truck cannot be positioned directly over the manhole. SEWER CLEANING NOZZLES : Four ( 4 ) cleaning nozzles shall be provided . Two ( 2 ) shall be 15 degree radials and the other two ( 2 ) shall be 35 degree radials . One ( 1 ) 15 degree and one ( 1 ) 35 degree radial nozzle shall have rearward propelling and cleaning orifice. The other two nozzles shall have an additional forward orifice to permit clearing of sewer stoppages. All nozzles shall be hardened to 50 Rockwell hardness . One ( 1 ) large combination nozzle with replaceable jet orifices shall be provided and shall be a "SECA" Model CN-1 , or equal . HIGH PRESSURE CLEANING GUN: A high pressure "Dead Man" type of cleaning gun complete with 15 feet of 1/2-inch I .D. high pressure hose and quick disconnect fitting shall be provided . The cleaning gun shall be furnished with a variable stream nozzle. Cleaning gun shall be infinitely variable from fan spray to solid stream. Provide a quick disconnect outlet and fitting at the operator' s station for connection of the cleaning gun . 9 Spec . No. 8627-0_ HIGH PRESSURE CLEANING GUN : ( continued ) A high pressure relief valve shall be provided on the hand gun system to limit the maximum pressure to 600 PSI , when handgun is in operation. OPERATOR CONTROL STATION : All gauges , switches , levers , etc. , necessary for the operation of the machine, shall be grouped together at the operator' s station. Controls shall include : A. Vernier type throttle control "Morse" , or equal . B. Excessive flow warning light . C. Low water level warning light . D. Hose reel direction and speed control. E. Water pressure gauge. Further, controls shall be furnished whereby the operator can start and stop the water pump and vary the flow from 0 to 60 GPM at control station. LABELS : ALL CONTROLS AND INDICATORS SHALL HAVE ENGRAVED PLASTIC OR STAMPED METAL PERMANENT LABELS TO INDICATE FUNCTION AND DIRECTION OF OPERATIONS ( DYMO LABELS WILL NOT BE ACCEPTABLE ! ) . SHALL BE ATTACHED TO THE UNIT BY BOLTS OR RIVETS . TOOL COMPARTMENTS : Provide and install one ( 1 ) 18" high x 20" deep x 361 long toolbox and one ( 1 ) 36" high x 16" deep x 24" wide rain gear compartment . Shall be easily accessible and shall not interfere with any operating parts. Shall have doors with continuous hinges , chain stops and spring type hasp for padlock. Shall have a drip molding over the door. An additional open tool bin , approximately 20-inch wide and 12-inch deep with a minimum length of five feet, shall be provided . Shall be fabricated of 3/16-inch perforated steel plate with approximately 1/2-inch diameter perforations. The top edge of the bin shall have a radiused return and edge protection. ADDITIONAL EQUIPMENT: A. Two ( 2) "Grote" No. 76223 or "Federal" Titan Model 312 , 360 degree revolving amber warning lights mounted front and rear of the machine. The rear unit shall be mounted at the rear most portion of the body or water tank. Shall be activated by separate dash mounted switches with indicator lights and shall be wired to separate circuits. lu Spec. No. 8627-L 6 ADDITIONAL EQUIPMENT: ( continued ) B. Provide a portable sealed beam spotlight , "Specialty Lighting" Model 36460 . Shall be compatible with twist- lock outlet required under item "C" . C . Provide a 12-volt , weatherproof , 2-prong , twist-lock type electric outlet "Bryant" 7210 B, or equal . Shall be installed at. or near the operator' s control station. D. Grease gun (hand loaded type ) . E. Mudguards shall be attached to the rear of the unit and have 1/8" x 1" strips of metal on both sides of top and bottom. F . Provide hose repair kit with tool body and swaging dies to provide the capability of installing swage fitt-ings for the sewer cleaner hoses in the field. LIGHTING: All lighting shall comply with the mounting and orientation instructions of Division 12 , Chapter 2 , of the State of California Vehicle Code , and the Federal Motor Vehicle Safety Standards ( FMVSS) , as last revised . All tail , stop , backup and turn signal lights shall be flush mounted in the rear skirt. Clearance lights shall be "Dietz" No. 2-692 with "Dietz" No. 24-960 armored guard. Install two ( 2) three ( 3 ) inch or larger , reflectors at rear body skirt . Furnish and install license plate light and mounting for license plate. Furnish and install any additional lights required by the FMVSS and the California Vehicle Code , as last revised . WIRING: All new wiring , and all wiring that is exposed , shall be installed in flexible non-metallic loom, with crimped con- nectors , all properly insulated . All wiring shall be of adequate size to carry designed electrical load without excessive voltage drop. All wiring passing through parti- tions or bulkheads shall have a rubber grommet at that point for chafe protection. All wiring shall be routed and secured to prevent damage from abrasion and heat. All wiring shall be color or number coded . Color or number coding shall be continuous throughout circuit , from begin- ning to end . All electrical circuits shall have circuit breaker protection devices. WELDING : Welding fillets shall have good penetration, good fusion, good appearance , and shall show no cracks or undercutting . 11 Spec . No. 8627-. -6 WORKMANSHIP : All workmanship , welding , and construction to be in the best manner of the trade. Shall be subject to inspection and approval by Fleet Services . PAINTING REQUIREMENTS : All unwelded seams shall be sealed flush , with automotive body caulking compound. All metal work shall be thoroughly cleaned of welding flux , rust , mill scale , dirt , and grease . Shall then be washed with a metal preparation to provide a good etched surface for paint adherence . At least one ( 1 ) coat of primer shall be applied throughout , spot puttied where required , and sanded to a smooth surface . A fog coat and one ( 1 ) finish coat shall be applied with sufficient drying time between coats to produce a good finish, free of runs. All paint work shall be sprayed. COLOR: Cab , hood , fenders , body, water tank , and all grill work not chromed , shall be painted "DuPont DuLux" Yukon Yellow, No. 93-6578 or matching equal . Wheels shall be painted "DuPont DuLux" Gray , No. 181-29495 . Frame shall be painted "black" . Interior trim and seat color shall be factory recommended colors. UNDERSEAL: Complete underside of vehicle chassis, load body, frame , and all exposed sheet metal shall be double coated with heavy 3M undercoating compound . This shall not include the running gear or suspension. SPECIAL REQUIREMENTS : Noise and Smoke Emission : A. Operator Exposure Noise : Shall comply with the occupa- tional Safety and Health Act (OSHA) , 90 dba (maximum) or the current sound level requirement in effect at time of award of contract , for an eight ( 8 ) hour maximum operator exposure time; measured at operator' s ear with engine at governed RPM. B . Exterior Noise : Shall comply with the City of Los Angeles Ordinance No. 148 ,594 which states the maximum noise emitted by construction, lawn mowing , agricultural and industrial machinery shall not exceed 75 dbA at a distance of 50 feet , in conformity with test procedure SAE Standard J88 and SAE Recommended Practice J184 , where compliance is technically feasible . C. Exhaust Smoke: Shall meet Los Angeles County Rules 401 and 402 . f 12 Spec . No. 8627-0 -6 MANUALS-PARTS BOOKS AND CERTIFICATES : The following shall be provided at the time the equipment is delivered: Three ( 3 ) technical service manuals for the cab/chassis and major equipment . Four ( 4 ) visual parts books or four ( 4 ) microfiche sets if books not available. For each unit delivered , there shall be : Two ( 2) operator' s manual . One ( 1 ) line set invoice . One ( 1 ) certified weight ticket. Four ( 4 ) key sets. HAAKER EQUIPMENT COMPANY SINCE 1972 3505 POMONA BOULEVARD POMONA,CALIFORNIA 9176E 714/598-2706 May 20 , 1986 City of Los Angeles Purchasing Office Room 850, City Hall East 200 West Main Street Subject: Bid #F8185 May 21 , 1986 - 11 :00 A.M. Gentlemen: We are pleased to respond to your request for two (2) each truck, sewer cleaner and your specification No . 8627-01-06. Our bid is in complete compliance with your specifications. No exceptions are taken. Thank you for the opportunity to again be of service to the City of Los Angeles . Si ncerel�, Bill Haaker Vice President BH/nm enclosures 6 ' May 1(, , 19RE, Haak,er Equipment Cc,. 3505 Pomona Elvd . Pomona , CA 9176E A77N . F : 11 Haak.e► :i:� of i c.c A-!gc E c C Peab5dyM� DEa,- E- i - 1 Per your request under "fr-a—,,,E" on Page 20 of City Specifications F8185 we submit the following. We approve of the truck frame being supplied to you under the bid by Haaker Equipment Company. The frame supplied by WC of 33,200 GVW is satisfactory for our application. Section Modulus of 23.4 and RSM 1 ,170,000 is satisfactory. If you havE any further questions please do not hesitate to contact u1 . Nik.E Haws ins Ins idE SEIEs K,arragE , Mr,'j cc -. f. . I.erE_iE : g Haaker L pment Co. ; 6-4-86 3505 Pomona Blvd. Truck 6 Bus Group Pomona, Ca. 91 768 GNIC Truck&Coach Uperatr,', ® General Motors Corporation 6901 South Alameda Street Los Angeles Ca 13) 582 0941 Ref : City of Los Angeles Bid No. F8185 : e are pleased to quote the followinv G`iC ve!:icle: "!ODEL: C7D042 CAB cE: 96" BBC: Conventional Gv',ti71 : 33,200P FRONT A',LE: GM F120 12,00W� Capacity Inc . Power Steering REAR AXLE: Eaton 22221 22,000# Capacity 2-Speed (4 Ratio's Avail.) TRANSMISSION: Alliso-i MT6431) Automatic. ENGINE: Detroit Diesel 8.21 194 Net HP @ 2800 RPM ArDITI IT_"CkL"_L SPECICATIONS: (7) llx22.5G 14-Ply Highway Tires California Emissions (7) 22.5x8.25 10-Stud Steel Disc Wheels GMC Engine Shutdown System H.D. Dry Type Air Cleaner Electronic Variable Speed Governor 50-Gallon RE Step Tank Trans. Temp. Guage Single horizontal Exhaust Heave-Duty SAE 950 Frame 23,000P Rear Suspension Full Inner Channel Frame Reinf. Multi-Leaf Au::iliary Rear Springs Circuit Breakers 12,0004' Front Suspension Cab Assist Handles 149" Wheelbase 84" CA Retrac S-158-KDV Mirrors Air Brakes Front Tow Hooks B.W. 12 CFM Air Compressor All Standard Equipment Not Spec . B.W. DV2 Moisture Ejector Local Installations B.W. Air Dryer Air Cleaner Restriction Guage,Hayden K1260 Rockwell Auto. Brake Slack Adjusters Trans . Cooler. , Test Valve @ Air Comp. ,18" Ste Bench 3-Passenger Seat Both Sides Cab,Preco 45A Back-up Alarm, Triar Dual Delco 880 CCA Batteries hit , Extra Keys, Engine Hourmeter, Grote 762: 80-Amp Alternator Light on Li.cht Bar, Undercoating* "_- • , ' - V-, ::,•.",. Colors 1 C'1111'll 1. l Streator , Illinois $32,560.00 ea. Note: These local installations will have to be done after the completed unit is transported by Haaker from Streator, I17: to Los Angeles. G^`C would need the vehicles about two ful- days. A. F. -c-, ,._cc,unt '+ana t r any 51—itc or loci' ta`: or or SPE( ICATION NO. 484850 Effective April 9, 1984 SPECIFICATIONS Supersedes all other Specifications MODEL 850 JET-RODDER9 High velocity sewer cleaner (Jet-Rodder) for cleaning of sanitary sewer or storm drain lines. The machine will be used for removing sand,stones,bottles,cans,grease,sludge and other debris from sanitary sewer and/or storm drain lines by the jet-rodding action of high pressure water. The machine shall be equipped with a self-contained water supply as the water source for the high pressure pump.The high pressure water pump shall be hydraulically driven with the chassis engine as the power source. The machine shall be capable of being operated by one man with all operating controls for high pressure water and hose reel located at the front of the machine for operator safety. WATER TANK Optional. Capacities: (Gallons) ❑ 1500 ❑ 2000 ❑ 2500 The tank will be 10 gage rolled steel with internal baffles, coated with rust inhibiting coating. Stainless Steel optional.The tank shall have a 24" diameter access manhole for inspection and shall be properly vented.The tank shall be equipped with an anti- siphon device and be capable of being filled from either side of the vehicle. 25 feet of fire hose, equipped with 21/,"brass female swivel fire hydrant fitting shall be provided for filling.Ladder and/or steps shall be provided for access to top of tank.There shall be a sight guage to show amount of water in the tank and shall be visible from the operator's station.Provision shall be provided to drain entire tank at low point of the tank. HIGH PRESSURE WATER (JET-RODDER) PUMP A single piston pump will be furnished which will deliver a minimum of 50 and a maximum of 60 gallons per minute against an operating pressure of 2,500 lbs. per square inch. A system shall be provided to vary the water pressure from 0 to 2500 PSI by the operator at the controls mounted at the front of the truck.A flow device will be provided to warn the operator by red light when design flow volume in gallons per minute is exceeded.All Controls will be located at the operator's station the front of the vehicle whereby the operator can start or stop the pump at will without changing the speed of the driving engine. The water side of the pump shall have all surfaces in contact with water manufactured from one of the following materials:Stainless steel, chrome, polyurethane, teflon, rubber or high strength gray iron. A cycle time of approximately 4'V: seconds at 2,500 PSI pressure is required. JET-RODDER HOSE REEL The hose reel assembly will be mounted on an independent frame which can be removed from brackets permanently attached to the main truck frame members.The reel assembly must be such that its removal would normally be done in less than an hour. If mounted on a tilt hood truck, it must be so constructed to tip forward in order to tilt the hood forward to gain access to the engine compartment.It will be a minimum of 30 inches in diameter on the inside of the reel,and be power driven both forward and reverse by a hydraulic motor with the controls to regulate the rotational speed of the reel in both directions. All controls for operating the rodder itself will be mounted on the reel frame with a swivel joint incorporated between the water pump and the reel. The reel capacity must be a minimum of 600 feet of 1 inch I.D.high pressure hose and be capable of operating at 2,500 PSI with a 6,250 lb. burst pressure.400'of hose to be included.A hose swaging kit will be included that consists of a swaging machine with dies,hose end, and splicer for the 1" high pressure rodder hose. A level wind guide for rewinding hose shall be included. HIGH PRESSURE HANDGUN A high pressure trigger type handgun complete with 20 feet of '/ inch high pressure hose and quick disconnect fittings will be provided. The flow rate through the handgun shall be adjustable and have a pressure relief valve. Hand gun shall provide a minimum of 600 PSI and 20 GPM PAINTING All metal shall be primed and painted one of the Mfr's standard colors. STANDARD ACCESSORIES WITH BASIC UNIT A flexible hose guide to protect high pressure hose shall be provided.Two nozzles,one 150 and one 301 made from a tool steel hardened to 50 Rockwell-C hardness. A Hose Repair Kit shall be provided. 921352 CITY OF KENT =ORDER SE 220 4TH AVENUE SOUTH O. 28852 KENT,WASHINGTON 98032-5895 IN TA PHONE (206) 872-4159 DATE DEPARTMENT NAME DELIVER TO:(CITY HALL UNLESS INDICATED) --T—DATE RECEIVED PUBLIC WORKS VENDOR Sctlll�JCrC( 1, REQUISITIONER RECEIV D BY OR THORIZATION TO PAY 01 ADDRESS ny DEPA T HEAD CITY& STATE ` THIS DOCUMENT IS HEREBY DEEMED A VALID PURCHASE ORDER AND AUTHORIZES THE PROCUREMENT OF THE MATERIAL AND/OR SERVICES INDICATED.ALL ORDERS IN EXCESS OF $50.00 MUST BE SIGNED BY PURCHASING AGENT TO BE VALID. PURCHASING AGENT �. PAYMENT VENDOR CK# DATE NUMBER" .. MAKE CHECK PAYABLE TO: ACCOUNT NUMBER ITEM AND PURPOSE QTY UNIT AMOUNT -OBJECT PRICE FUND-PROJ.-ORG.-BASUB Trunk-mounted sewer rodder _ -- - per City of Ws Angeles bid specifications---Vehicle,--20 5 I I _ (201) Less trade-in 10 000.0 _, - 591-99 ..Q_ I I I 59,992 100 4400 560 59010 6400 I i I I I I I I I I I I , I I I I � I I I I I I I I I 1 I I � I I I -- I � I � I � I TOTAL 59,992.00 IMPORTANT-PLEASE READ CAREFULLY AMOUNT OUR PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES,PACKAGES,ETC.PLEASE NOTIFY US IMMEDIATELY IF YOU ARE UNABLE TO SHIP COMPLETE ORDER,ALL FREIGHT OR CARRYING CHARGES MUST BE PREPAID. FFnFRAL EXCISE TAXES SHALL NOT BE INCLUDED IN THE AMOUNTS SHOWN ON THIS CLAIM,PLEASE SEND 3 COPIES CITY OF 019 4400 560 59010 6400 CAPITAL OUTLAY REQUEST FORM (Bars Account Nunber) 1. Description of equipment or capital improvement requested: JET FOR HIGH VELOCITY TRUCK # 201 2. This is replacement equipment X OR additional equipment 3. Justification for acquisition of this item: PRESENT HIGH-VELOCITY JET IS ALMOST 15 YEARS OLD, WORN OUT AND NEEDS TO BE REPLACED. THE CHASSIS IS OKAY. USE OF PRESE14T tiACHINE REQUIRES MORE TIME AND MONEY THAN SHOULD BE NECESSARY. NEW JET WOULD HEAN MORE EFFICIENT, FASTER CLEANING OF SEWER LINES. 4. Leasing alternatives: (If applicable) NONE CONTINUE USING OLD MACHINE 5. Source of Funding: (Name of Grant, etc.) SEWER REVENUE 6. Estimated cost: (Include additional cost to put into service and deduct out trade-in value or replaced equipment) Quantity Unit Price Total Purchase Price, including TAX Other Installation Costs 1 $40 ,000. $40 ,0o0. Less: Trade-In 7. Remarks: (Include estimated cost of annual maintenance agreement) NEW JET WOULD HAVE LIFE OF 15-20 YEARS. 8. APPROVAL: Form Completed: Prepared by: D At Budget time for year 198� Department Head: lia—��MaLr_5 , �+:er Budget cycle for year 198_ Date D�'rsbursement of Form After Budget City Administrator: Approval: i Date. White - Attached to Purchase Order Yellow - Department Copy Pink - Central Services Copy "ASSETS APE $1 , 000 . OR MORE EFFECTIVE 1/l/86" CITY OF EIT 4400 560 59010 6400 CAPITAL OUTLAY REQUEST FOW (Bars Account Number) 1. Description of equipment or capital improvement requested: TRUQK MOUNTED SEWER JET RODDERS 2. This is replacement equipment X OR additional equipment 3. Justification for acquisition of this item: REFER TO CAPITAL OUTLAY QUEST FORM DID 7-29-85 THE ORIGINAL REQUEST IN AMOUNT OF $40,000 DID NOT INCLUDE VEMCLE THE NEW SEWER JET RODDERS WILL NOT FIT ON THE ORIGINAL EQUIPMENT 4. Leasing alternatives: (If applicable) NONE 5. Source of Funding: (Name of Grant, etc.) 6. Estimated cost: (Include additional cost to put into service and deduct out trade-in value or replaced equipment) Quantity Unit Price Total Purchase Price, including TAX Other Installation Costs 1 19,992.00 19,992.00 Less: Trade-In 7. Remarks: (Include estimated cost of annual maintenance agreement) 8. APPROVAL: Form Completed: Prepared by: Date At Budget time for year 198_6 [�dDepartment Head: kA After Budget cycle for year 198_ to ' Disbursement of Form After Budget City Administrator: Approval: t White - Attached to Purchase Order Yellow - Department Copy Pink - Central Services Copy