Bid#41-17 New Freightliner 10 Wheel Vacuum Pump Truck Or Equivalent INVITATION TO BID

Similar documents
City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Bid#16-16 New Freightliner 10 Wheel Dump Truck With Plow & Wing Plow Or Equivalent INVITATION TO BID

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

NELSON COUNTY FISCAL COURT

GALLATIN PUBLIC UTILITIES

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

City of Portsmouth Portsmouth New Hampshire INVITATION TO BID

City of Portsmouth Portsmouth New Hampshire INVITATION TO BID

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Invitation No: Additional available options:

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

REQUEST FOR QUOTATIONS

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

RAC EXPORT TRADING Germany Tel

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

Type 3 Fire Engine Model 346

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

Invitation for Bid # Tandem Axle Dump Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

INVITATION FOR BID 2015 ROLL OFF/ON TRUCK BODY W/HOIST

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

SALT TRUCK - SHORT TANDEM

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

TENDER HALF TON PICKUP TRUCK, 4x4

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

CITY OF CORALVILLE th Street, Coralville, IA

City of Lewiston Finance Department Allen Ward, Purchasing Agent

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

Standard features. Standard features of the Unimog U500 NA 2005 model

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Type III Ambulance INVITATION TO BID

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

BANNOCK COUNTY SOLID WASTE

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

Mantis Rerailer General Specifications

FLAT BED STAKE BODY TRUCK

GU533 MACK TRUCKS ARE BUILT TO BUILD

Invitation to Tender. District of Taylor MOTOR GRADER

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Mantis Rerailer. General Specifications

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

Purchasing Department Finance Group INVITATION TO BID

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

CITY OF MARSHALL, MINNESOTA

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Request for Proposal. Articulated Loader

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

CURBSIDE RECYCLING TRUCK

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:


Town of South Windsor, Connecticut. Police Department

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

REQUEST FOR BID For Trucks. Bid Notice

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Meramec Valley R-III School District 126 North Payne Pacific MO

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

Transcription:

City of Portsmouth Portsmouth, New Hampshire Public Works Water/Sewer Division Bid#41-17 New Freightliner 10 Wheel Vacuum Pump Truck Or Equivalent INVITATION TO BID The Portsmouth Public Works Department Water/Sewer Division is seeking to purchase a new 10 wheel vacuum pump truck. Sealed bid proposals, plainly marked Bid#41-17 New 10 Wheel Vacuum Pump Truck on the outside of the envelope, addressed to the Finance/Purchasing Department, City Hall, 1 Junkins Avenue, Portsmouth, New Hampshire, 03801, will be accepted until 2:00 p.m. February 23, 2017 at which time all bids will be publicly opened and read aloud. This bid is available at http://www.cityofportsmouth.com/finance/purchasing.htm or by contacting the Finance/Purchasing Department at the following number: (603) 610-7227. Questions may be directed to the Finance/Purchasing Department. Addenda to this proposal, if any, including written answers to questions, will be posted on the City of Portsmouth website under the project heading. The City of Portsmouth reserves the right to reject any or all bids, to waive technical or legal deficiencies, and to accept any bid that it may deem to be in the best interest of the City.

INSTRUCTION TO BIDDERS I. Preparation of Bid Proposal A. The Bidder shall submit its proposal upon the form furnished by the City (attached). Prices shall be given in both words and figures. B. Corrections made to amounts or information requested on the bid form should be made by crossing out the error and entering the new price or information above or below it. The correction must be initialed. In case of discrepancy between the prices written in words and those written in figures, the prices written in words shall govern. C. The bidder s proposal must be signed by the individual, by one or more members of the partnership, by one or more members or officers of each firm representing a joint venture; by one or more officers of a corporation, or by an agent of the contractor legally qualified and acceptable to the owner. If the proposal is made by an individual, his/her name and post office address must be shown, by a partnership the name and post office address if each partnership member must be shown; as a joint venture, the name and post office address of each must be shown; by a corporation, the name of the corporation and its business address must be shown, together with the name of the state in which it is incorporated, and the names, titles, and business addresses of the President, Secretary, and Treasurer. D. All words, figures, corrections shall be in ink or typed. All signatures shall be in ink. E. Addenda to this proposal, if any, including written answers to questions, will be posted on the City of Portsmouth website at http://www.cityofportsmouth.com/finance/purchasing.htm under the project heading. Addenda and updates will NOT be sent directly to firms. Bidders submitting a proposal should check the web site for addenda and updates after the release date. Bidders should print out, sign and return addenda with the proposal. Failure to do so may result in disqualification. II. III. IV. Delivery of Bid Proposals When sent by mail, the sealed proposal shall be addressed to the owner at the address and in the care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the invitation for bids. Proposals received after the time for opening of the bids will be returned to the bidder, unopened. Faxed bid proposals are not acceptable. Withdrawal of Bid Proposals A bidder will be permitted to withdraw his/her proposal unopened after it has been deposited if such request is received in writing prior to the time specified for opening the proposals. Public Opening of Bid Proposals Proposals will be opened and read publicly at the time and place indicated in the invitation for bids. Bidders, their authorized agents, and other interested parties are invited to be present.

V. Irregular Proposals and Disqualification of Bidders Bid proposals that are irregular may be rejected. Irregular bid proposals include the following: A. Failure to use the bid form provided or alteration of the form. B. Unauthorized additions, conditional or alternated bids, incomplete bids, or irregularities of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning. C. The addition of any provision reserving the right to accept or reject an award, or to enter into a contract pursuant to an award. Bidders may be disqualified and the bid proposal rejected for the following reasons: A. More than one proposal for the same work from an individual, firm, or corporation under the same or different name; B. Evidence of collusion among bidders; C. Failure to submit all required information requested in bid specifications; D. Bidder is not qualified or able to provide the services or product(s) described in the bid specifications; or E. Disqualification is in the best interest of the City of Portsmouth. AWARD I. Consideration of Proposals and Award After the proposals are opened and read, bid results will be available to the public. In case of discrepancy between the prices written in words and those written figures, the prices written in words shall govern. Within 30 calendar days after the opening of proposals, if an award is made, it will be made to the lowest, responsible, qualified bidder whose proposal complies with all the requirements prescribed. The successful bidder will be notified by mail at the address indicated on the proposal. The award shall not be considered official until such time that a purchase order, fully executed contract or an award letter has been issued by the Finance Director. No presumption of award shall be made by the bidder until such documents are in hand. Verbal notification of award is not considered official. Any action by the bidder to assume otherwise is done so at his/her own risk and the City will not be held liable for any expense incurred by a bidder that has not received an official award. III. Reservation of Rights The City reserves the right to cancel the award at any time before final notification of the successful bidder without any liability against the City. The City of Portsmouth reserves the right to reject any or all bids, to waive technical or legal deficiencies, and to accept any bid that it may deem to be in the best interest of the City.

Bid Specifications New Freightliner 10 Wheel Vacuum Pump Truck or Equivalent: The intent of this specification is to procure a new, latest model, ten wheel vacuum pump truck that is fully functional and equipped for the removal and transport of sanitary waste. The dump body will have a telescoping hoist and a hydraulically actuated fully opening rear door. The body will be equipped with a wash down system to assist in the cleaning of lift stations. The City of Portsmouth will trade in two vehicles: Vehicle#1: 1997 Volvo triaxle roll off truck with approximately 202,000 miles. Vehicles#2: 1994 White/GMC 10 wheel septic vacuum truck with approximately 203,000 miles. The following are minimum acceptable specifications. Any exceptions shall be noted in the column titled Actual Bid. Minimum Requested: Actual Bid: Engine Components: 410 Horsepower, 1650 LB/FT Torque Onboard diagnostics Carbon Emission Certification-Clean Idle Side of hood air intake with firewall mounted air cleaner and inside/outside air with snow door DR 12V 180 Amp 28-SI quadramount pad alternator with remote battery volt sense 19.0 CFM single cylinder air compressor with safety valve Electronic engine integral shutdown protection system Right side outboard under step mounted horizontal after treatment system assembly with right side B-pillar mounted vertical tailpipe Engine after treatment device, automatic over

the road regeneration and dash mounted regeneration request switch Ten Foot exhaust system height with a right hand curved tailpipe Left side mounted medium duty diesel exhaust tank Stainless steel after treatment device, muffler, tailpipe shield _ 1500 square inch aluminum radiator with _ drain valve 1500 watt/ 115 volt block heater with engine heater receptacle under left side door 12V 39MT+ HD/OCP starter with thermal protection and integrated magnetic switch Transmission Equipment: Allison 4500 RDS automatic transmission with PTO provision Vehicle interface wiring with body builder connector mounted back of the cab PTO mounting, left side of main transmission Electronic transmission access connector mounted to the firewall Magnetic plugs- engine drain, transmission drain, axles fill and drain Dash mounted push button electronic shift Control Frame mounted water to oil transmission cooler Electronic transmission oil level check

Synthetic Transmission Fluid _ Front Axle and Suspension: 20,000 lb front axle with 20,000 lb flat leaf suspension Graphite bronze bushings with seals 16.5 x 6 front brakes with automatic slack _ adjusters Frame mounted power steering with cooler Front hub, caps with window, center and side plugs. Synthetic 75w-90 front axle lube Rear Axle and Suspension: 46000 lb rear tandem axles with 46000 lb. _ Tuftrac rear springs and shock absorbers 16.5 x 8.62 rear brakes with automatic slack _ adjusters Driver controlled traction differential, both tandem axles 4.56 rear axle ratio _ Extended lube main driveline with full Round yokes _ Brake System: ABS without traction control, air dryer with integral air governor, heater, and oil coalescing filter for air dryer Aluminum air brake reservoirs with pull cables Reinforced nylon, fabric braided and wire braided chassis air lines _

Wheelbase and Frame: 252 wheel base _ 74 rear frame overhang _ Back of cab to rear suspension 168 _ Fuel Tank: 70 gallon aluminum rectangular tank mounted _ on left side Tires: Michelin XZU-S2 315/80R22.5 20 ply radial front tires Michelin XDE M/S 11R22.5 16 ply radial rear tires Wheels: 22.5x9.00 10-hub pilot 5.25 inset 5-hand steel disc front wheels painted black 22.5x8.25 10-hub pilot 2-hand HD steel disc rear wheels painted black Nylon wheel guards front and rear all interfaces Exterior Cab: Conventional cab Air cab mounts 3 ½ inch fender extensions Left side and right side exterior grab handles with rubber insert Fiberglass hood with access hatches Tunnel/firewall liner Dual 24 inch round polish aluminum air horns roof mounted

Door locks and ignition switch keyed the same with 6 keys Rear license plate mount at end of frame Halogen composite headlamps with bright bezels LED aerodynamic marker lights Headlights on with wipers with low beam daytime running lights Integral stop, tail, and backup lights Standard front turn signal lights Dual west coast bright finish heated mirrors with left hand and right hand remote Left hand and right hand 8 inch bright finish convex mirrors mounted below primary mirrors Right hand and left hand 8 inch heated stainless fender mounted convex mirrors with tripod brackets Right hand down view mirror Standard side and rear reflectors Right hand aftertreatment system with cab access and plain diamond plate cover Composite exterior sun visor Rear window Tinted door glass left hand and right hand with a tinted wing window Right hand and left hand electric powered Windows One piece tinted curved bonded windshield with heated wiper blade parking areas _

Interior Cab: Molded plastic door panels with aluminum kick plates on lower door Black mats with a single layer of insulation Center storage console mounted on back wall Two cup holders mounted on dash Switch expansion module 2 ½ lb. fire extinguisher Triangular reflectors Heater, defroster and air conditioner HVAC duct work with snow shield for fresh Air intake Main HVAC controls with recirculation switch Heavy duty air conditioning compressor Solid State circuit protection and fuses with spare fuse kit Dome door activated left hand and right hand dual reading lights Left hand and right hand electric door locks 12 volt power supply in dash Premium high back air suspension driver seat with 3 chamber air lumbar, integrated cushion extension, forward and rear cushion tilt, adjustable shock absorber Premium high back air suspension passenger seat with 3 chamber air lumbar, integrated

cushion extension, forward and rear cushion tilt, adjustable shock absorber Dual driver and passenger seat armrests _ Left hand and right hand integral door armrests Adjustable tilt and telescoping steering column Eighteen inch steering wheel Driver and passenger interior sun visor Instruments and Controls: Black gauge bezels Low air pressure light and alarm Single brake application air gauge Two inch primary and secondary air pressure gauges One valve parking brake system with dash valve control, auto-neutral and warning indicator Dash mounted air restriction indicator with graduations Ninety seven decibel backup alarm Electronic cruise control Programmable RPM control Diagnostic interface connector, 9 pin, SAE J1939, located below dash Fuel filter restriction indicator Engine coolant temperature gauge

Engine oil temperature gauge Engine oil pressure gauge Two inch fuel gauge Two inch Transmission oil temperature gauge Inside/outside temperature gauge with LCD Fahrenheit display Dash mounted PTO switch with indicator light Engine and trip hour meters integral within driver display Overhead instrument panel Smartplex hub module with overhead switch switch mounting, driver side, 6 switch slots Six on/off Smartplex switches AM/FM/WB radio with Bluetooth and microphone, USB, front and rear inputs and J1939, dash mounted Radio wiring with power cutoff when vehicle is in reverse gear Two radio speakers mounted in cab Multi-band AM/FM/WB/CB left hand mirror mounted antenna system Power and ground studs in dash plus roof console wiring Overhead console CB radio provision Speedometer MPH/KPH _ 3000 RPM Tachometer

Remote engine diagnostics Digital voltage display integral with drivers display Single electric windshield wiper motor with delay programmed to slowest speed with parking break set Marker light switch integral with headlight switch Self canceling turn signal switch with dimmer, washer/wiper and hazard in handle Diagnostics and Software: Diagnostic software and all required laptop computer cables and or connections for diagnosis of engine, chassis and electrical system, and ABS system. Latest version of Allison transmission software shall be provided for programming with one day of on site programming instruction. Service and Parts Manuals: For the Life of the vehicle, the contractor shall provide web based access to all truck specific service manuals, technical specifications and parts catalogs Color: Cab color- Wheatland yellow Chassis- Black Warranty: Standard factory warranty on cab and chassis Engine- 7 year/250,000 mile full coverage Transmission- 5 years/unlimited miles Cooling- 5 years/200,000 miles

4500 Gallon Steel Vacuum Body Waste Tank: Constructed of A-36 steel 4200 gallon holding capacity 20 rear cleanout hatch with 6 dump and gate valve 12 forward hatch with primary shut off ball and seat 20 center manway Three 5 level site eyes Two internal tank baffles, full size with access holes Spring loaded tank mounts 4 Inlet riser pipe to top of tank with internal pipe bracing and valve Ladder for manway access Full opening rear door with hydraulic door lift Hydraulic dump cylinder Water Tank: 300 gallon capacity Tank will be the front section of main tank ¾ inch site tube for water level 4 top fill port ¾ inch garden hose fill port

1 ½ inch drain valve to passengers side Water pump port Vacuum System: NVE 866 Max Pac liquid cooled rotary vane vacuum pump, 500CFM and vacuum up to 27 in-hg continuously Air shift PTO Right angle gear box Tubular steel drive shaft #9 flex coupler Secondary scrubber 4 vacuum pump feed lines to tank Exhaust oil catch muffler Vacuum pump engine coolant connections Vacuum/pressure relief valves with gauge Heated valves Two 33 x 3 vacuum hoses 4 x 3 reducer Washdown System: Centrifugal pump 4 gpm, 2000 psi Bypass return line from pump to tank 3/8 x 100 spring rewind hose reel High pressure gun, lance and nozzle

Body: Hose trays 10 gauge steel Hose tray and an 18 high strip on the adjacent tank area to be treated with a rubberized coating to protect the surfaces Rear lights to include two each of 4 brake, turn, reverse and strobe Two rear LED work lights with cab switch Two LED work lights with cab switch mounted on front of body to illuminate RH and LH side of tank Two LED 6 oval amber strobe lights to be mounted in the rear bumper Two Whelen L31HAF amber strobe lights to be mounted to the driver and passenger side door mirrors Poly fenders mounted over rear tandem tires Heavy duty bumper 18 x 18 x 36 stainless steel tool box mounted RH side Finish: Sandblasted Epoxy primer High solids urethane finish, Black

Service and Parts Manuals: The contractor shall provide all body specific service manuals, technical specifications and parts catalogs Training: The contractor shall provide one day training by a factory representative in the operation and maintenance of truck body components Warranty: Two year warranty on fabricated parts Five year warranty on water pump Two year warranty on vacuum pump Vehicle Trade In: The City of Portsmouth will trade in two vehicles: Vehicle#1: 1997 Volvo triaxle roll off truck with approximately 202,000 miles. Vehicles#2: 1994 White/GMC 10 wheel septic vacuum truck with approximately 203,000 miles. The vehicles may be viewed by appointment at 680 Peverly Hill Road, Portsmouth NH. You may set up an appointment by calling the City s Fleet Maintenance Division at 603-828-1209.

Bid#41-17 New Freightliner 10 Wheel Vacuum Pump Truck Or Equivalent BID PROPOSAL FORM Item #1 New 10 Wheel Vacuum Pump Truck: $ $ Price in Words Item#2 Trade-in: 1997 Volvo triaxle roll off truck with approximately 202,000 miles. $ Price in Words $ Item#3 Trade-in: 1994 White/GMC 10 wheel septic vacuum truck with approximately 203,000 miles. $ Price in Words $ Warranties: Standard factory warranty on cab and chassis Engine- 7 year/250.000 mile full coverage Transmission- 5 years/unlimited miles Cooling- 5 years/200,000 miles Two year warranty on fabricated parts Five year warranty on water pump Two year warranty on vacuum pump $ _ $ $ _ $_ $ $ $

An equivalent New 10 Wheel Vacuum Pump Truck will be considered that meets the bid specifications. The City in its sole discretion will determine if it satisfies the bid specifications. Basis of Award: Item#1: Vacuum Pump Truck minus trade-ins (Item#2, Item#3) plus warranty charges: Grand Total Bid $ $ Price in Words DELIVERY: made. Bidder must state approximate number of days from award that delivery will be Approximate Number of Days for Delivery: DELIVERY NEW VEHICLE: Delivery is expected no later than 120 days from receipt of award. Bidder must deliver vehicle to the Public Works Department, 680 Peverly Hill Road, Portsmouth, New Hampshire. The undersigned agrees that he/she on behalf of Bidder has read the bid proposal documents, the instruction to bidders specifications and agrees to the terms and conditions set forth herein. Bidder understands that bid prices shall include delivery FOB to the address identified in the bid documents and bid price shall be firm for at least 45 days. Bidder further agrees that this bid is not made jointly or in conjunction, cooperation or collusion with any person, firm, corporation or other legal entity. Bidder agrees no officer, agent or employee of the Owner is directly or indirectly interested in this Bid. Submitted by Authorized Agent: (Print Name & Title) Signature: Date: Company:

Address: City/State/Zip: _ E-mail address : Telephone: Fax: