Loading...
MME - Bid Proposal 2012-06-29COSTA 9VESA SAYaT,4 X &STRICT ... an Indiiepencfent SpeciaCDistrict Addendum No. 1 Bid No. CMSD -01 -12 VACTOR TRUCK The attached additions, deletions and/or changes to the requirements of Request for Bids, Bid No. CMSD -01 -12 and include them in your response. Please sign and return this addendum with your bid. B. DEBRIS BODY 2. The body should be round for maximum strength and be constructed of 3/16" Exten or Corten steel for corrosion and abrasion resistance. Bidder should submit a letter specifying the type of steel used for construction. 5. The debris body should have at least four (4) door locks that lock hydraulically. Locks should consist of four dead -bolt or actuating latches. Each lock should be fully adjustable. Dead belt Door lockdesign should be used to prevent the door from opening unintentionally due to hydraulic valve or cylinder pressure loss. Bead4i&Woor locks should be fail -safe without the use of manual clamps of any kind. If a cam eccentric desi n lock is suoplied a single manual T bolt for operator safety will be acceptable. Door lock system should be fully hydraulic and fully operable from the controls located behind the cab. COMPLY: Yes x No_ Yes X No_ 6. The debris body should be dumped by raising to a minimum 50 degree angle for ease of dumping and should be equipped with a forward mounted, power up and down hydraulic dump cylinder or a power up and down underbodv scissor body hoist to assure stability during the dumping cycle and to prevent the rear door from hitting the ground during dumping. Yes x No_ 7. The debris body should be fixture on an independent sub -frame separate from the chassis frame that includes as part of its component a boom pedestal and welded I -straps or approved mounting brackets for water tank supports. It should provide for a 3 point mounting system of the Yes x No_ debris body. ft testing our community's fwaftb 6y providing solid waste andsewerc =dca.gov Addendum No.1 Bid No. CMSD -01 -12 Pane 2 of 3 F. VACUUM SYSTEM BOOM AND HOSE COMPLY: 3. Boom should provide left and right rotation to allow work off of either side of the machine. Left and right swing movements to be actuated by a hydraulic cylinder. G Her rrteet-�a .The boom should telescope a minimum of ten feet to aide in the addition of vacuum tubes to the system Yes X No_ 4. Boom should provide a minimum 17' of vertical lift utilizing one or two large diameter hydraulic cylinder. Boom lift capacity at bumper — 600 lbs retracted. Yes X No_ 6. A 4" x 6" rectangular beam should extend to support boom vacuum tube through the entire length of extension for maximum structural integrity. The hydraulic cylinder used for telescoping action should be enclosed inside the rectangular beam if required in desien. Yes XNo_ 9. Spring loaded or hydraulic fold down pipe racks with 6 pipe capacity should be provided that allow operator to access pipe from ground level. Pipe racks should be mounted on both sides of debris body. Yes _X No_ G. HIGH PRESSURE WATER PUMP COMPLY: 2. The high pressure water pump should be either a dual -acting single piston design powered by a direct hydraulic flow with a 1: 1 oil input to water output ratio_or a triplex style water pump with smooth continuous flow and pressure operation.. Yes x No_ 3. The high pressure water pump should operate independently of the vacuum system and be powered by the chassis engine via heavy duty transfer case and direct mount oil pump_or a PTO driven hydrostatic drive allowing the chassis to onerate in neutral. Yes X No_ 7. High pressure water pump should be mounted below 100% of the water supply to assure a gravity flooded inlet with no priming required at any time or be certified location by pump manufacturer with certification included in the bid. Yes, _XNc_ H. HOSE REEL ASSEMBLY Replace items 1 through 10 related to the hose reel assembly with the following: 1. The hose reel should be located at the front of the vehicle Yes X No_ 2. The hose reel shall be capable of holding. 800' of 1" hose Yes- Nc_ Yes X No Addendum No.1 Bid No. CMSD -01 -12 Paae 3 of 3 4. The hose reel shall have a footage wunter. - Yes %No_ 5 The hose reel shall be DOT legal and provide adecuate mound clearance Yes -X No_ COMPANY NAME: Municipal Maintenance Equipment, Inc. SIGNATURE: NAME & TITLE: Frank Wheeler III, Vice President NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN THAT THE COSTA MESA SANITARY DISTRICT, COSTA MESA, CALIFORNIA, WILL RECEIVE UP TO BUT NOT LATER THAN 2:00 PM ON JUNE 29, 2012 AT THE CLERK OF THE BOARD OF THE COSTA MESA SANITARY DISTRICT, 628 W. 19TH STREET, COSTA MESA, CA 92627, SEALED BIDS FOR THE FOLLOWING: VACTOR TRUCK BASIS OF AWARD WILL BE THE BEST VALUE (NOT LOWEST COST). SPECIFICATIONS FOR THIS BID ARE AVAILABLE TO DOWNLOAD ON CMSD'S WEBSITE AT http:// www. crosdca .gov /pdfs /vactor_truck_rfp.pdf. BIDS MUST ARRIVE IN THE MAILROOM OR DELIVERED TO THE CLERK OF THE BOARD AT THE ABOVE ADDRESS BEFORE THE ABOVE DATE AND TIME. GENERAL MANAGER 05/25/2012 Page i of 45 REQUEST FOR BID FOR BID NO. CMSD -01 -12 VACTOR TRUCK May 23, 2012 COSTA MESA SANITARY DISTRICT 628 W. 19th Street COSTA MESA, CA 92627 Any questions relative to this bid should be directed to: Scott Carroll at searrollgemsdca.sov VatlocTmck RFP(2)duc 5252012 11 REQUEST FOR BIDS TO PROVIDE SERVICES REQUEST FOR BIDS TO PROVIDE SERVICES EXHIBIT A - MANNER OF PERFORMING SERVICES 1.00 CONTRACT ADMINISTRATOR A. 2.00 BID ADMINISTRATOR 2 3.00 BID DOCUMENTS 2 4.00 BID PERIOD 2 5.00 INTERPRETATION OR CORRECTION DURING THE BID PERIOD 3 6.00 EVALUATION AND SELECTION OF BIDS 3 7.00 GUARANTEE OF GOOD FAITH 3 8.00 REJECTION OF BIDS 4 9.00 DETERMINING "RESPONSIBILITY" OF CONTRACTOR 4 4 10.00 ERROR IN BID G. 11:00 AWARD OF CONTRACT 5 12.00 CONTRACTOR'S DUTY TO OBTAIN INFORMATION 5 13.00 CHANGES IN PROPOSED CONTRACT 5 14.00 MANNER OF PERFORMING SERVICES (EXHIBIT A) 5 15.00 CONTRACTOR QUALIFICATIONS 5 16.00 SEALED BID ENVELOPE 5 BID COVER SHEET 6 BID FORM 7 CONTRACTOR'S STATEMENT OF EXPERIENCE 8 CONTRACTOR'S ORGANIZATION 9 CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED EQUIPMENT 11 CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS 13 CONTRACTOR'S ACKNOWLEDGEMENT 14 15 AGREEMENT FOR MANUFACTURING & DELIVERING ONE VACTOR TRUCK 16 Vector Truck RPP(2).doc 5Y52012 111 EXHIBIT A - MANNER OF PERFORMING SERVICES A. GENERAL SPECIFICATIONS 25 B. DEBRIS BODY 25 C. AUTOMATIC VACUUM BREAKER 26 D. VACUUM SYSTEM 27 E. WATER SUPPLY 28 F. VACUUM SYSTEM BOOM & HOSE 28 G. HIGH PRESSURE WATER PUMP 29 H. HOSE REEL ASSEMBLY 30 I. MANHOLE CLEANING WATER SYSTEM (Hand Gun) 31 J. JET RUDDER HOSE 31 K. HYDRAULIC SYSTEM & LUBRICATION 32 L. ACCESSORIES 32 M. LIGHTING & ELECTRICAL 32 Vector Truck RPP(2).doc 5Y52012 111 N. OPERATOR TRAINING & SERVICE 32 O. MOUNTING & DELIVERY 33 P. EXCEPTIONS & DEVIATIONS 33 Q. TRUCK CHASSIS - New 2013 Model 33 Vactor Tmck UP (2).dm 925Y 012 1V Bid No. CMSD -01 -12 REQUEST FOR BID TO PROVIDE SERVICES The Costa Mesa Sanitary DISTRICT, California, is requesting sealed bids for the following Project: VACTORTRUCK To be considered for selection, a bid must be submitted to the Clerk of the Board of the Costa Mesa Sanitary District, 628 W. 190 Street, Costa Mesa, CA 92627, at or before 2:00 P.m., June 29.2012. No bid will be received unless it is made on the bid forms furnished by the DISTRICT for this project. Additional documentation may be added if desired. Please review the entire bid package before submitting your bid. Incomplete submissions may be rejected as non - responsive. Award shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, responsiveness to specifications, delivery time, warranty, and references. Bids based on low bid alone will not receive the award. The successful bidder will be expected to sign a contract. A sample contract is attached. The final contract will include this request for bid and the successful bidder's response. Please do not execute the contract at this time. The Costa Mesa Sanitary District reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new bids on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your bid and you must show proof of insurance and licensing to be considered a successful bidder. Pursuant to the Labor Code of the State of California, it will be required that not less than the locally Prevailing wage rates, as specified by the Director of Industrial Relations of the State of California, be paid to all workman employed or engaged in the performance of this project. A "guarantee of good faith" for an amount to and not less than ten percent (10 %) of the amount of said bid will be required. For information regarding the work to be performed, contract or bid specifications, contact Scott Carroll at scarroll ncrosdca.gov. THE COSTA MESA SANITARY DISTRICT ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMEN OWNED BUSINESSES 05/25/2012 Page 1 of 45 Bid N& CMSD -01 -12 REQUEST FOR BID TO PROVIDE FOR: VACTOR TRUCK The Costa Mesa Sanitary District, ( "DISTRICT" hereinafter) seeks to acquire the services described herein. Bids to provide the described services are solicited, subject to the following: 1.00 CONTRACT ADMINISTRATOR The CONTRACT ADMINISTRATOR is the DISTRICT'S General Manager or his/her designated representative. 2.00 BID ADMINISTRATOR The BID ADMINISTRATOR for this bid process is GENERAL MANAGER, Scott Carroll 3.00 BID DOCUMENTS To be considered complete, a BID shall be made up of the following documents: A. A BID COVER SHEET prepared on the DISTRICT's form that is signed and dated by an individual clearly authorized to bind the CONTRACTOR. B. A BID FORM that includes the compensation to perform said services. C. STATEMENT OF EXPERIENCE and CONTRACTOR'S ORGANIZATION on DISTRICT forms, with supporting documents. D. STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS /SERVICES/EQUIPMENT on DISTRICT forms, with supporting documents. E. STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS on DISTRICT FORMS, with supporting documents. F. BIDDERS ACKNOWLEDGEMENT 05/252012 Page 2 of 45 4.00 BID PERIOD A. To be considered, a BID must be received at the DISTRICT Clerk of the Board prior to the hour of 2:00 p.m, on June 29, 2011. B. Any BID received by the DISTRICT Clerk of the Board after the time specified herein shall not be evaluated. C. The CONTRACTOR shall be bound to the terms of the BID for a period of ninety (90) calendar days following the opening of the BID. D. The CONTRACTOR may withdraw the BID at any time prior to the close of the BID PERIOD, upon presentation of a written request to the DISTRICT Clerk. 5.00 INTERPRETATION OR CORRECTION DURING THE BID PERIOD A. Prior to the close of the BID PERIOD, a person may submit, in writing, to the BID ADMINISTRATOR, a request for interpretation or correction of the REQUEST FOR BID documents. All requests must be made in writing and received by the BID ADMINISTRATOR no later than 5:00 p.m. on June 18, 2012. Request for interpretation or correction can be sent to scarrollna crosdca im . B. Any interpretation or correction of the REQUEST FOR BID documents rendered by the BID ADMINISTRATOR shall be made immediately available to all other persons who obtained REQUEST FOR BIDS documents from the DISTRICT. C. All addenda issued during the bid period or fanning a part of the documents issued for bid shall be listed in the contract and shall be made a part of the CONTRACT. 6.00 EVALUATION AND SELECTION OF SIDS A. Each CONTRACTOR, by the submission of a bid, assents to each and every term and condition set forth within this specification and agrees to be bound thereby. B. Any bid which is incomplete, conditional or obscure, or which contains irregularities of any kind, may be cause for rejection. C. The right is reserved to consider the competency and responsibility of all CONTRACTORS, and to use any information deemed necessary to establish the ability of any service company to perform all conditions of the contract in order to avoid awarding a contract to a company unable to produce the quality of service required and intended by this specification. 05/2512012 Page 3 of 45 D. The recommended bid will be determined on a "Best Value" evaluation method for goods, services and equipment. The following evaluation criteria will be used to select a service company for this contract 1. Cost 2. Responsiveness to Specifications 3. Delivery Time 4. Warranty 5. Referenc&Previous Performance 7.00 GUARNTEE OF GOOD FAITH A. All bids shall be accompanied by cash, cashier's check, certified check, or bid bond, made payable to the DISTRICT for an amount equal to and not less than ten percent (10 0/.) of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check, or bid bond is enclosed therewith. B. Fifteen (15) days after the award of the contract, the DISTRICT will, upon request, return the bid guarantees accompanying each of the bids that are not to be considered in making the award. All other bid guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose bids they accompany. 5.00 REJECTION OF BID S A. The DISTRICT may reject all BIDS and either initiates a new REQUEST FOR BIDS or abandon the acquisition of services. B. A reasonable belief by the DISTRICT that an individual, firm, partnership, corporation, or association is financially interested in more than one BID may cause the rejection of all BIDS in which such financial interest exists. C. A materially incomplete or non - responsive BID shall be rejected. 9.00 DETERMINING "RESPONSIBILTIT" OF CONTRACTOR A. A responsible CONTRACTOR is one who has complied with all of the requirements of the REQUEST FOR BID, is financially responsible and is likely, in regard to skill, ability and integrity, to faithfully and conscientiously provide the services according to the letter and spirit of the CONTRACT. A responsible CONTRACTOR is one who demonstrates possession of the skill, judgment and integrity necessary for the faithful performance of the CONTRACT, as well as sufficient resources and ability. B. By preparing and submitting a BID to the DISTRICT Clerk, the CONTRACTOR agrees that the DISTRICT is authorized to conduct investigations into CONTRACTOR'S background. Vector Track UP 505M12 Page 4 of 34 06/28/2012 15:04 FAX 715 346 8858 Sentry Insurance - Surety Bond Department 1800 North Point Onve P.O. Box 8022 Stevens Pont, W; 54481 Phone: Suit 624,8389 SENTRY INSURANCE Sentry Select Insurance Company SURETY BOND FOR THE PROPOSAL OR BID ON A CONTRACT Bond Number: SIN 83603 Surety Name: Sentry Select Insurance Company Address: 1800 North Point Dr. Principal's Name: Stevens Point, WI 54481 Incorporated: State of Wisconsin Telephone: 1 -800 - 624-8389 a1 r 1 . SENTRYe INSURANCE Date fiord Executed: June 28, 2012 (must not be later than bid opening date) Principal Hundredfst Principal's Name: Municipal Maintenance Equipment Ire Primary Address: 2360 Harvard Street Sacramento, CA 95815 State of Incorpomhon: California Type of Organization: Corporation PENAL SUM OF BOND BID IDENTIFICATION PERCENT OF gMOUNT NOT TO EXCEED BID DATE INVITATION NO BID PRICE 10% Millions 00 Thousend(s) 35 Hundredfst Cents 00 6r2gr2012 000 FOR: Truckle) OBLIGATION: We, the Principal and Surety(ies), are firmly bound to the COSTA MESA SANITARY DISTRICT (hereinafter Called the "Obligee') in the above penal sum. For payment of the penal sum, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severely. However, where the Sureties are corporations active 89 Co- sureties, we, the Sureties, bind ourselves in such sum "jointly' and "severally" as well as 'severally" only for the purpose of allowing all action or actions against any or all of us. For all other purposes, each Surety binds itself, jointly and severally with the Principal, for the payment of the sum shown opposite the name of Surety. If no limit of liability is indicated, the limit of liability is the full amount of the penal sum. CONDITIONS: The Principal has submitted the bid identified above, THEREFORE: The above obligation is void if the Principal - (a) upon acceptance by the Obligee of the bid ideni fed above, within the period specified therein for acceptance (sixty (60) days if no period is specified), executes the further contractual documents and gives the bond(s) required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms by the principal; or (b) in the event of failure to execute such further Contractual documents and give such bonds, pays the Obligee for any cost of procuring the work which exceeds the amount Of the bid. Each Surety executing this instrument agrees that Its obligation is not impaired by any extensions) of the time for acceptance of the bid that the Principal may grant to the Obligee Notice to the surety(ies) of extension(s) are waived. However, waiver of the miles applies only to extensions aggregating not more than sixty (60) calendar days in addition to the period originally allowed for acceptance of the bid. WITNESS: The Principal and Surelv(iesl executed this bond and affixed their seals on the above date Is INCI X In Wheeler III Vice President Prints Name and Title) e -1, 06/28/2012 15:05 FAX 715 346 8958 SENTRY INSURANCE SENTRY SELECT INSURANCE COMPANY POWER OF ATTORNEY Bond Number: BN 53603 la 003 Knew all men by these presents, that Sentry Select Insurance Company, a corporation duly organized under the laws of the State of Wisconsin, and having its principal place of business in the City of Stevens Point, State of Wisconsin, does hereby make, Constitute and appoint MICHELLE M. SAUER, JOHN T. BAUMAN, BEVERLY R. BEIGEL, DORENE R. BIALAS, JOHN L. CHARLES, CHERYL M. JISKO, TRICIA L. SCHILLING, JOSEPH SHEPHERD and RITA M. WEAVER as its true and lawful Attorneys -in -Fact, for it, and in its name, place and stead, with full power and authority to sign, execute, acknowledge and deliver for and on its behalf as Surety, any and all bonds with an effective date on or after the 10th day of Apol, 2012, srome: �i d1,�E 2. Qww Owel L. Rwa'. Praaltlanl S., splatl Inaurerce Compmy State of Wlsansin County of Portage .0 aoe� M ACKNOWLEDGMENT as. AIWI: 40-`� � &-- K.nv J. EAq, sxglery sa zy said Inavenpa Cmixry I, Shelley M, McEaohen, Notary Public, do hereby certify that Daniel L Revai and Kenneth J. Env. the President and the Secretary, respectively, of Sentry Select Insurance Company, personally known to me to be the same persons whose names are subscribed to the foregoing instrument as such President and Secretary, appeared before me this day in person and acknowledged that they signed, sealed and delivered said instrument as their free and voluntary act for the uses and purposes therein sat forth. Given under my hand and official seal, this 10th day of April, 2012. W�"na pOY4RY`� 3IPool M.' �' //L NKRWL/ l chalky M.M n -gag; evpi,ii,Yea I MCemm�man y ytyLOt 3 AUTHORIZATION 1, Kenneth J. Erler, Secretary of Sentry Select Insurance Company, hereby certify that Sentry Select Insurance Company is duly licensed to transact fidelity and surety business in all States of the United States of America, that the foregoing Power of Attorney is a Correct and true copy of the original Power of Attorney, that said Power of Attorney has not been revoked, and I further Cil that the following is a We and exact Copy of two resolutions passed by the Board of Directors of Sentry Select Insurance Company at meetings held by said Board, a quorum being present and voting on the date specified below, which resolutions are still in affect RESOLVED, that the President or any Senior Vice President in conjunction with any Secretary or Assistant Secretary, be and they ere hereby authorized and empowered to appoint Attorneys- in-Faet of the Company, in its name and as its acts, to execute and acknowledge far and on its behalf as Surely any and all bonds, recognizance, dentracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Aftorneys-imFaet shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own proper persons, (Adopted 11 September 1969.) RESOLVED, that the signature of any Officer authorized by the Bylaws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either for the execution of any bond, undertaking, recognizance or other written obligation in nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such Ocer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. (Adopted 28 April 1871.) Given under my hand and official seal, this 28th day of June, 2012. KMr.HIn .rnay M 6mby Seletl Inaa6nw Gompam UAL Ilia V12 10.00 ERROR IN BID A. If, prior to the close of the BID PERIOD, a CONTRACTOR discovers an error in the CONTRACTOR'S BID, the CONTRACTOR may submit a replacement BID prior to the time and date set as the deadline for submitting BIDS. The replacement BID shall clearly indicate that it supersedes the prior BID. B. After the close of the BID PERIOD, an erroneous BID may not be reformed or modified by the CONTRACTOR; but the CONTRACTOR may request that the DISTRICT release the CONTRACTOR due to an error in the BID. The DISTRICT may release the CONTRACTOR so long as the integrity of the bid process is not jeopardized, the error was a result of excusable neglect, and the CONTRACTOR is not advantaged. If the DISTRICT releases the CONTRACTOR, the BID will be deemed to have been rejected and the CONTRACTOR shall be prohibited from performing all or any portion of the proposed CONTRACT. 11.00 AWARD OF CONTRACT A. The DISTRICT is not required to select the lowest monetary BID. B. The CONTRACT shall be awarded on a "Best Value" evaluation method for goods, services and equipment. The evaluation criteria used to select a service company for this contract is described in Section 5.D. of this document 12.00 CONTRACTOR'S DUTY TO OBTAIN INFORMATION The CONTRACTOR shall carefully study the REQUEST FOR BID documents and shall at once report to the CONTRACT ADNUNISTRATOR any errors, inconsistencies, or omissions discovered. 13.00 CHANGES IN PROPOSED CONTRACT Except as expressly authorized, no changes to the proposed CONTRACT shall be offered by the CONTRACTOR. 14.00 MANNER OF PERFORMING SERVICES (EXMIT Al The manner in which the CONTRACTOR intends to perform the services are set forth in Exhibit A to the proposed CONTRACT. 15.00 CONTRACTOR QUALIFICATIONS The minimum qualifications for a CONTRACTOR'S BID to be considered are as follows: A. CONTRACTOR must have had at least ten (10) years' experience in the provision of manufacturing and delivering heavy -duty sewer vactor trucks. Vacmr`iwk R 51252012 Page 5 of 34 16.00 SEALED BID ENVELOPE A. The BID shall be enclosed in a sealed envelope, plainly marked in the upper left -hand corner with the name, address and telephone number of the CONTRACTOR. B. The CONTRACTOR shall submit the BID original and any related information to: COSTA MESA SANITARY DISTRICT Clerk of the Board 628 W. 19'h Street Costa Mesa, California 92627 C. The CONTRACTOR shall print or type on the envelope: "BID for VACTOR TRUCK, BID NO. CMSD -01 -12 DO NOT OPEN UNTIL: 2:00y.m. on June 29,2012" vector Truck RPP 5a5MU Page 6 004 BID COVER SHEET CONTRACTOR'S BID TO PROVIDE SERVICES Bid No. CMSD -01 -12 In compliance with the REQUEST FOR BID, Bid Na CMSD- 01 -12, the undersigned hereby agrees to furnish all labor, materials, and equipment to perform the services in the proposed CONTRACT, which is enclosed herewith; and to do so in strict accordance with the provisions of the proposed CONTRACT. ENCLOSURES: A. A REQUEST FOR BID, dated and signed by the CONTRACTOR; B. A sample CONTRACT with attachments prepared on the DISTRICT's form; and C. Addenda: No. 1 The undersigned CONTRACTOR declares that the only persons or parties interested in this BID as principals are those named herein; that the BID is made without collusion with any other person, firm, or corporation; that CONTRACTOR has carefully examined the locations therein referred to; and CONTRACTOR proposes, and agrees if this BID is accepted, that CONTRACTOR will execute a Contract with the Costa Mesa Sanitary District in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified in the Contract documents according to the requirements of the Costa Mesa Sanitary District as set forth; and that the CONTRACTOR will take as payment at the price described in the Contract documents, as payment in full for the performed scope of work. The undersigned CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC §§ 1101 -1525) and has complied and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, SUBCONTRACTORS and consultants that are included in this CONTRACT. SIGNATURE OF CONTRACTOR This document is signed by an individual clearly authorized to bind the CONTRACTOR. CONTRACTOR: Municipal Maintenance Equipment, Inc. ADDRESS: 2360 Harvard Street, Sacramento, CA 95815 PHONE/E-MAIL: 916 - 922 -11 fwheeler @source —mme. com by & June 28, 2012 SIG DATE Vice President TITLE VactorTmck"P 5n5n012 Page 7 of34 (7-11 at* 1- 800 - 356 -0783 LSS.com VPpV cl) y, 53fr.00 CJ -3. 7 5 3. 0 U 3 coo v 0 /i �Np� oc7 00 32r, o 0 Gw. o v 3'0q to 7 � $ 333; 1L4.ffy -(A,' BID FORM Vactor Truck per details showing in Exhibit "A ". A. The undersigned, having been familiarized with the bidding documents, which include the B. Make & Model Proposed: Vac -Con Model VPD3612LHAEN /1500 mounted on 2013 Freightliner 114SD C. Grand total bid in numbers: $300,345.31 includes sales tax Three Hundred Thousand Three Hundred D. Grand total bid in words: Forty Five Dollars and Thirty One Cents The basis of award will be on a "Best Value" evaluation based on the criteria mentioned above on page four of this bid document. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). bid. Alternate and /or Equal has /have been received and is /are included in this Bidder offering other than the referenced products must submit with their bids, appropriate product literature, properly marked with vendor's name and item numbers, to support equality of proposed alternate with stated brands and/or products. Product literature must highlight the specifications to include key performance, material, engineering, and safety features. Optional offerings not in specifications, to be added or deducted from base bid amount of $300,345.31: 1) Omnibus -2 Electronic Controller System with Color Monitor and Digital Footage Counter, ADD $ 4,538.00 3) Arrowboard Superior Signal Model SY3984896L, ADD $ 3,753.00✓ 4) Wireless Remote, ADD $ 3,800.00 5) Diamond Plate Tool Boxes, ADD $ 2,400.00 6) Diamond Plate Covers for Water Tanks, ADD $ 950.00 7) Cone Racks (2), ADD $ 325.00/ 8) 9) Black Wheels, ADD VeeGei96i9gIeE9gme36tageF9 $ 600.00 10) Vac -Con Dual Engine PD Blower Machine in lieu of -- $43-38&88 14) Single Engine, ADD I Vee Gan Deal Engine 3 Stage $14,093.00 Fan Mash ne m eu of bud! Ej 19b U PD MUM Maul il le, E)Ef)tjef� Vactor Truck RRP 5852012 Optional items do not include sales tax. Page 8 of 34 CONTRACTOR'S STATEMENT OF EXPERIENCE Bid Na CMSD -01 -12 The names, addresses, and telephone numbers of four references for which the CONTRACTOR has performed, within the past ten years, services that are similar in nature and scope to those described herein. 1 City of Burbank 124 S. Lake St., Burbank, CA 91502 NAME AND ADDRESS OF REFERENCE David Rodriquez 818 - 238 -3841 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $227,043.00 Furnish Vac -Con Body April 2012 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 2. South Coast Water Dist. 34152 Del Obispo St Dana Point, CA 92629 NAME AND ADDRESS OF REFERENCE Ernie Garcia 949- 499 -4555 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $301,700.00 Furnish Vac -Con Truck May 2008 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 3 City of Sierra Madre P.O. Box 457 Sierra Madre, CA 91025 NAME AND ADDRESS OF REFERENCE Chris Cimino 626 - 355 -6615 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $399,589.52 Furnish Vac -Con Truck November 2010 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 4. City of Buena Park 8071 Page St. , Buena Park CA 90620 NAME AND ADDRESS OF REFERENCE FRank Moore 714-562-37Q7 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $353,368.28 Furnish Vac -Con Truck January 2012 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED VactocTmck RFP 525n012 Page 9 of34 CONTRACTOR may attach additional pages, if needed. Label any such pages "STATEMENT OF EXPERIENCE - Additional Information" along with the appropriate tide(s) corresponding to this form. Valor Tmck RFP 5252012 Page 10 of34 CONTRACTOR'S ORGANIZATION B&Na CMSD -01 -12 In submitting this BID, the CONTRACTOR represents that the CONTRACTOR has established an organization including an office or offices, communications, administrative staff, and the like; and that the CONTRACTOR'S organization is fully adequate to conform to the requirements of this BID. In support of these representations, CONTRACTOR shall set forth in herein: A. A description of the CONTRACTOR'S organization, showing basic relationship hierarchy and responsibilities, and including ADMINISTRATORS, departments, managers, key support staff, supervisors, foremen, technicians and the like. Information provided below may be supplemented by attaching an organization chart. Municipal Maintenance Equipment, Inc. (MME), a California Corporation, was founded in January 1992. We have facilities in Sacramento, Redding, Anaheim, and Hayward, California staffed by 24 individuals. Throughout all of California and Northern Nevada we are the exclusive dealer for Vac -Con Combination Sewer and Storm Drain Cleaners, Schwarze Street Sweepers and Roadpatcher Units, Tiger Roadside Mowers, Aries CCTV Inspection Equipment, GO -4 Parking Enforcement Vehicles, PipeHunter High Pressure Cleaners, Tarco Material Handlers, Bil -Jax Trailers, SRECO - Flexible Pipe Line Maintenance Equipment, Spaulding Asphalt Paving Equipment, and ENZ Golden Jet Nozzles. In Northern California and Northern Nevada we are the exclusive dealer for Stertil - KONI /OMER Vehicle Lifts. Our mobile factory trained technicians can perform on -site warranty and maintenance repairs on all of our product lines. Our shop facility and service personnel can assist customers at our Sacramento, Redding, Anaheim, and Hayward locations or over the phone with support from the various factory service personnel. MME stocks normal wear parts and parts that rotate three times per calendar year at our locations for all of our major product lines. MME provides on -site operation training for all of our product lines and additional training opportunities for both maintenance and mechanical personnel. Customer Satisfaction is Our Goal. (See attached Organization Chart) Vaclor TmAUP 9252012 Page 11 of34 [Mncw MME c...ro.KS.nU v o., cwr•. Organization Chart June 2012 Page 2 CONTRACTOR'S ORGANIZATION (Continued) B. Location, description, purpose, hours of operation, responsible contact person, phone number, and number of persons employed at the facility, for each of the CONTRACTOR' S offices, manufacturing facilities, or maintenance yard that may, in any way pertain to the performance of the requirements of this BID. 1. 1061 N. Shepard St., Unit B Anaheim, CA 92806 ADDRESS OF OFFICE OF OTHER FACILITY Shop - Equipment Maintenance; Parts Depot DESCRIPTION AND PURPOSE OF THE FACILITY (e.g. "Shop- Equipment maintenance °) Ron Paproski 714- 632 -2871 6 RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES 2. 2360 Harvard Street Sac ADDRESS OF OFFICE OF OTHER FACILITY 95815 Main offices; Shop - Equipment Maintenance; Parts Depot DESCRIPTION AND PURPOSE OF THE FACILITY Frank Wheeler IiI 916 - 922 -1101 13 RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES 3. 1930 W. Winton Ave., Suite 8 Hayward, CA 94545 ADDRESS OF OFFICE OF OTHER FACILITY Shop - Equipment Maintenance DESCRIPTION AND PURPOSE OF THE FACILITY Tim Moore 510- 670 -0230 3 RESPONSIBLE CONTACT PERSON PHONENUMBER NUMBER OF EMPLOYEES 4750 Caterpillar Road, Unit D Redding, CA 96003 Shop - Equipment Maintenance; Parts Depot Chris Sunderman 530- 243 -4856 2 CONTRACTOR may attach additional pages, if needed. Label any such pages "CONTRACTOR'S ORGANIZATION - Addifional Information" along with the appropriate title(s) corresponding to this form. Vactor Tmck UP 525/2012 Page 12 of 34 CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED EQUIPMENT Bid No. CMSD-01 -12 The CONTRACTOR is required to make a statement of how services will be provided. Include: Time period between award and start of service, experience of personnel, delivery of equipment, and any other information you can offer that will help determine your ability to provide contracted goods, services or equipment. Attachments may be used. Municipal Maintenance Equipment, Inc. (MME) has represented Vac -Con for 20 years. Vac -Con has been manufacturing for over 25 years. Once MME is presented with an executed contract, notice to proceed, or purchase order, we will provide a Purchase Order to Vac-Con. Vac -Con will assign a production date. At this time, Vac -Con has a chassis in -stock that meets your specification requirements. Vac -Con estimates a build time of 45 days utilizing the in -stock chassis. The unit will be driven to our Anaheim facility for PDI. MME will deliver the completed and serviced unit to the District at a scheduled date and time. MME will perform on -site training at the District's facility at a scheduled date and time. MME will perform warranty repairs on -site and /or at our Anaheim shop facility. VnW T.d UP 5252012 Page 13 of 34 CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS [Note. Insurance may not be required Check the agreement to be signed the successful bidder.] As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificate of insurance showing conformance with the requirements herein for each of Comprehensive General Liability Automobile Liability Workers' Compensation 477 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, and Workers' Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in paragraph 10 of the included agreement for each insurance company that the CONTRACTOR proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non -owned or hired, and whether scheduled or non- scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. VnWTTmck RFP 5/25/2012 Page 14 of34 SENTRY SELECT INSURANCE COMPANY STEVENS POINT, WISCONSIN (A PARTICIPATING STOCK COMPANY) A MEMBER OF THE SENTRY FAMILY OF INSURANCE COMPANIES CERTIFICATE OF INSURANCE ACCOUNT NUMBER 49 -67776 This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies below. Name and Address of Certificate Holder Name and Address of the Insured MUNICIPAL MAINTENANCE EQUIPMENT INC 2360 HARVARD ST SACRAMENTO, CA 95815 This certificate is issued on 12 -15 -2011 and is effective until 12-15 -2012. It certifies that policies of insurance listed below have been issued to the insured named above. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Limits shown may have been reduced by Paid claims. Coverage Provided General Liability Bodily Injury and Property Damage Combined Automobile Liabilit Includes: Bodily Injury and Property Damage Combined -Any Auto Excess /Umbrella Liability Workers' Compensation and Employer's Liability 80 -C1035 (MECH) MUM 49 -67776 01- 117204 11 -09 -2011 PAGE 1 (0052) Policy Number Coverage Limits 49- 67776 -12 General Aggregate $ 1,500,000 Products Aggregate $ 1,500,000 OCCURRENCE Pers /Adv Injury $ 500,000 Each Occurrence $ 500,000 Premises Damage $ 100,000 Medical Expense $ 5,000 49- 67776 -12 Each Accident S 500,000 49- 67776 -12 Each Occurrence $ 31000,000 General Aggregate 5 9,000,000 Products Aggregate S 91000,000 49- 67776 -14 Statutory Each Accident $ 500,000 Each Disease /Employee $ 500,000 Each Disease /Policy $ 500,000 LDI COI 269628 -1 02 11 n 677 o CERTIFICATE OF INSURANCE - (CONT) ACCOUNT NUMBER 49 -67776 Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. 80-CIO35 (MECH) MUM 49 -67776 01- 117204 11 -09 -2011 PAGE 2 (0052) LOI COI 269628 -1 02 11 AI 0 I I CONTRACTOR'S ACKNOWLEDGEMENT I ACKNOWLEDGE THAT I HAVE READ ALL THE REQUIREMENTS AND CONDITIONS SET FORTH EQ THE AGREEMENT AND SPECIFICATIONS TO THE COSTA MESA SANITARY DISTRICT'S VACTOR TRUCK, BID NO CMSD- 01 -12. CO NTRACTOR'S Signature Frank Wheeler III, Vice President Print Name and Title VaaorTmckR 51252012 Page 15 of'34 Sample Contract Maybe subject to change AGREEMENT FOR MANUFACTURING AND DELIVERING ONE VACTOR TRUCK (Insert Name of CONTRACTOR) THIS AGREEMENT is made and entered into as of the day of , 2012, by and between the COSTA MESA SANITARY DISTRICT, an independent special district,. ('DISTRICT "), and a ( "CONTRACTOR ") RECITALS A. DISTRICT has one vactor truck that is at the end of its useful life and is in need of replacement. B. DISTRICT desires to purchase and procure a new vactor truck in order to perform required sewer maintenance services. C. CONTRACTOR has submitted a proposal to DISTRICT to manufacture and deliver a new vactor truck. D. CONTRACTOR's proposal is considered "best value" and the DISTRICT desires to enter into an agreement with CONTRACTOR for procuring and manufacturing one vactor truck. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, DISTRICT and CONTRACTOR agree as follows: 1. SCOPE OF WORK DISTRICT retains CONTRACTOR to perform, and CONTRACTOR agrees to render, those services (the "Services ") that are defined in attached Exhibit "A ", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, CONTRACTOR will exercise the reasonable professional care and skill customarily exercised by reputable members of CONTRACTOR'S profession for manufacturing sewer vactor trucks, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of months from the date first above written. The contract may be extended by the General Manager on one month extensions. Page 16 of 34 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be dollars. 6. STATUS OF CONTRACTOR CONTRACTOR will perform the Services in CONTRACTOR'S own way as an independent CONTRACTOR and in pursuit of CONTRACTOR'S independent calling, and not as an employee of DISTRICT. CONTRACTOR will be under control of DISTRICT only as to the result to be accomplished, but will consult with DISTRICT as necessary. The persons used by CONTRACTOR to provide services under this Agreement will not be considered employees of DISTRICT for any purposes. The payment made to CONTRACTOR pursuant to the Agreement will be the full and complete compensation to which CONTRACTOR is entitled. DISTRICT will not make any federal or state tax withholdings on behalf of CONTRACTOR or its agents, employees or SUBCONTRACTORS. DISTRICT will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of CONTRACTOR or its employees or SUBCONTRACTORS. CONTRACTOR agrees to indemnify DISTRICT within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which DISTRICT may be required to make on behalf of CONTRACTOR or any agent, employee, or SUBCONTRACTOR of CONTRACTOR for work done under this Agreement. At the DISTRICT's election, DISTRICT may deduct the indemnification amount from any balance owing to CONTRACTOR. 7. SUBCONTRACTING CONTRACTOR will not subcontract any portion of the Services without prior written approval of DISTRICT. If CONTRACTOR subcontracts any of the Services, CONTRACTOR will be fully responsible to DISTRICT for the acts and omissions of CONTRACTOR'S SUBCONTRACTOR and of the persons either directly or indirectly employed by the SUBCONTRACTOR, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in this Agreement will create any contractual relationship between any SUBCONTRACTOR of CONTRACTOR and DISTRICT. CONTRACTOR will be responsible for payment of SUBCONTRACTORS. CONTRACTOR will bind every SUBCONTRACTOR and every SUBCONTRACTOR of a SUBCONTRACTOR by the terms of this Agreement applicable to CONTRACTOR'S work unless specifically noted to the contrary in the subcontract and approved in writing by DISTRICT. Page 17 of 34 8. OTHER CONTRACTORS The DISTRICT reserves the right to employ other CONTRACTORS in connection with the Services. 9. PREVAILING WAGES hi accordance with the provisions of Article 2, Chapter 1, Part 7, Division 2 of the California Labor Code, CONTRACTOR shall ascertain the prevailing rate of per diem wages in the locality wherein the work is to be performed to be paid each craft or type of worker or mechanic needed to properly perform and complete the contemplated work. 9.1 The CONTRACTOR shall comply with provisions of Section 1775.5 of the Labor Code concerning wages to be paid apprentices. 9.2 CONTRACTOR shall complete a Payroll Report Form, which shall be made available within ten (10) calendar days to the DISTRICT upon request. CONTRACTOR shall provide the required information in a form acceptable to the DISTRICT. 10. INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the DISTRICT and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense DISTRICT incurs or makes to or on behalf of an injured employee under the DISTRICT's self - administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE CONTRACTOR will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by CONTRACTOR or CONTRACTOR'S agents, representatives, employees or SUBCONTRACTORS. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V11. 11.1 Coverages and Limits. CONTRACTOR will maintain the types of coverages and minimum limits indicated below, unless DISTRICT Attomey or General Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on CONTRACTOR'S indemnification obligations under this Agreement. DISTRICT, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Page 18 of 34 CONTRACTOR pursuant to this Agreement are adequate to protect CONTRACTOR. If CONTRACTOR believes that any required insurance coverage is inadequate, CONTRACTOR will obtain such additional insurance coverage, as CONTRACTOR deems adequate, at CONTRACTOR'S sole expense. 11.1.1 Commercial General Liability Insurance $1,000,000 combined single - limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 11.1.2 Automobile Liability (if the use of an automobile is involved for CONTRACTOR'S work for DISTRICT). $1,000,000 combined single -limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if CONTRACTOR has no employees and provides, to DISTRICT's satisfaction, a declaration stating this. 11.2. Additional Provisions. CONTRACTOR will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The DISTRICT will be named as an additional insured on General Liability. 11.2.2 CONTRACTOR will obtain occurrence coverage, excluding Professional Liability, which will be written as claims -made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to DISTRICT sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements Prior to DISTRICT's execution of this Agreement, CONTRACTOR will furnish certificates of insurance and endorsements to DISTRICT. 11.4 Failure to Maintain Coverage. If CONTRACTOR fails to maintain any of these insurance coverages, then DISTRICT will have the option to declare CONTRACTOR in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. CONTRACTOR is responsible for any payments made by DISTRICT to obtain or maintain insurance and DISTRICT may collect these payments from CONTRACTOR or deduct the amount paid from any sums due CONTRACTOR under this Agreement. Page 19 of 34 11.5 Submission of Insurance Policies. DISTRICT reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE CONTRACTOR will obtain and maintain a City of Costa Mesa Business License for the term of the Agreement, as may be amended from time -to -time. 13. ACCOUNTING RECORDS CONTRACTOR will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. CONTRACTOR will allow a representative of DISTRICT during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. CONTRACTOR will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by CONTRACTOR or its agents, employees, and SUBCONTRACTORS pursuant to this Agreement is the property of DISTRICT. In the event this Agreement is terminated, all work product produced by CONTRACTOR or its agents, employees and SUBCONTRACTORS pursuant to this Agreement will be delivered at once to DISTRICT. CONTRACTOR will have the right to make one (1) copy of the work product for CONTRACTOR'S records. 15. COPYRIGHTS CONTRACTOR agrees that all copyrights that arise from the services will be vested in DISTRICT and CONTRACTOR relinquishes all claims to the copyrights in favor of DISTRICT. 16. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of DISTRICT and on behalf of CONTRACTOR under this Agreement. For DISTRICT: For CONTRACTOR: Name Title Address Address Phone No. Phone No. Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. Page 20 of 34 17. CONFLICT OF INTEREST DISTRICT will evaluate CONTRACTOR'S duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and DISTRICT's Conflict of Interest Code is required of CONTRACTOR or any of CONTRACTOR'S employees, agents, or SUBCONTRACTORS. Should it be determined that disclosure is required, CONTRACTOR or CONTRACTOR'S affected employees, agents, or SUBCONTRACTORS will complete and file with the DISTRICT Clerk those schedules specified by DISTRICT and contained in the Statement of Economic Interests Form 700. CONTRACTOR, for CONTRACTOR and on behalf of CONTRACTOR'S agents, employees, SUBCONTRACTORS and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. CONTRACTOR further warrants that neither CONTRACTOR, nor CONTRACTOR'S agents, employees, SUBCONTRACTORS and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that CONTRACTOR will file with the DISTRICT an affidavit disclosing this interest. 18. GENERAL COMPLIANCE WITH LAWS CONTRACTOR will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by CONTRACTOR, or in any way affect the performance of the Services by CONTRACTOR. CONTRACTOR will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of CONTRACTOR'S services with all applicable laws, ordinances and regulations. CONTRACTOR will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, SUBCONTRACTORS and consultants that the services required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED CONTRACTOR will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of CONTRACTOR or DISTRICT will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the DISTRICT Manager. The DISTRICT Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, Page 21 of 34 the action of the DISTRICT Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the Services, DISTRICT may terminate this Agreement for nonperformance by notifying CONTRACTOR by certified mail of the termination. If DISTRICT decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, DISTRICT may terminate this Agreement upon written notice to CONTRACTOR. Upon notification of termination, CONTRACTOR has five (5) business days to deliver any documents owned by DISTRICT and all work in progress to DISTRICT address contained in this Agreement. DISTRICT will make a determination of fact based upon the work product delivered to DISTRICT and of the percentage of work that CONTRACTOR has performed which is usable and of worth to DISTRICT in having the Agreement completed. Based upon that finding DISTRICT will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of DISTRICT, CONTRACTOR will assemble the work product and put it in order for proper filing and closing and deliver it to DISTRICT. CONTRACTOR will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. DISTRICT will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES CONTRACTOR warrants that CONTRACTOR has not employed or retained any company or person, other than a bona fide employee working for CONTRACTOR, to solicit or secure this Agreement, and that CONTRACTOR has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, DISTRICT will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, CONTRACTOR agrees that any Agreement claim submitted to DISTRICT must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. CONTRACTOR acknowledges that if a false claim is submitted to DISTRICT, it may be considered fraud and CONTRACTOR may be subject to criminal prosecution. CONTRACTOR acknowledges that California Government Code sections 12650 et sea., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If DISTRICT seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including Page 22 of 34 attorney's fees. CONTRACTOR acknowledges that the filing of a false claim may subject CONTRACTOR to an administrative debarment proceeding as the result of which CONTRACTOR may be prevented to act as a CONTRACTOR on any public work or improvement for a period of up to five (5) years. CONTRACTOR acknowledges debarment by anotherjurisdiction is grounds for DISTRICT to terminate this Agreement. 24. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of Orange, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon DISTRICT and CONTRACTOR and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by CONTRACTOR without the prior consent of DISTRICT, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of CONTRACTOR each represent and warrant that they have the legal power, right and actual authority to bind CONTRACTOR to the terms and conditions of this Agreement. CONTRACTOR COSTA MESA SANITARY DISTRICT, an independent special district *By. (sign here) (print name /title) to President ATTEST: * *By, Secretary of the Board (sign Page 23 of 34 (print name /title) If required by DISTRICT, proper notarial acknowledgment of execution by CONTRACTOR must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. * *Group B. Chairman, Secretary, President, or Assistant Secretary, Vice - President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: District Counsel Page 24 of 34 MANNER OF PERFORMING SERVICES GENERAL SPECIFICATIONS A. GENERAL SPECIFICATIONS COMPLY: 1. The machine should be capable of removing stones, grit, grease, sludge and other debris from sanitary sewer and -or drain lines by the flushing action of high pressure water. Yes X No 2. The machine should include an air conveying vacuum system to provide for the simultaneous removal of the debris flushed to the manhole by the high pressure water system or for the removal of debris from sewers, sumps, catch basins, digesters, wet wells, but screens, etc. Yes X No 3. The machine should be capable of being operated by one person with all operating controls for high pressure water pump, hose reel and vacuum located at the front of the machine for safety. This is an essential safety feature. Yes x No B. DEBRIS BODY COMPLY: 1. Debris body should have a minimum capacity of 12 cubic yards. Yes X No_ 2. The body should be round for maximum strength and be constructed Yes per Addendum of 3/16" Exten steel for corrosion and abrasion resistance. Bidder should submit a letter specifying the type of steel used for construction. Yes No 3. The rear door should be hydraulic powered open/close. The door should be capable of opening by hydraulic power with the debris body in the down position and capable of controlling load while dumping. Rear door should have a minimum 6" diameter liquid drain and valve for removing excess liquids. Drain should have 10' of lay flat hose. Yes X No 4. A splash shield should encompass the lower 180 degrees of the debris body opening to aid in draining off excess liquids. A rear door safety prop should be provided. Yes X No Page 25 of 34 5. The debris body should have four (4) door locks that lock hydraulically. Locks should consist of four dead -bolt latches. Each lock should be fully adjustable. Dead -bolt design should be used to prevent the door from opening unintentionally due to hydraulic valve or cylinder pressure loss. Dead -bolt locks should be fail -safe without the use of manual clamps of any kind. Door lock system should be fully hydraulic and fully operable from the controls located behind the cab. 6. The debris body should be dumped by raising to a minimum 50 degree angle for ease of dumping and should be equipped with a forward mounted, power up and down hydraulic dump cylinder to assure stability during the dumping cycle and to prevent the rear door from hitting the ground during dumping. 7. The debris body should be fixture on an independent sub -frame separate from the chassis frame that includes as part of its component a boom pedestal and welded J- straps for water tank supports. It should provide for a 3 point mounting system of the debris body. 8. Dump controls should be located mid -ship on the curb side of the unit adjacent to the door lock controls. Controls should be located well forward of the dumping area for operator safety. Detent position for travel. 9. An internal float device with external indicator should be supplied to show when body is loaded to capacity. 10. Dual porting should be used for debris body air exhaust to reduce exhaust air speed so incoming debris can successfully drop out of air stream. Exhaust ports should be a minimum of 10" in diameter and round to further reduce turbulence. 11. Debris tank painted all white. C. AUTOMATIC VACUUM BREAKER 1. An automatic vacuum breaker assembly should be located inside the debris body. 2. An automatic vacuum breaker shut down system that completely shuts down 100% of the air flow to the vacuum system to prevent body overfilling and wastewater discharge into the atmosphere should be included. 3. Controls to relieve vacuum system should be located at the front hose reel control station. This feature will enable the operator to pick up large debris with boom and place debris on the road surface without having to Yes per Addendum Yes- No- Yes per Addendum Yes- No- Yes per Addendum Yes- No- Yes X No Yes X No Yes X No Yes X No COMPLY: Yes X No Yes X No Page 26 of 34 Disengage blower. This system will be used for safety in the event suction must be shut off in case of an emergency. Yes X No D. VACUUM SYSTEM COMPLY: 1. The vacuum should be provided by a positive displacement rotary lobe blower capable of 4500 CFM inlet volume and a minimum 217" negative water pressure (16" HG). To ensure longer blower life and quiet operation, the Yes X No_ blower should achieve the maximum rated performance at no more than 2250 RPM. EXCEEDS: 18" HG (Mercury) 2. A means of completely engaging/disengaging the blower and varying the vacuum suction from the operator's station at the front of the machine should Yes X No_ be provided. 3. A final filter should be supplied to limit the ingestion of abrasive material into the positive displacement blower. It must be positioned between the outlet of the debris body and inlet of the vacuum blower and contain a removable stainless steel micro screen. The screen is to be no larger than 20 mesh and cylindrical in shape with a minimum 14" diameter and 20" length to allow for maximum protection and air flow. Filter should be vertically mounted. Filter housing to have minimum 8" inspection port. No tools required to inspect Yes X No_ and/or remove filter. 4. To further protect the vacuum source from liquid or solid particulate wear, a tapered, vertical, cyclone separator constructed of abrasion resistant steel should be provided. It should be capable of removing particles larger than 50 microns. It is to have a rubber sealed access door. An empty fan housing or Yes X No horizontally mounted separator of any design could be deemed ineffective in providing the desired level of protection. 5. A complete drawing of the separator design should be provided. Separator should be an independent component, separate from the debris body and Yes X No vacuum source. 6. Bidder to provide with bid proposal a drawing showing air flow through the system and separator. Yes X No 7. Bidder to provide with proposal a certified performance graph showing CFM and negative pressure. Yes X No 8. System should be capable of vacuuming under water without special attachments. Yes X No Page 27 of 34 9. System should be capable of producing 100% rated vacuum pressure with no air flow through vacuum tubes. This is an essential feature in the application where material needs to be vacuumed under the water surface, i.e. lift stations, Yes x No plugged manholes, etc. E. WATER SUPPLY COMPLY: 1. The water tanks should have a minimum usable capacity of 1500 gallons. Certificate from manufacturer verifying capacity should be included. Yes—x_No_ 2. The water tanks should be constructed from aluminum or plastic, cross - linked by four inch tubing to fill and empty evenly. Yes X No 3. Water tanks. should be mounted at and below the truck frame to provide a low center of gravity for truck stability. Yes x No 4. Length and diameter of water tanks should be adjustable by body manufacturer to ensure proper fit and weight distribution. Yes X No 5. Water tanks should not rise when debris body is dumped for safety and stability. Yes X No 6. A 2 '/2" x 25' hydrant hose and wrench should be provided. Basket for hose mounted at curbside fill location to be provided. Yes X No 7. A 4" anti- siphon air gap should be installed. Yes X No_ 8. Water tanks should have a 10 year warranty. Yes x No_ 9. A copy of tank warranty is provided. Yes X No F. VACUUM SYSTEM BOOM AND HOSE COMPLY: 1. Should be front loading, attached at the front of the machine in order to provide ease of positioning the machine over the manhole as well as afford maximum safety for the operator. Yes X No_ 2. Vacuum hoses and tubing should be 8" inner- diameter. Yes X No_ Page 28 of 34 3. Boom should provide left and right rotation to allow work off of either side of the machine. Left and right swing movements to be actuated by a hydraulic Yes per Addendum cylinder. Gears, chains, sprockets and hydraulic motors do not meet this Yes- No-requirement. 4. Boom should provide 17' of vertical lift utilizing one large diameter hydraulic Yes per Addendum cylinder. Boom lift capacity at bumper -600 lbs. Yes- No-5. Boom should provide a minimum of 24' reach off of the centerline of the unit. Boom should telescope forward a minimum of 8' without affecting the height of the pick -up hose and tubing. Yes R No EXCEEDS: 10 ft. True Telescoping Boom 6. A 4" x 6" rectangular beam should extend to support boom vacuum tube through the entire length of extension for maximum structural integrity. The hydraulic cylinder used for telescoping action should be enclosed inside the Yes per Addendum rectangular beam. yes No — — 7. Boom functions should be controlled by ajoy -stick mounted at front operator station. A six way remote pendant with vacuum breaker switch should also be supplied. Yes x No 8. Pipe extensions to clean to 20' should be supplied with the unit. Yes x No 9. Spring loaded fold down pipe racks with 6 pipe capacity should be provided — that allow operator to access pipe from ground level. Pipe racks should be mounted on both sides of debris body. Yes X No 10. Boom should be painted white. Yes—r No_ G. HIGH PRESSURE WATER PUMP COMPLY: 1. The high pressure water pump should be set to deliver 80 gpm @ 2500 psi continuous duty. Yes X No_ 2. The high pressure water pump should be a dual- acting single piston design powered by a direct hydraulic flow with a 1: 1 oil input to water output ratio. Yes per Addendum 3. The high pressure water pump should operate independently of the vacuum Yes- No-system and be powered by the chassis engine via heavy duty transfer case and direct mount oil pump. Yes per Addendum Yes X No_ 4. Controls to vary flow from 30 — 80 gpm while maintaining full pressure without affecting vacuum performance should be located at the front operator station. Yes X No_ Page 29 of 34 5. Controls for starting and stopping the water pump and varying flow and pressure should be located at the front operator station. Yes X No 6. In case of emergency, the high pressure water pump on/off function should be controlled by a single electric safety switch at the front operator station. Water pump should instantly stop flow from a full throttle, full flow mode when switch is placed in the "off' position. Yes x No 7. High pressure water pump should be mounted below 100% of the water supply to assure a gravity flooded inlet with no priming required at any time. Yes per Addendum Yes- No-ff . HOSE REEL ASSEMBLY COMPLY: 1. The hose reel should be located at the front of the vehicle. 4. The hose reel should rotate 270 degrees on a bearing mounted on the hose reel Yes x No_ 2.The hose reel should have a minimum capacity of 800 feet of t inch diameter Yes per Addendum hose. of supporting hose reel in any rotated position without the use of any outrigger legs. Yes- No-3. The hose reel should be hydraulically powered in both directions by means of a Yes- double chain and sprocket drive. The controls for operating the motor should have a flow control device to regulate the rotational speed of the reel in both directions. All hydraulic hoses should be behind a protective housing to shield operator from hydraulic hose failure. N/A to force hose over the edge of the reel when working in easements or applications Yes No 4. The hose reel should rotate 270 degrees on a bearing mounted on the hose reel N/A sub -frame. Yes No 5. Sub -frame should be mounted at both frame rails of truck chassis and be capable of supporting hose reel in any rotated position without the use of any outrigger legs. N/A Yes- No-6. Sub -frame should be capable of extending hose reel 15" from the front of the truck chassis. This extension in conjunction with the 270 degree rotation will allow a direct line of sight between the front roller of the hose reel and the vacuum boom in any working position. The direct line of sight will prevent operator from having to force hose over the edge of the reel when working in easements or applications directly beside the machine. N /A Yes- No-7. The hose reel should stay centered to allow operator and equipment to remain located safely out of the line of traffic in any working position. N/A 8. Dual controls should be located on each side of the hose reel to allow operation Yes- No-to remain safely located in front of the reel while working on of either side of the machine. Page 30 0£34 9. The hose reel should be equipped with an automatic wind guide. It is to provide the operator with complete hand -off operation so that attention can be focused on line cleaning rather than guiding and wrapping the hose. It is to be chain driven directly from the hose reel shaft and equipped with a bearing supported lead screw with brass follower. The guide way should be constructed of hard chrome for wear and corrosion resistance. An air - operated, preloaded, aluminum pinch roller with self - lubricating polyethylene ends for reel protection will maintain hose placement on the reel. The wind guide should have a free - wheeling provision for quick adjustment to compensate for hose length changes and/or repair and should be equipped with dual polyurethane hose guide rollers. 10. The hose reel should be equipped with a footage counter. N/A Yes- No- Yes per Addendum Yes- No-1 . MANHOLE CLEANING WATER SYSTEM (HAND GUN) 1. A hand gun system should be provided to assist in cleaning catch basins, manholes, COMPLY: screens, etc. 2. Hand gun should be powered by the high pressure water system. Flow and pressure Yes X No_ at hand gun should be regulated at 20 gpm @ 700 psi. 3. Hand gun should include on/off control and spray pattern adjustment from a fine Yes X No mist to a steadyjet. 4. Hand gun should be mounted mid -ship and include 50' of high pressure hose on a Yes X No spring - loaded retractable reel with quick - connect couplings. J. JET RODDER HOSE Yes X No 1. 800' x 1" high pressure jet hose rated for 2500 psi working pressure and 6250 psi COMPLY: burst pressure should be provided. 2. A heavy duty hose guide with 25' nylon rope should be provided. Yes X No_ 3. Nozzles should be provided as follows: 1 penetrator nozzle with carbide inserts Yes X No- 2 sanitary nozzles 1 sand nozzle 4. Jet rudder hose is 1 ", colored orange Yes X No_ Yes x No Page 31 of 34 K HYDRAULIC SYSTEM AND LUBRICATION COMPLY: 1. The hydraulic system should have a minimum capacity of 60 gallons. Yes x No 2. Hydraulic shut -off valves should be included on all main lines. Yes X No 3. Lube points should be marked by weather proof tags. Yes x No L. ACCESSORIES COMPLY: 1. 2 — 36 x 18 x 18 aluminum sealed lockable tool boxes Yes X No 2. electronic back -up alarm Yes x No 3. debris body flush out system powered by high pressure water pump Yes X No 4. 25' leader hose Yes x No 5. jack - hammer action on rudder system Yes x No 6. accumulator system Smooth continuous flow and pressure standard Yes No 7. drain valves at water pump Yes X No 8. 3" y -type stainless steel strainer at water pump with brass valve Yes Y No_ M. LIGHTING AND ELECTRICAL 1. The entire module electrical system should be vapor sealed to meet N.E.M.A. 4 standards. YesX No 2. All circuits should be protected by circuit breakers. Yes X No_ 3. Clearance lights and reflectors should be famished in accordance with D.O.T. standards. Yes X No_ 4. Front and rear mounted beacon lights should be provided. Yes x No_ 5. A hand held spot light with front bumper plug should be provided. Yes No_ N. OPERATOR TRAINING AND SERVICE COMPLY: 1. Two days of operator training should be provided by a factory trained representative. Yes X No 2. Operator manual, maintenance manual and video should be provided upon delivery. 3. A local service facility should be located within 50 miles from District Yard. Yes X No_ Page 32 of 34 O. MOUNTING AND DELIVERY 1. The unit will be painted white and mounted on the chassis at the factory of the body manufacturer. 2. All transportation charges are included. P. EXCEPTIONS AND DEVIATIONS COMPLY: Yes x No_ Yes x No COMPLY: 1. It is the bidder's responsibility to carefully examine each item of the specifications. Failure to respond to each section of the specifications comply: yes /no could cause the proposal to be rejected without review as `non- responsive.' All variances, "no" responses, exceptions and/or deviations will be fully described on an additional sheet to be submitted with the bid. Yes X No_ Q. TRUCK CHASSIS New 2013 Model Page 33 of 34 COMPLY: Engine: automatic transmission, 350 h.p. diesel Yes X No Engine shutdown electric key operated Yes X No Transmission: Allison automatic Yes X No GV WR: 60,000 lbs. Yes x No Exhaust: single vertical bright finish tailpipe and guard Yes X No Air horn Yes x No Anti -Lock brake system Yes X No Fuel tank: under cab steel 100 gallons Yes X No_ Primary mirrors: 7.44" x 14.84" w/ 102" wide spacing Yes No Auxiliary mirrors: 7.44" sq. convex both sides YesX No Air conditioner Yesx No AM/FM stereo YesX No_ Driver seat: Mid -back air suspension EXCEEDS: Hi -Back YesX No_ Passenger seat: Mid -back non- suspended EXCEEDS: Hi -Back YesX No Full gauge package: air system gauge primary and secondary needle, air restriction indicator, fuel, water tern, hour meter, tachometer, oil pressure, volt meter, speedometer w/ odometer YesX No_ Windshield wiper w/ delay YesX No_ Page 33 of 34 Interior sun visors: driver and passenger 5 # fire extinguishers Set of triangles Yes X No_ Yes-X—No_ Yes X No Page 34 of 34 ; c \ \ « » -\ y -� � � � -� � \E 6�z j) \ � \ d \ %9,§§ � � d ± �� \ \ ®�. y�`j Y ) y - \ > ` g m ^2� �� � [2�� \ , � �A m /<\ •� �) . FALLOUT Main Bid °9 ) \ 4 � AIR FLOW LEGEND .N,�Ap AXO NATENAL �NATERIAL OKT ♦.. AIR ANO FME MATFAIAL �� AIp ONLY How The System Works • Tornado type atmosphere in tank • Pulling debris, rocks, bricks,water etc. through the 8" tube opening • Displacing debris in tank • Exhausting air through inlet screens, vacuum breaker, final strainer then through silencer. Option 9. and Option 11. LET REVISION DATE A SUPERSEDES DWG SAME # DATED 5 -87 8 -30 -93 B JADDED 200" SCALE 8 -20 -98 217 16 200" - Option 9. and Option 11. 400 350 300 X 250 LU 200a W cn 150 CC 2 100 1 2 3 4 5 6 7 8 CFM X 1000 4800 RPM MAX (AS TESTED) VACUUM — mass — HORSEPOWER Fen curve adjusted for standard air (0.075 Ibm /ft3, 29.92 in /hg, 70 0F, sea level). TEST CONDUCTED AND CERTIFIED BY FRANK BLEIER, CERTIFIED INDUSTRIAL PHYSICIST AND PROFESSIONAL ENGINEER REGISTERED ILLINIOS NUMBER 8526, DATED 2 -8 -63. DRAWN DATE 3 STAVE FAN nNEXT ASSEMBLY QTY CAL B-30-93 WEIGHT MAC COMPRESSOR Zg g1V1g SCALE WEIGHT 1= 1 LB O P E R ATI N C CURVE GREEN COVE SPRINGS, FLORIDA USA MATERIAL I EFFECTIVE WITH VAC -CON SERIAL NUMBER 70OA0024S I nB 200" - - — — 190 14 163 12 I O 136- = 109 10 = 8 - 2 82 > 2 6 > a 54 -a4 27 2 0" 0" 400 350 300 X 250 LU 200a W cn 150 CC 2 100 1 2 3 4 5 6 7 8 CFM X 1000 4800 RPM MAX (AS TESTED) VACUUM — mass — HORSEPOWER Fen curve adjusted for standard air (0.075 Ibm /ft3, 29.92 in /hg, 70 0F, sea level). TEST CONDUCTED AND CERTIFIED BY FRANK BLEIER, CERTIFIED INDUSTRIAL PHYSICIST AND PROFESSIONAL ENGINEER REGISTERED ILLINIOS NUMBER 8526, DATED 2 -8 -63. DRAWN DATE 3 STAVE FAN nNEXT ASSEMBLY QTY CAL B-30-93 WEIGHT MAC COMPRESSOR Zg g1V1g SCALE WEIGHT 1= 1 LB O P E R ATI N C CURVE GREEN COVE SPRINGS, FLORIDA USA MATERIAL I EFFECTIVE WITH VAC -CON SERIAL NUMBER 70OA0024S I nB Main Bid Warranty VAC -CON, as seller, warrants all equipment manufactured by it and bearing its name shall be free from defects in material and workmanship, under normal use and service as de- termined by us, for a period of (12) twelve months from the date of delivery to the first retail purchaser. Should any equipment or part of such equipment sold hereunder prove to be defective in material or workmanship within said period, and be returned to Seller's factory no later than 15 days after the expiration date of the warranty, transportation charges prepaid by the Buyer, and upon examination be found to be defective, such part will be replaced at the factory by the Seller free of charge, but the Seller shall be under no further liability in respect to such war- ranty. It is expressly understood that the Seller's liability is limited to furnishing of such replace- ment parts within a reasonable length of time and that the Seller will not be liable for any dam- ages, losses or expenses arising in connection with the use of or inability to use the unit(s), including but not limited to, injuries to persons or damage to property, loss of profits or antici- pated profits, or loss of vehicle use. Buyer shall be responsible for the payment of duties or taxes on warranty parts, if applicable. The Seller shall be under no liability because of normal wear and tear of operation or maintenance contrary to the manufacturer's official Operator's Manual. The Buyer accepts any liability for damage or injury resulting from the removal or al- teration of safety guards and safety precautions provided on the unit at the time of delivery. This warranty shall not apply and VAC -CON shall have no liability under it or otherwise if the unit shall have been injured by accident, careless handling or improper applications or if any repairs have been made to the unit by other than VAC -CON, its agents or employees. Warranties covering major components not of VAC -CON manufacture (pd blowers, power plants, hydraulics, trucks, vacuum compressors, transmissions, electrical components, batter- ies, tires, etc.) are warranted by their respective manufacturers. We give no warranty express or implied, as to description, quality, productiveness or any other matter and the Buyer hereby waives the right of refusal and return of the goods which is usually connected with non - warranty. It is the sole responsibility of the purchaser to use this equipment in an appropriate appli- cation and a safe manner. VAC -CON assumes no responsibility or liability for its misuse. FIVE (5) YEAR WARRANTY: VAC -CON warrants that the debris tank shall be free from defects in material and work- manship, under normal use and service as determined by the manufacturer, for a period of sixty (00) months (not pro- rated) from the date the unit is first placed into service. TEN(10)YEAR WARRANTY: VAC -CON warrants that the fresh water tanks shall be free from defects in material and workmanship, under normal use and service as determined by the manufacturer, for a period of one hundred twenty (120) months (not pro-rated) from the date the unit is first placed into service. This warranty is not transferable. Option 9. and Option 11. Warranty -Dual Fan VAC -CON, as seller, warrants all equipment manufactured by it and bearing its name shall be free from defects in material and workmanship, under normal use and service as de- termined by us, for a period of (12) twelve months from the date of delivery to the first retail purchaser. Should any equipment or part of such equipment sold hereunder prove to be defective in material or workmanship within said period, and be returned to Seller's factory no later than 15 days after the expiration date of the warranty, transportation charges prepaid by the Buyer, and upon examination be found to be defective, such part will be replaced at the factory by the Seller free of charge, but the Seller shall be under no further liability in respect to such war- ranty. It is expressly understood that the Seller's liability is limited to furnishing of such replace- ment parts within a reasonable length of time and that the Seller will not be liable for any dam- ages, losses or expenses arising in connection with the use of or inability to use the unit(s), including but not limited to, injuries to persons or damage to property, loss of profits or antici- pated profits, or loss of vehicle use. Buyer shall be responsible for the payment of duties or taxes on warranty parts, if applicable. The Seller shall be under no liability because of normal wear and tear of operation or maintenance contrary to the manufacturer's official Operator's Manual. The Buyer accepts any liability for damage or injury resulting from the removal or al- teration of safety guards and safety precautions provided on the unit at the time of delivery. This warranty shall not apply and VAC -CON shall have no liability under it or otherwise if the unit shall have been injured by accident, careless handling or improper applications or if any repairs have been made to the unit by other than VAC -CON, its agents or employees. Warranties covering major components not of VAC -CON manufacture (power plants, hy- draulics, trucks, vacuum compressors, transmissions, electrical components, batteries, tires, etc.) are warranted by their respective manufacturers. We give no warranty express or implied, as to description, quality, productiveness or any other matter and the Buyer hereby waives the right of refusal and return of the goods which is usually connected with non - warranty. It is the sole responsibility of the purchaser to use this equipment in an appropriate appli- cation and a safe manner. VAC -CON assumes no responsibility or liability for its misuse. FIVE (5) YEAR WARRANTY: VAC -CON warrants that the fans, auxiliary engine water pump drive components (excluding engine and pump) and debris tank shall be free from defects in material and work- manship, under normal use and service as determined by the manufacturer, for a period of sixty (60) months (not pro- rated) from the date the unit is first placed into service. TEN (10) YEAR WARRANTY: VAC -CON warrants that the fresh water tanks shall be free from defects in material and workmanship, under normal use and service as determined by the manufacturer, for a period of one hundred twenty (120) months (not pro - rated) from the date the unit is first placed into service. This warranty is not transferable. PD3612HEN /1500(824 at 18 ") GENERAL The machine is capable of removing stones, grit, grease, sludge and other debris from sanitary sewer and /or storm drain lines by the flushing action of high - pressure water. The high - pressure sewer cleaner operates independent of the vacuum system. The machine includes an air conveying vacuum system to provide for the simultaneous removal of the debris flushed to the manhole by the high - pressure water system or for the removal of debris from sewers, sumps, catch basins, digesters, wet wells, bar screens, etc. The machine is capable of being operated by one man, with all operating controls for high - pressure water pump, hose reel, and vacuum, located at the front of the machine for safety. DEBRIS BODY Debris storage body has a minimum usable liquid capacity of 12 cubic yards. The debris body is round for maximum strength and constructed of 3/16 inch ASTM A242 Corten A steel for enhanced corrosion resistance. The rear door shall be dished and flanged for maximum strength, full opening, hinged at the top with low profile and adjustable style hinges maintaining a 12' maximum overall height. There shall be 6" diameter liquid drain valve, knife and screen weldment inside for removing excess liquids. Drain will have 10 feet of 6 inch layflat hose. The rear door shall be supplied with a debris deflector shield located inside the debris tank that encompasses 75 percent of the rear door. The debris deflector shield shall deflect material from rear door and aid in draining off excess liquids. A rear door safety prop shall be provided. For ease of maintenance there shall be no hydraulic components located inside the debris body or rear door. The debris body has five (5) externally mounted door locks that lock hydraulically. One manual T bolt is installed for operator safety. A hydraulic grabber shall be installed and controlled by one hydraulic cylinder externally mounted for ease of service. The hydraulic locks and grabber shall be operated by one (1) sequential control. In order to allow the operator to control the discharging of liquids from the debris tank by cracking open the door prior to the dumping procedure, the hydraulic grabber shall engage the door at the bottom of the door from 0" - 6 ". Beyond the 6" stroke, the grabber shall automatically disengage the door, allowing for the dumping of the debris tank. Dual steel weldments with stainless steel screen 8" x 28" each providing up to 1200 square inches of added filtration for the vacuum system shall be provided inside the debris tank. These weldments shall be removable and require no cutting or welding. A double acting power up /power down hydraulic scissors lift mechanism will be provided to raise body to a minimum 50 degree angle. The scissors lift mechanism shall be designed to support a minimum of 24 Inches of the debris tank width to provide stability and when dumping on uneven ground. The lift capacity of hydraulic scissors lift cylinder is 56,000 lbs. Dump controls are located on curbside mid ship of the unit, well forward of the dumping area for operator safety. A manual override system is provided in case of system failure. The debris body has a five year warranty. A copy of manufacturer's warranty statement shall be enclosed with bid. If pro -rated so state: An internal polyethylene float device with external indicator is supplied to show when body is loaded to capacity. AUTOMATIC VACUUM BREAKER The automatic vacuum breaker assembly is located inside the body. The automatic vacuum breaker assembly shall be controlled by an electric over hydraulic circuit. The entire system shall be replaceable via a bolt on assembly. The assembly shall consist of a 12" inlet and two 8" ports that provide air flow to the vacuum system. A full indication activates an automatic vacuum breaker shut down system that completely shuts down 100 percent of the airflow to the vacuum system to prevent overfilling and wastewater discharge into the atmosphere. The vacuum breaker system is automatically activated (closed) when the parking brake system is released to eliminate carryover during transit. The system is controlled /activated, at the front hose reel control station. This enables the operator to pick up large debris with boom and place debris on the road surface. This system can be used for safety in the event suction must be shut off in case of an emergency. POSITIVE DISPLACEMENT BLOWER A lobe type positive displacement blower shall be provided capable of a minimum 3600 CFM's and 16" of Hg. with cyclone separator. Control of the blower regarding start, stop and the rate of vacuum suction is performed from the front of the truck. A vacuum suction breaker disconnect switch is provided to enable operator to pick up large debris with boom and place debris an road surface. The positive displacement blower system shall operate independent of the high - pressure water system. The compressor is driven by the chassis engine via a closed loop hydrostatic system using a variable piston pump and motor. This system shall include a heat exchanger for extreme ambient conditions and to maintain the pump suction oil temp at 160 deg. F. max. The heat exchanger shall be protected by a 30- micron filter and cold weather by pass valve. Hydrostatic loop filtration shall be accomplished by a 10 Beta micron return filter and a 10- micron Absolute (no bypass) charge filter. The blower is protected by (2) two 3" diameter vacuum relief valves. The system incorporates an air /water separator and a sound silencer to separate material before it enters blower and to ensure quite operation. A means of starting, stopping and varying the vacuum suction from operator station at the front of the machine is provided. The blower is mounted on a frame independent of the water tank. Unit must be capable of vacuuming under water without air induction. A manometer /vacuum test may be required to demonstrate the system performance. The positive displacement blower shall have a 12 -month non - prorated warranty. VACUUM PICK UP HOSE Shall be front loading, attached at the front of the machine in order to provide ease of positioning the machine over the manhole, as well as afford maximum safety for the operator. The boom 8" will be mounted on a boom that will provide a minimum of 18'vertical lift utilizing dual hydraulic cylinder and 230 degree of boom rotation powered hydraulically for non - interrupted smooth movement. Boom to have a lift capacity of 500 lbs. at the front bumper. The boom will be powered by an electric over hydraulic system: up /down by dual lift cylinders. The right /left movements shall be hydraulic via worm gear rotation. Control of the boom is by means of a joystick control at the operator's station, requiring no cables at operator's feet for boom operation. A 6 -way remote pendant station is also supplied. The boom shall hydraulically telescope a minimum of 10 ft. forward from the operators station. The height of the boom shall not change while the boom is being telescoped. A manual override system shall be provided for right /left, and up /down functions in case of system failure. A boom coverage chart shall be provided stating the square feet the boom covers. 8 inch diameter pipe extensions with clamps will be provided and carried on the truck as follows: I 6- 1 /2'Catch Basin Nozzle 1 6' Aluminum Pipe Extension 15' Aluminum Pipe Extension 13' Aluminum Pipe Extension WATER SUPPLY The water tank shall have a minimum usable capacity of 1500 U.S. gallons. The water tanks shall be constructed of non - corrosive, non - metallic, durable, cross - linked polyethylene to eliminate rust, corrosion, and stress cracking. The water tanks shall be mounted at and below the truck frame level to provide a low center of gravity for truck stability. A 2 -1/2 inch diameter x 25 feet long hydrant hose with hydrant wrench is supplied on the unit. An anti- siphon fill device is installed on the unit. Inspection ports shall be provided to fill or to add chemicals to the water system. A sight gauge to indicate water level is located within sight of the operator station. The water tanks are protected by a minimum of 11 gauge steel plating mounted below the water tanks for protection against road hazards when unit travels over the road, off the road or to land fills. The water tanks carry a ten year replacement warranty. HIGH - PRESSURE WATER PUMP The high pressure water pump shall be rated to deliver smooth continuous pressure and flow through the entire flow range of the pump. The high pressure shall have smooth continuous flow for both the high pressure system and the hand gun system. A continuous duty flow of 80 g.p.m. and 2500 p.s.i shall be provided. High - pressure relief valves are provided for both the high - pressure system and hand gun system. The water pump operates independently of the vacuum system and be powered by hydrostatics. The water pump is capable of running dry. Controls for starting and stopping the water pump and to vary the flow and pressure shall be at the front hose reel operator's station. The high - pressure water pump is equipped with a cold weather drain valve. The valve allows the operator to completely drain the high - pressure pump. HOSE REEL ASSEMBLY The hose reel assembly is mounted on the front of the vehicle. The hose reel shall have a minimum of 30" inside diameter with a capacity of 800' x 1" hose. The hose reel is hydraulically powered in both directions by means of a double chain and sprocket drive. The controls for operating the motor have a flow control device to regulate the rotational speed of the reel in both directions. All hydraulic hoses are behind a steel housing to protect operator from hydraulic oil if a hose fails. The hydraulic motor, chain, and sprockets have a protective cover or are mounted on the radiator side of the hose reel for operator safety. The hose reel articulates 180 degrees to the drivers side allowing operator to work in any position through this arc. This allows greater flexibility in truck placement for manholes located in tough areas and provides greater safety to the operator. Reel extends beyond the width of unit for greater flexibility for positioning reel over offset manholes, catch basins, etc. A hydraulically controlled outrigger leg is supplied that comes in contact with the ground at any one position. A warning light is located in the cab to warn the operator that the outrigger leg is not in its transported position prior to moving the unit. A manual bypass system for the hose reel assembly is provided to manually pull the reel assembly away from its transported position. This feature allows operator to check fluids without starting engines. JET HOSE 800' x1" jet rodder hose will be supplied rated for 2500 psi working pressure and 6250 psi burst pressure. A heavy duty hose guide with 25' of nylon rope will be provided. Nozzles shall be hardened steel with replaceable ceramic orifices as follows: 1) Chisel head penetrator & 1) standard sanitary. MANHOLE CLEANING WATER SYSTEM (HANDGUN) The high - pressure pump and independent water tank assembly supplied shall be used for manhole cleaning. A smooth continuous flow of 20 g.p.m. and pressure of 600 p.s.i. shall be provided for ease of operation. A hand gun pressure relief valve set at 600 p.s.i. shall be provided. One full functioning hand gun with on /off hand control, replaceable nozzle tip, 12 inch extension, adjustable spray and 50'x 1/2" hose with retractable reel will be provided. The hand gun will attach to the system via a quick couple connection at the curbside of the unit. To avoid being coiled at the operator's station a hand gun holder will be provided at the front bumper. HYDRAULIC SYSTEM AND LUBRICATION The hydraulic system has a 55- gallon capacity. The hydraulic system shall incorporate a main shut off valve in case of hydraulic failure. The hydraulic system shall incorporate hydraulic pressure relief valves and pressure gauges for ease of trouble shooting and maintenance. The unit is equipped on the passenger side, mid - section of the module, a permanent weatherproof white vinyl lubrication chart that points out lubrication points on the module and specifies what type of lubrication and hydraulic fluids are required. The chart also specifies the frequency of each lubrication point. Remote plumbed grease fittings are provided for the vacuum compressor, boom rotation, and water pump drive areas. ACCESSORIES A minimum twelve (12) month manufacturer's guarantee on the unit will be provided. A storage box behind the cab will be provided, 16" x 42" x 96" 1 Debris body power flush out system 1 Rear splash guard, tank mounted (3 -9 O'clock Position) 1 2 1/2" water tank drain gate valve assembly 1 Folding pipe rack holds 3 pieces of pipe, tank mounted, drivers side 1 Folding pipe rack holds 3 pieces of pipe, tank mounted, curbside 1 Storage /tool box shall be made from aluminum 1 Back up alarm 1 Pulsation feature for water pump 1 Hose footage counter, standard - drivers side 1 25' leader hose 1 6001b. lift capacity for boom 1 Hydraulic tank capacity 60 U5. gallons 1 Storage box behind cab split (2) 16 "X42 "X48" tool boxes 1 Brass valve @ strainer 1 Water tank capacity certified by Vac -con re:1500 US gallons LIGHTING The entire module electrical system is vapor sealed to eliminate moisture damage. All wiring is color- coded, labeled and run in sealed terminal enclosures. All module circuits are protected by circuit breakers. Clearance lights and reflectors are furnished in accordance with D.O.T. requirements. I Front mounted strobe light, with Limb Guard 1 Rear mounted strobe light PAINT Unit paint surface is shot blasted, primed and sanded prior to paint. Unit to be painted: White with DuPont Imron 5000 polyurethane paint. Unit shall have reflective blue side and boom stripes and rear door chevrons. Chassis shall be painted manufacturers standard white. TRAINING AND MANUALS Operator training will be conducted by a factory- trained representative for a minimum of one day at the time of delivery. 2 copy(ies) of the operating and maintenance manual for the sewer cleaner module shall be provided upon unit delivery. An operational video will be provided with the unit. MOUNTING AND DELIVERY The unit described will be mounted on a truck chassis acceptable to the body manufacturer at the factory of the body manufacturer. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone', 904- 204 -4200 Data Code Price Level PRL -02D Data Version ORL 024 Vehicle Conilgur 001 -1T] 004 -213 002 -003 019 -002 003 -001 General Service AAt -002 AA6 -001 A85 -010 A84 -1GM AA4 -002 AA5 -002 AB1 -008 AB5 -001 995 -1AE A66 -99D A68 -99D A63 -99D S P E C IF I CAT I ON P R O P O S A L Description ED PRL -02D (EFF',07 /19/11) SPECPR021 DATA RELEASE VER 024 ition 11 4S CONVENTIONAL CHASSIS 2013 MODEL YEAR SPECIFIED SET FORWARD AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION TRUCK CONFIGURATION DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND CARS OPT -IN STATES) UTILITY /REPAIR/MAINTENANCE SERVICE GOVERNMENT BUSINESS SEGMENT LIQUID BULK COMMODITY TERRAIN /DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM 8% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN- TRANSIT (BETWEEN SITES) ROAD SURFACE FREIGHTLINER LEVEL II WARRANTY EXPECTED FRONT AXLE(S) LOAD: 20000.0165 EXPECTED REAR DRIVE AXLE(S) LOAD: 40000.0 Ibs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 60000.0 Ibs Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 11 4S SFA 60L ISO AUTO Weight Weight Front Rear 8,010 6,640 Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 1 of 28 Prepared for TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone. 904- 284 -4200 Weight Weight Data Code Description Front Rear GVWR RATED MAXIMUM VEHICLE CAPACITY - GVWR: 60000.0 Ibs Truck Service AA3 -034 SEWERIINDUSTRIAL VACUUM BODY Engine 101 2NV CUM ISC - 350350 HP @ 2000 RPM; 2200 GOV, -810 -110 1000 LB /FT @ 1400 RPM Electronic Parameters 79A -072 72 MPH ROAD SPEED LIMIT 7913-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K -009 PTO MODE ENGINE RPM LIMIT -1200 RPM 79L011 PTO MODE THROTTLE OVERRIDE - LIMITTO 1400 RPM 79M -001 PTO MODE BRAKE OVERRIDE - SERVICE BRAKE ONLY ENABLED 79P -009 PTO RPM WITH CRUISE SET SWITCH - 1200 RPM 790 -009 PTO RPM WITH CRUISE RESUME SWITCH - 1200 RPM 795 -001 PTO MODE CANCEL VEHICLE SPEED -5 MPH 79U -006 PTO GOVERNOR RAMP RATE -200 RPM PER SECOND 80G -002 PTO MINIMUM RPM -700 80J -002 REGEN INHIBITIT SPEED THRESHOLD - S MPH Engine Equipment 99C -010 2010 EPAICARB EMISSION CERTIFICATION 99D -011 2008 CARS EMISSION CERTIFICATION - CLEAN IDLE (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) 105 -001 ENGINE MOUNTED OIL CHECK AND FILL 014 -099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER 124 -1 D7 DR 12V 160 AMP 28 -SI OUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292 -098 (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT -45 -20 MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES 290 -017 BATTERY BOX FRAME MOUNTED 282 -042 LH BATTERY BOX MOUNTED AS FAR AFT AS POSSIBLE, NO GREATER THAN Bo INCHES BACK OF CAB Application Version 8.3.312 Data Version PRE 02D.024 COSTA MESA CA 114SD SFA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 2 of 28 Prepared tor: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Date Code Description Weight Weight Front Rear 291 -017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289 -001 NON - POLISHED BATTERY BOX COVER 293 -060 POSITIVE LOAD DISCONNECT WITH CAB 8 MOUNTED CONTROL SWITCH WITH LOCKING PROVISION MOUNTED OUTBOARD DRIVER SEAT 295 -026 POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART MOUNTED NEAR /ON BATTERY TRAY /BOX 107 -032 CUMMINS 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 152 -041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 016 -1C2 RH OUTBOARD UNDER STEP MOUNTED 30 25 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICALTAILPIPE 28F -002 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239 -999 CUSTOM EXHAUST SYSTEM HEIGHT NOTTO EXCEED 115 MM ABOVE CAB 237 -0CR RH CURVED VERTICAL TAILPIPE B- PILLAR MOUNTED ROUTED FROM STEP 23U 001 6 GALLON DIESEL EXHAUST FLUID TANK -40 -20 23Y -001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING 43X -002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 43Y -001 STANDARD DIESEL EXHAUST FLUID TANK CAP 242 -011 ALUMINUM AFTERTREATMENT DEVICE/MUFFLERRAILPIPE SHIELD(S) 273 -018 NORTON DRIVEMASTER OWOFF FAN DRIVE 276 -001 AUTOMATIC FAN CONTROLWITHOUT DASH SWITCH, NON ENGINE MOUNTED 110 -003 CUMMINS SPIN ON FUEL FILTER 118 -008 COMBINATION FULL FLOW /BYPASS OIL FILTER 266 -017 1300 SQUARE INCH ALUMINUM RADIATOR -20 103 -004 ANTIFREEZE TO -34F, NOAT EXTENDED LIFE COOLANT 171 -007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 172 -001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES Application Version 8.3.312 06/21/2012 11.50 AM Data Version PRL- 02D.024 COSTA MESA CA 11 4S SEA 60L Page 3 of 28 ISO AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Weight Weight Data Code Description Front Rear 270-016 RADIATOR DRAIN VALVE 360 -013 1350 ADAPTER FLANGE FOR FRONT PTO 25 PROVISION 132 -004 ELECTRIC GRID AIR INTAKE WARMER 155 -058 DELCO 12V 38MT HO STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission 342 -582 ALLISON 3000 RDS AUTOMATIC TRANSMISSION -70 -20 WITH PTO PROVISION Transmission Equipment 343 -1 P1 WTEC CALIBRATION- 6 SPEED WITH LESS, RDS (PACKAGE 114) 353 -022 VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED BACK OF CAB 34C -001 ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED 341 -018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345 -003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 976 -001 TRANSMISSION PROGNOSTICS - ENABLED 370 -011 WATER TO OIL TRANSMISSION COOLER, FRAME MOUNTED 346 -003 TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 35T -001 SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) Front Azle and Equipment 40D -1 B8 DETROIT DA -F- 20.0 - 520,000 #FL171.0 KPI /3.74 210 DROP SINGLE FRONT AXLE 402 -030 MERITOR 16 .5X60+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403 -002 NON- ASBESTOS FRONT BRAKE LINING 419 -023 CONMET CAST IRON FRONT BRAKE DRUMS 427 -001 FRONT BRAKE DUST SHIELDS 5 409 -021 SKF SCOTSEAL PLUS XL FRONT OIL SEALS 408 -001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL 416022 STANDARD SPINDLE NUTS FOR ALL AXLES 405 -002 MERITOR AUTOMATIC FRONT SLACK ADJUSTERS Application Version 8.3.312 OW211201211:50 AM Data Vernon PRL- 020.024 COSTA MESA CA 114SD SFA 60L Page 4 of 28 ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 2844200 Data Code Description Weight Weight Front Rear 406 -001 STANDARD KING PIN BUSHINGS 536 -055 TRW THP- 60 POWER STEERING WITH RCH45 130 AUXILIARY GEAR 539 -003 POWER STEERING PUMP 534 -003 4 QUART POWER STEERING RESERVOIR 5 533 -004 OIL/AIR POWER STEERING COOLER MOUNTED 5 ABOVE FRONT CLOSING CROSSMEMBER 40T 001 ORGANIC SAE 80/90 FRONT AXLE LURE Front Suspension 620 -006 20,000# FLAT LEAF FRONT SUSPENSION 300 619 -004 GRAPHITE BRONZE BUSHINGS WITH SEALS - FRONT SUSPENSION 410 -001 FRONT SHOCK ABSORBERS Rear Axle and Equipment 420101 PIT -40- 14540,000 #R - SERIES TANDEM REAR -40 AXLE 421 -586 5.86 REAR AXLE RATIO 424 -003 IRON REAR AXLE CARRIER WITH OPTIONAL 40 HEAVY DUTY AXLE HOUSING 386 -076 MXL 17N MERITOR EXTENDED LURE MAIN 30 30 DRIVELINE WITH FULL ROUND YOKES 388 -073 MXL 17T MERITOR EXTENDED LURE INTERAXLE DRIVELINE WITH HALF ROUND YOKES 878 -019 (1) INTERAXLE LOCK VALVE FOR TANDEM OR TRIDEM DRIVE AXLES 87A -001 BLINKING LAMP WITH EACH MODE SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF 423 -020 MERITOR 16 .5X]0+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433 -002 NON - ASBESTOS REAR BRAKE LINING 434 -003 STANDARD BRAKE CHAMBER LOCATION 451 -023 CONMET CAST IRON REAR BRAKE DRUMS 425 -002 REAR BRAKE DUST SHIELDS 10 440 -021 EKE SCOTSEAL PLUS XL REAR OIL SEALS 426 -075 HALDEX GOLDSEAL LONGSTROKE 2 -DRIVE AXLES SPRING PARKING CHAMBERS 428 -003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-001 ORGANIC SAE 80/90 REAR AXLE LUBE Rear Suspension 622 -1CH HENDRICKSON RT403 REAR SUSPENSION 710 40,000# Application Version 8.3.312 06121/2012 11:50 AM Data Version PRL- 020.024 COSTA MESA CA 11 48D SEA 60L Page 5 of 28 ISO AUTO Freightliner reserves the right to change specifications, prices, and welghts, without notice. Prepared for TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904 - 284.4200 Brake System 490 -100 Weight Weight Data Code Description Front Rear 621 -016 HENDRICKSON RT /RTE -1.19 "SADDLE 431 -001 STANDARD U -BOLT PAD 624 -011 52 INCH AXLE SPACING 628 -004 STEEL BEAMS AN D RUBE ER CENTER 46D 002 BUSHINGS WITH BAR PIN ADJUSTABLE END CONNECTIONS 623 -005 FORE /AFT CONTROL RODS Brake System 490 -100 WABCO 4S /4M ABS WITHOUT TRACTION CONTROL 871 -001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904 -001 FIBER BRAID PARKING BRAKE HOSE 412 -001 STANDARD BRAKE SYSTEM VALVES 46D 002 STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM 413 -1AA STANDARD U.S. FRONT BRAKE VALVE WITH ABS VALVES IN RAILS WITH RH HEAT SHIELDING 432 -003 RELAY VALVE WITH 5 -8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480 -034 BW AD -IP BRAKE LINE AIR DRYER WITH HEATER 479 -024 AIR DRYER MOUNTED OUTBOARD ON RH RAIL BACK OF CAB, MAXIMUM 20 INCHES BACK OF CAB PROTRUSION 460 -089 (1) 12 INCH STEEL AIR TANK MOUNTED ABOVE FRAME BACK OF CAB, 20 INCHES MAXIMUM BACK OF CAB PROTRUSION 477 -001 PULL CABLE ON WET TANK, PETCOCK DRAIN VALVES ON ALL OTHER AIR TANKS Trailer Connections 335 -004 UPGRADED CHASSIS MULTIPLEXING UNIT Wheelbase & Frame 545 -670 6700MM (264 INCH) WHEELBASE 546 -101 11/32X3- 1/2 %10 -15/16 INCH STEEL FRAME (8.73MMX=.8MM/0.344X10.94 INCH) 120KSI 547 -001 1/4 INCH (6MM) C- CHANNEL INNER FRAME REINFORCEMENT 552 -014 1900MM (75 INCH) REAR FRAME OVERHANG 55W -007 FRAME OVERHANG RANGE: 71 INCH TO 80 INCH 549 -002 24 INCH INTEGRAL FRONT FRAME EXTENSION Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISC AUTO 5 360 120 220 435 -30 140 115 -20 06/2112012 11:50 AM Page 6 of 28 Freightliner reserves the right to change specifications, prices, and weights, without notice. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Chassls Equipment 556 -997 Weight Weight Data Code Description Front Rear ACB -99D CALC'D BACK OF CAB TO REAR SUER CIL (CA: 607 -001 180.54 in AEB -99D CALCULATED EFFECTIVE BACK OF CAB TO 212 -007 REAR SUSPENSION CIL (CA) : 177.54 in AE4 -99D CALC'D FRAME LENGTH - OVERALL: 390.69 AM6 -99D CALC'D SPACE AVAILABLE FOR DECKPLATE 122 -084 180.54h FSS -OLH FRAME SPACE LH SIDE: 150.35n FSS -ORH FRAME SPACE RH SIDE: 154.48 in 553001 SQUARE END OF FRAME 550 -001 FRONT CLOSING CROSSMEMBER 559 -001 STANDARD WEIGHT ENGINE CROSSMEMBER 562 -001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572 -001 STANDARD REARMOST CROSSMEMBER 565 -001 STANDARD SUSPENSION CROSSMEMBER Chassls Equipment 556 -997 OMIT FRONT BUMPER, CUSTOMER INSTALLED -100 218 -006 SPECIAL BUMPER, DOES NOT COMPLY WITH 215 -005 FMCSR 393.203 607 -001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH 212 -007 RAILS OUTBOARD 551 -017 GRADE B THREADED HEX HEADED FRAME 205 -001 FASTENERS INSTALLED WITH BOLT HEADS ON 122 -084 OUTSIDE OF FRAME Fuel Tanks 204 -999 100 GAL LH STEEL FUEL TANK 218 -006 25 INCH DIAMETER FUEL TANK(S) 215 -005 PLAIN ALUMINUMIPAINTED STEEL FUEUHYDRAULIC TANK(S) WITH PAINTED BANDS 212 -007 FUEL TANK(S) FORWARD 664 -001 PLAIN STEP FINISH 205 -001 FUEL TANK CAP(S) 122 -084 ALLIANCE FUEL FILTERWATER SEPARATOR 15 WITH PRIMER PUMP 216 -020 EOUIFLO INBOARD FUEL SYSTEM 20E -004 AUXILIARY FUEL SUPPLY AND RETURN PORTS LOCATED ON LH FUEL TANK 202 -016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 221 -001 FUELCOOLER 10 Time Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 7 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 418 -045 450 -045 Wheels 502 -566 505 -524 Cab Exterior 829 -1 A2 650 -008 648 -002 754 -002 678 -001 646 -041 65X -004 644 -004 727 -1AF 726 -002 728 -001 657 -1CV 575 -001 312 -068 302 -001 294 -017 300 -015 744 -1BH 797 -001 796 -001 CONMET PRE -SET BEARING IRON FRONT HUBS CONMET PRE -SET BEARING IRON REAR HUBS HAYES LEMMERZ 1003522.5X12.2510 -HUB PILOT 4.75 INSET 5 -HAND STEEL DISC FRONT WHEELS HAYES LEMMERZ 90541 22.5X8.25 10 -HUB PILOT 2 -HAND STEEL DISC REAR WHEELS 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB AIR CAB MOUNTS NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 3A/2 INCH FENDER EXTENSIONS LH AND RH GRAB HANDLES STATIONARY BLACK GRILLE BLACK HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK DUAL ELECTRIC HORNS SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME WITH (4) KEYS REAR LICENSE PLATE MOUNT END OF FRAME HALOGEN COMPOSITE HEADLAMPS WITH BLACK BEZELS (5) AMBER MARKER LIGHTS INTEGRAL STOP/TAIUBACKUP LIGHTS WITH 7 FEET ADDITIONAL WIRE AT CHASSIS END OF FRAME STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST MOLDED -IN COLOR MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT W IDTH Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 11 4S SEA 60L ISC AUTO 86 15 24 Freightliner reserves the right to change specification, paces, and weights, without notice. 06/21/2012 1150 AM Page 8 of 28 Weight Weight Data Code Description Front Rear 093 -1 X7 GOODYEAR 0296 MSA 425165R22.5 20 PLY 150 RADIAL FRONT TIRES 094 -1Y2 GOODYEAR G661 HSA 101922.514 PLY RADIAL REAR TIRES (MATCH MARKED) Hubs 418 -045 450 -045 Wheels 502 -566 505 -524 Cab Exterior 829 -1 A2 650 -008 648 -002 754 -002 678 -001 646 -041 65X -004 644 -004 727 -1AF 726 -002 728 -001 657 -1CV 575 -001 312 -068 302 -001 294 -017 300 -015 744 -1BH 797 -001 796 -001 CONMET PRE -SET BEARING IRON FRONT HUBS CONMET PRE -SET BEARING IRON REAR HUBS HAYES LEMMERZ 1003522.5X12.2510 -HUB PILOT 4.75 INSET 5 -HAND STEEL DISC FRONT WHEELS HAYES LEMMERZ 90541 22.5X8.25 10 -HUB PILOT 2 -HAND STEEL DISC REAR WHEELS 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB AIR CAB MOUNTS NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 3A/2 INCH FENDER EXTENSIONS LH AND RH GRAB HANDLES STATIONARY BLACK GRILLE BLACK HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK DUAL ELECTRIC HORNS SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME WITH (4) KEYS REAR LICENSE PLATE MOUNT END OF FRAME HALOGEN COMPOSITE HEADLAMPS WITH BLACK BEZELS (5) AMBER MARKER LIGHTS INTEGRAL STOP/TAIUBACKUP LIGHTS WITH 7 FEET ADDITIONAL WIRE AT CHASSIS END OF FRAME STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST MOLDED -IN COLOR MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT W IDTH Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 11 4S SEA 60L ISC AUTO 86 15 24 Freightliner reserves the right to change specification, paces, and weights, without notice. 06/21/2012 1150 AM Page 8 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Data Code Description 743 -1AP LH AND RH W MOLDED -IN COLOR CONVEX 708 -013 MIRRORS MOUNTED UNDER PRIMARY 772 -006 MIRRORS 729 -001 STANDARD SIDE/REAR REFLECTORS 677 -998 NO CAB MOUNTED STEPS 768 -043 6SX14 INCH TINTED REAR WINDOW 661 -003 TINTED DOOR GLASS LH AND RH WITH TINTED 694 -010 NON OPERATING WING WINDOWS 654 -003 MANUAL DOOR WINDOW REGULATORS 663.013 TINTED WINDSHIELD 659 -007 8 LITER WINDSHIELD WASHER RESERVOIR, 700 -002 CAB MOUNTED, WITHOUT FLUID LEVEL 701 -001 INDICATOR Cab Interior 707-1AK OPAL GRAY VINYL INTERIOR 706 -013 MOLDED PLASTIC DOOR PANEL 708 -013 MOLDED PLASTIC DOOR PANEL 772 -006 BLACK MATS WITH SINGLE INSULATION 785 -001 DASH MOUNTED ASH TRAYS AND LIGHTER 691 -008 FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING 694 -010 IN DASH STORAGE BIN 742 -007 (2) CUP HOLDERS LH AND RH DASH 680 -006 GRAY /CHARCOAL FLAT DASH 720 -003 5 LB. FIRE EXTINGUISHER 700 -002 HEATER, DEFROSTER AND AIR CONDITIONER 701 -001 STANDARD HVAC DUCTING 703 -005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170 -015 STANDARD HEATER PLUMBING 130 -033 DENSO HEAVY DUTY AIR CONDITIONER COMPRESSOR 702 -002 BINARY CONTROL, R -134A 739 -001 CAB INSULATION 285 -013 SOLID -STATE CIRCUIT PROTECTION AND FUSES 280 -007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324 -014 DOME LIGHT WITH 3 -WAY SWITCH ACTIVATED BY LH AND RH DOORS 655 -001 CAB DOOR LATCHES WITH MANUAL DOOR LOCKS 284 -023 (1) 12 VOLT POWER SUPPLY IN DASH Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 11 4S SFA 60L ISC AUTO Weight Weight Front Rear 10 Freightliner reserves the right to change specifications, prices, and weights, without notice. OW2112012 11:50 AM Page 9 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904 -284 -4200 Application Version 8.3.312 06/21/201211:50 AM Data Version PRL- 02D.024 COSTA MESA CA 1148D SFA 60L Page 10 of 28 ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. Weight Weight Data Code Description Front Rear 722 -002 TRIANGULAR REFLECTORS WITHOUT FLARES 10 756 -081 BOSTROM T910 HIGH BACK AIR SUSPENSION 40 DRIVER SEAT 760 -1CV HIGH BACK NON SUSPENSION PASSENGER SEAT 711 -004 LH AND PH INTEGRAL DOOR PANEL ARMRESTS 758036 VINYL WITH VINYL INSERT DRIVER SEAT 761 -036 VINYL WITH VINYL INSERT PASSENGER SEAT 763 -032 3 POINT FIXED D -RING RETRACTOR DRIVER AND PASSENGER SEAT BELTS 532 -001 FIXED STEERING COLUMN 540 -015 4 -SPOKE 18 INCH (450MM) STEERING WHEEL 765 -002 DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls 732 -004 GRAY DRIVER INSTRUMENT PANEL 734 -004 GRAY CENTER INSTRUMENT PANEL 871 -003 ENGINE REMOTE INTERFACE WITH PARK BRAKE AND NEUTRAL INTERLOCKS 870 -001 BLACK GAUGE BEZELS 486 -001 LOW AIR PRESSURE LIGHT AND BUZZER 840 -002 21NCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 198 -002 INTAKE MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 149 -013 ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL 156 -007 KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFP/RU W START /ACCESSORY 811 -011 ODOMETER/TRIP /HOUR /DIAGNOSTICNOLTAGE DISPLAY: 1X7 CHARACTER, 26 WARNING LAMPS, DATA LINKED, ICU3 160 -025 DIAGNOSTIC INTERFACE CONNECTOR, 9 PIN, SAE J1939, LOCATED BELOW DASH 844 -001 21NCH ELECTRIC FUEL GAUGE 148 -071 ENGINE REMOTE INTERFACE WITH INCREMENT /DECREMENT 163 -004 ENGINE REMOTE INTERFACE CONNECTOR IN ENGINE COMPARTMENT 856001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 864 -001 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE Application Version 8.3.312 06/21/201211:50 AM Data Version PRL- 02D.024 COSTA MESA CA 1148D SFA 60L Page 10 of 28 ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, EL 32043 Phone: 904- 284 -4200 Data Code Description Weight Weight Front Rear 83(1 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 852 -002 ELECTRIC ENGINE OIL PRESSURE GAUGE 35M -998 NO WRG -BDY MULTIPLEX EXPNSN UNIT 7461A2 AM /FMANB RADIO WITH FRONT AUXILIARY 10 INPUT 747-001 DASH MOUNTED RADIO 750 -002 (2) RADIO SPEAKERS IN CAB 753 -001 AM/FM ANTENNA MOUNTED ON FORWARD LH 2 ROOF 810 -027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 812 -001 ELECTRONIC 3000 RPM TACHOMETER 162 -018 IGNITION SWITCH CONTROLLED ENGINE STOP WITH CONTROL MOUNTED AT FIREWALL 44R -998 NO LATCHING SMARTPLEX SWITCH 44S -998 NO MOMENTARY SMARTPLEX SWITCH 44T 998 NO LATCHING SMARTPLEX SWITCH 44U -998 NO OWOFF /ON MOMENTARY SMARTPLEX SWITCH 44V -998 NO PRE - DEFINED SMARTPLEX INDICATOR LAMPS 44W -998 NO UNDEFINED SMARTPLEX INDICATOR LAMPS 836 -015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660 -008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 304 -001 MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 882 -009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299 -013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER; WASHER/WIPER AND HAZARD IN HANDLE 298 -039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design 065 -000 PAINT: ONE SOLID COLOR Color 980 -6X1 CAB COLOR A: 43547EA WINTER WHITE ELITE SS Application Version 8.3.312 06/21/2012 11:50 AM Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L Page 11 of 28 ISO AUTO Freightliner reserves the night to change specifications, prices, and weights, without notice. Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Weight Weight Data Code Description Front Rear 986 -020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 962 -999 VENDOR WHITE FRONT WHEEL PAINT 966 -999 VENDOR WHITE REAR WHEEL PAINT Certification / Compliance 996 -001 U.S. FMVSS CERTIFICATION Secondary Factory Options 998 -032 CORPORATE PDI CENTER OPTION INSTALLATION /MODIFICATION ONLY T O T A L V E H I C L E S U M M A R Y Weight Summary Total Weight' Weight Weight Total ITEMS N O T Front Rear Weight Factory Weight* 8693 LBS 7944 LBS 16637 LBS Total Weight' 8693 LBS 7944 LBS 16637 ITEMS N O T I N C L U D E D IN A D J U S T E D L I S T P R I C E Other Factory Charges PMR -210 2010 ENGINE EMISSIONS ESCALATOR DELIVERY 8 ORDER PROCESSING CHARGE Extended Warranty WAG -052 TOWING EXTENDED /ROADSIDE SERVICE WARRANTY,1 YEAR /UNLIMITED MILES /KM, $550 CAP Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/21/201211:50 AM Page 12 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904-284 -4200 ( +) Weights shown are estimates only. If welght is critical, contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTAMESA CA 114SDSFA60L ISO AUTO Freightliner reserves the right to change specificallons, prices, and weights, without notice. 06/21/2012 11:50 AM Page 13 of 28 Prepared tor: TOMJODY VAC CON )NO 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 D I M E N S I O N S VEHICLE SPECIFICATIONS SUMMARY - DIMENSIONS Model....... ............................... Wheelbase (545).... .... .. .... ..... Rear Frame Overhang (552).... Fifth Wheel (578) ..................... Mounting Location (577) .... Maximum Forward Position Maximum Rearward Positio Amount of Slide Travel (in). Slitle Increment (in)............ Desired Slide Position lint.. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO ..... ............................... ............................114 S D ....................67COMM (26,[ INCH) WHEELBASE 1900MM (]5 INCH) REAR FRAME OVERHANG .............. ............................... NO FIFTH WHEEL ........................I. NO FIFTH WHEEL LOCATION Frelghtliner reserves the right to change specifications, prices, and weights, without notice. M211201211:50 AM Page 14 of 28 Prepared tor: TOM JODY VAC CON ING 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Cab Size ( 829) ...................................... -- ...... ..................... ...........114 INCH BBC FLAT EGOS ALUMINUM CONVENTIONAL CAB Sleeper( 682)....- . ........................ .............. ........... ...._.... ......... --- ...._.__..._ .... ......................... NO SLEEPER BOX/SLEEPERCAB Exhaust System (016).-- PH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICAL TAILPIPE TABLE SUMMARY - DIMENSIONS Bumper to Back of Cab (BBC) 13].8 Bumper to Canter me of Fro nt Axte (BA) 54.3 Min. Cab to Body Clearance (CB) 3 0 Backof Cab to Centetllne of Rear Ade(S) (CA) 180 5 Effective Backof Cab to Centerline of Rear A Ie(a)(Elpative CA) - 1775 Back of Cab Protrusions (Exhaoeti naked (OP) 1 5 Back of Cab Protrusions (Side Extenderslfbm Tab) (CS) 0.0 _. _.. Beck o1 Cab Clearance (CL) 3.0 Back of Cab to End of Frame _ _ 2555 Cab Helgbt(CH) —_.i_ _ —.. _._. 751 —.._. ... Wheelbase (WB) _ -- 264.0 - - Frame (Serhang(CH) 750 _Overall Length (CAL) _ 393.3 Rear Axle Specing _ 92.0 Unladen Frame Heigh at Centetllne odRearM lle 42 0. Performance calculations are estimates only. It performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 020.024 COSTA MESA CA 11460 SEA 60L ISC AUTO Fraightliner reserves the right to change specifications, prices, and weights, without notice. 0 &21/2012 11:50 AM Page 15 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone 904-284-4200 3 2 , 2 tt 1 S H IF T C H A R T ILI ...................................................................................... ................. ... -... 114SD Cab Size (829) ............... --- ................. 500- 1 4 b Engine (101) ................... ..................................... --, cum ISC-350 350 HP @ 2000 RPM: 2200 GOV, 1000 L8/'T@ 1400 RPM 000 A z 500 RPM a Pea orque = 1400 000 znn Detilhed Cruises eed = 55 0 20 40 60 SO 160 Vehicle Speed (MPH) VEHICLE SPECIFICATIONS SUMMARY • SHIFT CHART Model............... -.- ................... . . .. . .................. ...................................................................................... ................. ... -... 114SD Cab Size (829) ............... --- ................. — ........... ..... 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB DesiredCruise Speed (mph) .......................... ........................................... ....................................................... .............. 55.0 Engine (101) ................... ..................................... --, cum ISC-350 350 HP @ 2000 RPM: 2200 GOV, 1000 L8/'T@ 1400 RPM Application Version 8.3.312 06/21/2012 1150 AM Data Version PRL 02D.024 COSTA MESA CA 114SDSFA60L Page 16 of 28 180 AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice, Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS. FL 32043 Phone'. 904- 2844200 RPMat Peak Torque ................................................................................................... ............................... ...........................1400 GovernedRPM ..... _ ............. ........._..............._..._....................._............................... ............................... ...........................2200 Transmission ( 342 ).._ .......................... ........................ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION GearRatio'. LL, ... ...... ............ _ .. ...................................... ....................................................................... .............. _................ N/A GearRatio: L ............................................. ........ ...... ............................................................................................................ N/A GearRatio: 1 .................... . ................................................. ............................................. 3.49 GearHerb: 2 ..................................................... _ ...... _.......................................... ..... .......................................................... 1JOE GearRatio: 3 ................................................................................................................ ............................... ...........................1.41 GearRatio: 4 ................................................................................................................................................. ..............................1 GearRatio: 5 ........................................................................................................................................... ............................... 035 GearRatio : 6 ................................................................................................................ ............................... ...........................0.65 GearRatio: 7.._ .............................................................__........................................................................ ....._...................._.N /A GearRatio : 8 ............... .......... ............... ...__..._---- .... ............. ..._.............. ..._................................ .. ................................ N/A GearRatio: 9 ........................................ ..._......._... ..... ....... _................................................................. .. ................................ N/A GearRatio: 10 .............................. ................................. ._.._........ ......... .....__ ........ ........................ ....................................... N/A GearRatio: 11 .........._ — ........................................ _. .... --- ........................ ,............................................ ....................... .... N/A GearRatio: 12--- ........ - .............. - ....................... ..................................... ........ ...... ....................................................... N/A GearRatio: 13 .... ............................................. ........................... ...._............................. ......................................................... N/A GearRatio: 14 ................................................_......................_............................................................ ....__.............._....._.... N/A GearRatio'. 15 .......... . ....................... ....... .................................................... ............................................................ ...... N/A GearRatio'. 16 ................_..._.........._._..........................................................................._....._............... ............................... N/A GearRatio: 17.. .... _. ........ .................... .............................. ........ _ .... ................. .................................................................... N/A GearRatio'. 18 ............ ..._....._ ......... ..._............. ........... _ ...................................................................... ............................N/A Auxiliary Transmission (352). ..................................... ...................... .......... .................... ............. NO AUXILIARY TRANSMISSION LowGear Ratio .................. _ .... .... ..................... ...................................................... ......_._ ............................. _.................... N/A HighGear Ratio ............................................._...__....._................................................................._........ ............................... N/A Transfer Case (373).... ...... ................................................................... — ........................................................ NO TRANSFER CASE LowGear Ratio........__.._................ ....... _............................. .......................................................................... _.................... N/A HighGear Ratio....._....._. ........................................ _ ...... .......... ...... ........................... ................................................ ........ N/A Rear Axle (420) ... ........ ... .... ......... _ .......................... ..................... ............ ... RT- 40-145 40,000# R- SERIES TANDEM REAR AXLE Numberof Speeds.___ ... ..... .... .................... ............................... ....... ... .... _. ............... ...... . .................................................. .......1 Rear Axle Gear points).... .............. ....... ... _. .................. .__.._ ...... .................................................. .... ..5.86 REAR AXLE RATIO Rear Tires (094) ... ...... ...._ ............... .............GOODYEAR G661 NSA 1 DR22.514 PLY RADIAL REAR TIRES (MATCH MARKED) Revolutionsper Mile _...._ ...............__..__.._....._.....__......................................_..... _........................._._.. ............................514 Application Version 8,3 312 66/21/2012 11'.50 AM Data Version PHIL 02D.024 GOSTA MESA CA 11 4S SEA 60L Page 17 of 28 ISO AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. Prepared for: TOM JODV VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 1148D SFA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/21/201211:50 AM Page 18 of 28 1 3.49 6.88 20.45 N!A 6n0 8.0 126 2 i 1.86 5.65 10.80 67.5 1172 15.0 23.6 3 _ _ 1.41 5.86 8.26 31.9 1 658 19.8 31.1 4 _ 1 00 _ 696 5.85 41 0 1560 279 43.8 5 O F5 5.86 4.40 33 3 1650 37 2 _ 58.1 6 0.65 5.86 3.81 15A 1907 42.8 67.4 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 1148D SFA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/21/201211:50 AM Page 18 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904 -284 -4200 S T A R T A B I L I T Y 35.2 30 2 — 24.4 r en 20 m 16.0 13,0 10 a 0 R1 F1 F2 F3 VEHICLE SPECIFICATIONS SUMMARY • STARTABILITY Model .................................. _ ....... . Cab Size (829)... ......, Expected Front Axleu) Wad (lbs)... Expected Pusher Axle(s) Lead (Ibs) Application Version 8.3.312 Data Version PAL- 02D.024 COSTA MESA CA 11 4S SEA 60L ISC AUTO Calculated Minimum Index= 16.0 Staltability Index ..... _ ...............-1-1--.1 .......................................... _. ......... .. 114S D 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Freightliner reserves the right to change specifications, prices, and weights, without notice. 06@1/2012 11:50 AM Page 19 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone 904- 284 -4200 Expected Rea, Axle(.) Lead (the) ......................... ............................................. ....................................................... 40000.0 ExpectedTag Axle(s) Load (Ibs)...................................................................................................................... ............................... '.' ExpectedGVW (lbs).. ............................. ............ .................................................... ............ ............... .............................. 60000 ExpectedGCW (Ilas) ...................................... ....................................... .................... ...... ............................................ ............... 0.0 Engine (101) .................................................................. Cum ISC-350 350 HP @ 2000 RPM; 2200 GOV, 1101 -11FT Cl 1410 RPM Torque at Clutch Engagement (Ilot ft) ................... — ............................................ ............. .................................... _ ,, Transmission (342) ............................. .........................ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION GearRatio: Forward I .......... - .......... ...... ....................... .............................. ................. .................................................... 3.49 Gear Ratio: Forward 2 ...................................................................... 1.86 GearRatio: Forward 3 ....... .... — ... ...... ............ ........................................................................................................ 1.41 GearRatio. Reverse 1 .... ........ --- ................... ...... ........................................... .......................... ............................ 5.03 GearRatio, Reverse 2... ............... . ....................... ............................................................ ............................................... N/A GearRatio: Reverse 3 .... ........ ---- .................................... — ....................................................................................... ...... N/A Auxiliary Transmission ( 352)........._ . .............................................. - ............................ ................. NO AUXILIARY TRANSMISSION LowGear Ratio ................. ..... -- - ...... .............. ..................................... .......................................... ....................... N/A HighGear Ratio .................... — ...... .......... ............... ... ..... ............................ ...................... — ............................................ - NI Transfer Case (373) ............. ................. ........ . .......... --- _— ......... .................................................... ..... NO TRANSFER CASE LawGear Fall . ...... ............. ............ .......... ..... - .................................................... .................... ................ N/A HighGear Ratio .......................... ...................... . --- .................................. ......... ............................. ........ -- ................. N/A Rear Axle (420) -- .................... .... - .......... ...... ...... ... ........ ........ .......... RT40-145 40,000# R-SERIES TANDEM REAR AXLE Numberof Speeds........— ............. .......... ..................................................................... ..................................................... 1 RearAxle Gear Rai ............. ................. . ................... ................................ ........................ ...... —.5.86 REAR AXLE RATIO Rear Tires (094) .............__.. .__...............__...GOODYEAR G661 REA 10R22.514 PLY RADIAL REAR TIRES (MATCH MARKED) Revolutionsper Mile —........ ........... ........................ ............................... ........................................ _ .................................... ,, Vehicle Serves (A85) ................................................................................................... UTILRYTEPAIR/MAINTENANCE SERVICE StainabilityFactor..._ . ............... .......... .......................... __ ...................... ........... . ... __ ........................................... 8 Terrain (AA5) ............... — . ...... . - .......... TERRAIN/DUTY: 100°/ (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS StartabillyFactor...,.__.___....._ . ................... ........................................................ ...... ...................................... ..................... , Most Smarts Grade Expected .... --- ........ ................................................ MAXIMUM 8% EXPECTED GRADE StartablityFactor.........._ ..................................._ ................... ..................................................... .................................... ......... , Road Surface (AE15). SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN- TRANSIT (BETWEEN SITES) ROAD SURFACE StartabliftyFactor.. .................................................... — .............................................. .................... _ .................................... 0 Suggested Torque Converter Stall Ratio .............. ....................... — ................................................................................ _ ........... 1.99 Performance calculations are estimates only. It performance calculations are critical, please contact Customer Application Engineering. Apialloathan Verslon 8.3.312 Data Version PRL-02D.024 COSTA MESA CA 114SDSFA60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/2112012 11.50 AM Page 20 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904 -284 -4200 16e G R A D E A B I L I T Y 8.7 6.4 2.8 2.2 3 4 6 B Gear VEHICLE SPECIFICATIONS SUMMARY - GRADEABILITY Cab Size (829),, ..................... Desired Gradeability at Peak I Desired Gradeabllity at Cruise Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SDSFA60L ISC AUTO Desired Gradeability al Peak Torque = 05 _. _ ........ ............................... _............. .................1............. 114S D 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB ................................................................. ............................... 0.5 Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 21 of 28 Prepared for: TOMJODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 DesiredCruise Speed (mph) .............................................................................................. ............................... ...........................55.0 Expected Front Axle(s) Load Oba)_ .................................................................................. ............................... ........................20000.0 ExpectedPusher Axles) Load ( Ibsl ........................_....._............._................................................................ ..............._............... 0.0 Expected Rear Axles) Load ( Ibs) .................................................................................... ............................... ........................40000.0 ExpectedTag Axles) Load III ...... ..................................................... _.....__ ............................... ............................ .................. 0.0 ExpectedGVW ( Ibs) ......................................................................................................... ............................... ..........................60000 ExpectedGCW ( Ibs) ........................................................................................................................................ ............................... 0.0 Engine ( 101) ................................... ............................... CUM ISC - 350350 HP @ 2000 RPM: 2200 GOV, 1000 LS /FT @ 1400 RPM PeakTorque( Ibs . .................................................................................................... ............................... ...........................1000 RPMat Peak Torque. ...................... .......... ................ .......... ................ _ ....... ............................ ...................................... 1400 PeakTorque (Multi- torque High) ( Ibs- X) .. ................. ............................................................... ............................................. 1000 RPM at Peak Torque (Multi - torque High) . .......... .............................. ..._.............................................................................. 1400 Transmission ( 342 ) .............................. ........................ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Rear Axle (420) ............_............_ ............................................... ......... .......... RT40 -145 40,000# R- SERIES TANDEM REAR AXLE Numberof Speeds ............ ... ...... ... ....... ........ .................................................................................................................... ...... ..... 1 Rear Axle Gear Ratio( s)............. ..................................... ... ........... ........................ ...............5.86 REAR AXLE RATIO Rear Tires (094) ....... ................ .......................GOODYEAR G661 Hi 10R22.514 PLY RADIAL REAR TIRES (MATCH MARKED) Revolutionsper Mile ......... ....._................. .......... ............. ..... ,........ _ .................................. ....._. ................ ............................ 514 TrailerWidth ( in) ............ ........ ............................ ............................................................................ .................................... ...... 0.0 TrailerHeight (ground to top) (fr. ...................... ................... ................. . ...... ... ...... .......................................... __ ............. _..10.0 BodyWidth ( In) .............................................................................................___.._.._....... ......................_........ ...........................96.0 Body Height (ground to top) (ft). .......................................................... ................__............. ..........................10.11 Root Mounted Aare Device ( 784) ...................................................................... ............................... NO AIR SHIELD OR BRACKETS Road Surface (AB5). SMOOTH CONCRETE OR ASPHALT PAVEMENT- MOST SEVERE IN- TRANSIT (BETWEEN SITES) ROAD SURFACE Auxiliary Transmission (352)...... ................................... ........ ........................................................ NO AUXILIARY TRANSMISSION HighGear Rat io ....... ............................................................ .................................................................................................. N/A LowGear Ratio ......................................................................................................................................... ............................... N/A TransferCase ( 373)._ ............. .- ............. ......................................................................................................... NO TRANSFER CASE HighGear Ratio ........................................................................................................................................ ............................... N/A LowGear Ratio ......................................................................................................................................... ............................... N/A Trailer Configuration (AA2) __ ........................._........................................................... ............................... NO TRAILER SPECIFIED Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 22 of 28 Prepared for: TOMJODV VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freigh8iner reserves the right to change specifications, prices, and weights, without notice. OW211201211:50 AM Page 23 of 28 1 3.49 28.45 20.45 8 0 215.1 18.8 2 136 10.90 192 15.0 286.2 8.7 3 _.. _ 1.41 826 _ 22fi7. 19.8 202.4 64 4_ 1.00 686 3.6 27,9 1896 d1 5 0.75 4.40 B 37 2 1694 2 8 6 0.65 3.81 429 153.2 22 Desired Grad eabiliry et peak Torque Desired Cruise Speed t Rea rAVle Rate 15.68 5.86 Gross HPAreilable al Cruise Speed Dross HPAOaliable at Peak Torque 321 266 RPM at Cruisa Speed RPM Bt POak Torque 1406 beckpramtlrepnMa"ue nn urb y use - '9ue background reVeseMa venue input by user. Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freigh8iner reserves the right to change specifications, prices, and weights, without notice. OW211201211:50 AM Page 23 of 28 1 349 20.45 10 2 245.7 15.0 1_090_ 192 2353 7.7 3 1.41, 254 _ 22fi7. 5.6 _ _u- 4 � 1,00 _8.28 5.601- 350 2058 3.6 _.. 5 .1 0.75 4.40 4]] 1700 2.2 B 0.65 3.81 55D 140.6 �' t.fi Desired OradeablllN at Cruise Speed Desired Cruise Speed RearAtle Rafio 15.68 Gross HPAreilable al Cruise Speed 321 RPM at Cruisa Speed _ 7794 o beckpramtlrepnMa"ue nn urb y use - Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freigh8iner reserves the right to change specifications, prices, and weights, without notice. OW211201211:50 AM Page 23 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 .NTAVITAP, Model, ..... __.... . I........ ........ .........,._ _._.._....... ..._ ........ ............................... 114SD Cab Size ( 829) ..................... ............................... ............................114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s) Load ( Ibs) ............................................_.__._.._.__.._....._.._... ............................... .............,.....__.._20000.0 ExpectedPusher Axle(s) Load ( Ibs) ......................... ...... ......... .......... _. .... ................................... .............................. .. ................. .0.0 ExpectedRear Axle(s) Load (Ids) ............................ _. .................. ..... .................................................... ................................. 40000.0 ExpectedTag Axle(s) Load (lost ................... .._........... ......... .......__..._....._.. ............. ...... .......................................................... 0.0 ExpectedGVW (last .......... ._........... .................... ................ ......... ...... ...... ....... ... ... _. .................................................. .............60000 ExpectedGCW ( Ibs) ......................... ............. ................ ._............___.__..._... .................... ........................................................ 0.0 Front Axle ( 400) ........................... DETROIT DA -F- 20.0 -5 20,000# FL1 71.0 KPI /3.74 DROP SINGLE FRONT AXLE Front Suspension ( 620) . ................ _ .............................. ...................... ._ ........... ... ...... .... 20,000# FLAT LEAF FRONT SUSPENSION Front Hubs ( 418) .. .......................................... .................... _ ....................... .._.CONMET PRE -SET BEARING IRON FRONT HUBS Front Disc Wheels (502) .............. HAYES LEMMERZ 10035 22.5X12.2510 -HUB PILOT 4.75 INSET 5 -HAND STEEL DISC FRONT WHEELS Front Tires (093) .......................... ...................GOODYEAR G296 MSA 425165R22.5 20 PLY RADIAL FRONT TIRES Front Brakes (402)......... MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Steering Gear ( 536) ....... ............................... ............................TRW THP -60 POWER STEERING WITH RCH45 AUXILIARY GEAR Rear Axle ( 420) ..._....................... ............. ................. ___ ............................. HT-40-1 45 40,000# R- SERIES TANDEM REAR AXLE Rear Suspension ( 622) .............................................. ............................... HENDRICKSON RT403 REAR SUSPENSION @ 40,000# Rear Hubs (450)..., ........ - _ ......... ........................... ................................ ....... CONMET PRE -SET BEARING IRON REAR HUBS Rear Disc Wheels (505).,...... ...... __ HAYES LEMMERZ 90541 22.5X8.2510-HUS PILOT 2 -HAND STEEL DISC REAR WHEELS Rear Tires ( 094) ....................... .......................GOODYEAR G661 HSA t OR22.514 PLY RADIAL REAR TIRES (MATCH MARKED) Rear Brakes (423)............ MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Pusher / Tag Axle ( 443) .................................. ............ .................... .......... ___ ................................. .... NO PUSHER OR TAG AXLE Pusher / Tag Suspension (626) Pusher/ Tag Hubs (449).......... PusherPrag Disc Wheels (509) Pusher I Tag Tires (095).......... Pusher I Tag Brakes (456)....... Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SDSFABOL ISO AUTO NO PUSHER OR TAG SUSPENSION .............NO PUSHER OR TAG HUBS ..... NO PUSHERTAG DISC WHEELS .................. NO PUSHER/iAG TIRES .............. NO PUSHER/FAG BRAKES Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/2112012 11:50 AM Page 24 of 28 Prepared tor. TOM JODV VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904284 -4200 : Gale Componem Weiglrt Ra[1n05 Axles 20000 20000 20000 Suspension 20000 20000 20000 Hubs 23000 16000 26000 Brakes 20000 23000 23000 Wheels 21000 29600 29600 Tires 22200 22700 22700 Power Sharing 22000 NIA NJA OAWR (per axle) 20000 20000 20000 Gi (per axle system) _ 20000 40000 Expected Load(per axle system) 20000 40000 Vehicle GWVR Summary Caingated G1NVR 60000 Fimected GVM 60000...... _. ... .... _. _ All wegMS displayed a le"i Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 0612112012 11:50 AM Page 25 of 28 Prepared for: TOM JODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -42DO F R AM E R B M VEHICLE SPECIFICATIONS SUMMARY - FRAME RBM Wheelbase ( 545) .......... ......................................... ...................................................................... 6700MM (264 INCH) WHEELBASE Frame Re115 (546) ..................... 11/32X3 -1 /2X10- 15 /16INCH STEEL FRAME (8.]3MMX2]].8MM/0.344X10.94 INCH) 120KSI(546) YieldStrength ( psi) ... ... ........ ...........__ .......... .............................. .................................... _.. ............................... ............... 120000 Section Modulus (per rail) (cu in) ............................................................................. .._............_............... ....................._...16.9]8 RBM(per rail) (of -in) - .. ................. .................................. ....... ..... ......................................... _ .......... .......................... ..2040000 Inner Frame Reinforcement (547) ...................... _..... _............_... 1/4 INCH (6MM) C- CHANNEL INNER FRAME REINFORCEMENT Outer Frame Reinforcement ( 548) .............. .... ............. ........................................................ NO OUTER FRAME REINFORCEMENT Wneeliese 6700MM (264 INCH) WHEELBASE Frame 11132X31I2X10 -15116 INCH STEEL FRAME ( 873MMX2Y ].8MMA 344X10.94 INCH) 120KSI Inner Frame Reinforcement 114 IN CH (BMM)C- CHANNEL INNER FRAME REINFORCEMENT Older Frame Re ninfon:ement _ NO OUTER FRAME REINFORCEMENT Yield Sfrength(psi) 1120000 Fannon Modulus roll (cu. In.) 2680 Frame RBMperrell (IDFIn) 3217700 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISO AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06121/2012 11:50 AM Page 26 of 28 Prepared for: TOMJODY VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone: 904- 284 -4200 T U R N I N G R A D I U S VEHICLE SPECIFICATIONS SUMMARY - TURNING RADIUS Model......._._.._. ___ ..............._.......................... Left Turn 107.2 Rjght Turn �TOIe_ rance 97.5 1 +1- 3.0 � rTu1rnInq00 Wheelbase ( 545) ............. ............. ................. .0 Ral ft 49.9 44.8 +1 -1.5 VEHICLE SPECIFICATIONS SUMMARY - TURNING RADIUS Model......._._.._. ___ ..............._.......................... . ....... ..... .................. ........ ......,........ .... .... ..................... ...................... ......... 114SD Cab Size (829), . .......................... ................................................. 114 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Wheelbase ( 545) ............. ............. ................. ..._............................................... ................ .. ....... 6700MM (264 INCH) WHEELBASE Front Tires (093n....... .................. ................................ .... .....GOODYEAR G296 MSA 425/65822.5 20 PLY RADIAL FRONT TIRES Width( in) ................................................. ............................... _. ............ ............ ...... _. ................ ................. ....................... . 16.3 Front Axle ( 400) .......... ............. ............................ DETROIT DA -F- 20.0-5 20,000# FL1 71.0 KPI /3.74 DROP SINGLE FRONT AXLE KingpinIntersection ( m)-- .............. ._ ........... ................................. .... .. ............ ...................... ..._............... ............................. 71 Bumper (556) ...........OMIT FRONT BUMPER, CUSTOMER INSTALLED SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 Width( in)...... ................................................................. ................-..............._................... ......................_........ I ........... 96 BumperMiter to Front Axle ( In) .... ..................................................... .................................................................... ............. 78.313 Primary Steering Location (003).. .......................... ............................... ............ ................. .... LH PRIMARY STEERING LOCATION Steering Gear ( 536) ...... ......................... ........................... THP -60 POWER STEERING WITH RCH45 AUXILIARY GEAR DualSteering Gear ....................................................... ...... ................ .. ............... ............ RCH45 Rear Axle Application Version 8.3.312 Data Version PRL- 02D.024 COSTA MESA CA 114SD SFA 60L ISC AUTO 40,000# R- SERIES TANDEM REAR AXLE Freightliner reserves the right to change speci(Ications, prices, and weights, without notice. 06/21/2012 11:50 AM Page 27 of 28 Prepared for: TOMJODV VAC CON INC 969 HALL PARK DRIVE GREEN COVE SPRINGS, FL 32043 Phone. 904 -284 -4200 Axle Spacing (624) INCH AXLE SPACING Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 6.3.312 Data Version PRL- 02D.024 COSTA MESA CA 11 4S SEA 60L ISC AUTO Freightliner reserves the right to change specifications, prices, and weights, without notice. 06/21/2012 11:50 AM Page 28 of 26 50ufh Coast VjatV-T11*'i& REFERENCE QUESTIONS CMSD -01 -12 1. Did Haaker /MME manufacture and deliver a vector truck that met your specifications? Yes No If no, please 2. Within the first year of operating the vehicle /equipment, did you experience any malfunctions and /or deficiencies in the vehicle /equipment? Yes No If Yes, please 3. Was the vehicle delivered before or on the delivery date stipulated in their proposal? �z Yes No If No, please indicate how many days after the stipulated delivery date. day 4. Are you satisfied with the vehicle /equipment from MME/Haaker? _4_Yes No 5. Would you recommend MME /Hacker equipment? 1 Yes No If no, please 6. How would rate on a scale of 1 to 5, five being the highest, MME/Haaker customer service? 2 3 4 0 7. How would rate on a scale of 1 to 5, five being the highest, MME/Haaker maintenance and repair capabilities? 1 2 3 4 10 8. Do you have any other comments you would like to share regarding MME / Haaker? CONTRACTOR'S STATEMENT OF EXPERIENCE Bid No. CMSA01 -12 The names, addresses, and telephone numbers of four references for which the CONTRACTOR has performed, within the past ten years, services that are similar in nature and scope to those described herein. -71 f; - lof\Wt 17W ?RAkvW1 2. Ic +- f w tow City of Burbank 124 S. Lake St., Burbank, CA 91502 NAME AND ADDRESS OF REFERENCE David Rodriquez 818-238-3841 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $227,043.00 Furnish Vac -Con Bod A ril 2 1 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED South Coast Water Dist. 34152 Del Obispo St. Dana Point, CA 92629 NAME AND ADDRESS OF REFERENCE Ernie Garcia 949- 499 -4555 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT CONTRACTAMOUNT TYPE OF WORK DATE h� 3 City of Sierra Madre P.O. Box 457 Sierra Madre, CA 91025 7a` NAM EANDADDRESSOFREFERENCE Chris Cimino Yt1r✓�"v'" 626- 355 -6615 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $399,589.52 Furnish Vac -Con Truck November 2010 CONTRACT AMOUNT TYPE OF WORK 1 DATE COMPLETED 7�3a 4, City of Buena Park 8071 Page St. Buena Park CA 90620 I n NAME AND ADDRESS OF REFERENCE FRank Moore 71 - NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $353,368.28 Furnish Vac -Con Truck January 2012 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED V.c 'Tuck RFP 5252012 Page 9 of 34 Cl +y of 56fa mada REFERENCE QUESTIONS CMSD -0112 1. Did Haaker /MME manufacture and deliver a vector truck that met your specifications? Yes No If no, please explain 2. Within the first year of operating the vehicle /equipment, did you experience any malfunctions and /or deficiencies in the vehicle /equipment? Yes No If Yes, please explain. 3. Was the vehicle delivered before or on the delivery date stipulated in their proposal? Yes No If No, please indicate how many days after the stipulated delivery date. day 4. Are you satisfied with the vehicle /equipment from MME /Haakef? Yes No If no, please 5. Would you recommend MME/Haakerequipment? Yes No If no, please 6. How would rate on a scale of 1 to 5, five being the highest, MME /Haaker customer service? 1 2 3 4 5 7. How would rate on a scale of 1 to 5, five being the highest, MME/Haaker maintenance and repair capabilities? 1 2 3 4 5 8. Do you have any other comments you would like to share regarding MME /Haaker? Cif0 Hof �urbq�lL David Fodviquez_ REFERENCE QUESTIONS CMSD -01.12 1. Did Haaker /MME manufacture and deliver a vactor truck that met your specifications? Yes No If no, please explain 2. Within the first year of operating the vehicle /equipment, did you experience any malfunctions and /or deficiencies in the vehicle /equipment? Yes No If Yes, please explain. 3. Was the vehicle delivered before or on the delivery date stipulated in their proposal? Yes No If No, please indicate how many days after the stipulated delivery date. day 4. Are you satisfied with the vehicle /equipment from MME / Haaker? Yes No If no, please 5. Would you recommend MME /Haaker equipment? Yes No If no, please explain 6. How would rate on a scale of 1 to 5, five being the highest, MME/Haaker customer service? 1 2 3 4 5 7. How would rate on a scale of 1 to 5, five being the highest, MME/Haaker maintenance and repair capabilities? 1 2 3 4 5 S. Do you have any other comments you would like to share regarding MME /Haaker? N},q of ?UCM Fw4 >" oo ft Yvlir t, we W REFERENCE QUESTIONS CMSD -01 -12 1. Did Haaker /MME manufacture and deliver a vector truck that met your specifications? Yes No If no, please explain 2. Within the first year of operating the vehicle /equipment, did you experience any malfunctions and /or deficiencies in the vehicle /equipment? Yes No If Yes, please explain. ,)too a coq lli`I _ -I weAl2S La wit 3. Was the vehicle delivered before or on the delivery date stipulated in their proposal? Yes No If No, please indicate how many days after the stipulated delivery date. day 4. Are you satisfied with the vehicle /equipment from MME / Haaker? 1 Yes No If no, please explain. 5. Would you recommend MME /Haaker equipment? VYes No If no, please 6. How would rate on a customer service? 1 2 3 4 7. How would rate on a maintenance and repair 1 2 3 4 scale of 1 to 5, five being the highest, MME /Haaker scale of 1 to 5, five being the highest, MME /Haaker capabilities? D 8. Do you have any other comments you would like to share regarding MME /Haaker? I : CONTRACTOR'S STATEMENT OF EXPERIENCE BUN& CMSD -01 -12 The names, addresses, and telephone numbers of four references for which the CONTRACTOR has performed, within the past ten years, services that are similar in nature and scope to those described herein. I City of Burbank 124 S. Lake St., Burbank, CA 91502 NAME AND ADDRESS OF REFERENCE David Rodriquez 818 -238 3841 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $227,043.00 Furnish Vac -Con Bod Aril 2Q12 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 2. South Coast Water Dist. 34152 Del Obispo St. Dana Point, CA 92629 NAME WAND OF REFERENCE Ernie Garcia 949- 499 -4555 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $301,700.00 Furnish Vac -Con Truck M CONTRACTAMOUNT TYPE OF WORK DATE 3 City of Sierra Madre P.O. Box 457 Sierra Madre, CA 91025 NAME AND ADDRESS OF REFERENCE Chris Cimino 626 - 355 -6615 NAME AND TELEPHONENUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECF $399,589.52 Furnish Vac -Con Truck November 2010 CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 4. City of Buena Park 8071 Page St. Buena Park CA 90620 NAME AND ADDRESS OF REFERENCE FRank Moore 71 - NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $353,368.28 Furnish Vac -Can Truck January 2012 CONTRACTAMOUNT TYPE OF WORK DATE COMPLETED V4Q0rT=kRFP 5252011 Page 9 of 34