Purchase of a Combination Vacuum Cleaning Truck for the Jefferson

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Posted: Mar 27, 2024
Due: Apr 11, 2024
Solicitation No: JPP-50-00144745
Publication URL: To access bid details, please log in.
bid number description date issued bid open date/time help
JPP-50-00144745 Purchase of a Combination Vacuum Cleaning Truck for the Jefferson
Parish Public Works Rehab Section
Original: JPP-50-00144745
03/27/2024 04/11/2024
2:00:00 PM CT
JPP

Attachment Preview

BID NUMBER- 50–00144745
Purchase of a Combination Vacuum Cleaning Truck for the
Jefferson Parish Public Works Rehab Section
BID DUE: April 11, 2024 AT 2:00 PM
ATTENTION VENDORS!!!
Please review all pages and respond accordingly, complying with all provisions
in the technical specifications and Jefferson Parish Instructions for Bidders and
General Terms and Conditions. All bids must be received on the Purchasing
Department’s eProcurement site, www.jeffparishbids.net, by the bid due date
and time. Late bids will not be accepted.
Jefferson Parish Purchasing Department
200 Derbigny Street
General Government Building, Suite 4400
Gretna, LA 70053
Purchasing Specialist II Name: SHANNA FOLSE
Purchasing Specialist II Email: sfolse@jeffparish.net
Purchasing Specialist II Phone: 504-364-2680
GENERAL
SPECIFICATIONS - COMBINATION SEWER CLEANER
BID #50-00144745
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 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.
The machine shall have a total of 510 available horsepower. The auxiliary engine, water pump,
vacuum compressor, debris body and boom support assembly shall be mounted to a single
unitized welded sub-frame.
DEBRIS BODY
Debris storage body has a minimum usable liquid capacity of 9 cubic yards. The debris body
shall be round for maximum strength and constructed of 3/16-inch ASTM A242 Corten A steel
for enhanced corrosion resistance.
There shall be a 6” diameter liquid drain valve, “knife valve type” and screen weldment inside for
removing excess liquids. Drain will have 10 feet of 6 inch lay flat hose.
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.
Hydraulic operated, heavy duty wedge style door locks shall be installed. The door locks shall be
operated by two double acting hydraulic cylinders. The rear door shall also hydraulically open
and close (raise and lower) by means of two double acting hydraulic cylinders. The unlocking-
opening and the closing-locking operations shall be controlled by a single switch and sequence
valve.
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 GO-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.
1
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 6000 CFM's and 18"
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 on road surface. The vacuum 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 bypass valve.
Hydrostatic loop filtration shall be accomplished by a 10 Beta micron return filter and a 10-
2
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 has 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 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.
The boom shall hydraulically telescope a minimum of 10 ft. forward from the operator's 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.
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 wireless remote control will be provided for
Boom, Vacuum Breaker, Chassis Throttle, and Debris Body functions. 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:
1 6 -1/2' Catch Basin Nozzle
3 6' Aluminum Pipe Extension
1 5' Aluminum Pipe Extension
1 3 ' Aluminum Pipe Extension
2 s p a r e quick clamps
3
WATER SUPPLY
The water tanks shall have a minimum usable capacity of 1000 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 landfills.
The water tanks carry a ten-year replacement warranty.
AUXILARY ENGINE (WATER PUMP DRIVE ENGINE)
GM Power Solutions International (PSI) 5.7 Liter, (350 CID) (5,736.5 cc) Naturally aspirated (8)-
Cylinder, 140HP, Fuel and emission control system that meets Tier II EPA/CARB emission
regulations for LSI engines. The ignition system start-stop switch will be located at the
operator’s station. The auxiliary engine shall be shrouded and have a hinged door on the
driver’s side of the unit. The engine oil dipstick shall be accessed from the ground level on the
driver’s side.
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 handgun system.
A continuous duty flow of 80 g.p.m. and 2000 p.s.i shall be provided.
High-pressure relief valves are provided for both the high-pressure system and handgun system.
The water pump operates independently of the vacuum system and is powered by the auxiliary
engine via clutch less, direct dual powerband drive system.
4
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

bid number description date issued bid open date/time help 3000022280 Lead & Copper

State Government of Louisiana

Bid Due: 12/28/2024

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.