HomeMy WebLinkAboutResolution No. R22-35RESOLUTION NO. R22-35
A RESOLUTION AMENDING RESOLUTION R21-131 TO TRANSFER
AGREEMENT WITH TITAN MACHINERY TO JOE JOHNSON EQUIPMENT AND
APPROVING SURCHARGE FOR PURCHASE OF A NEW JET RODDER FOR THE
CITY OF LAUREL'S PUBLIC WORKS DEPARTMENT.
WHEREAS, the City Council of the City of Laurel authorized the Mayor to sign an
agreement with Titan Machinery for the purchase of a Jet Rudder for the City of Laurel's Public
Works Department on December 28, 2021 (hereinafter "the Agreement");
WHEREAS, the authorization by City Council for the Mayor to execute the Agreement
was made pursuant to Resolution R21-131;
WHEREAS, the original Agreement was with Titan Machinery, and Titan Machinery
has since been purchased by Joe Johnson Equipment;
WHEREAS, Joe Johnson Equipment has accepted the original Agreement with the City
of Laurel with a surcharge of $6,375.00; and
WHEREAS, the City of Laurel currently possesses adequate funds to satisfy the
surcharge and it is in the City of Laurel's best interests to proceed with the Agreement with Joe
Johnson Equipment.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Laurel,
Montana, that the City Council hereby amends Resolution R21-131 to allow the execution of
the Agreement with Joe Johnson Equipment and hereby approves the surcharge of $6,375.00
for the purchase of the Jet Redder for the City of Laurel's Public Works Department.
Introduced at a regular meeting of the City Council on the 281' day of June, 2022, by
Council Member Sparks.
PASSED and APPROVED by the City Council of the City of Laurel the 28' day of
June, 2022.
APPROVED by the Mayor the 28h day of June, 2022.
CITY OF LA
w
Dave Waggoner, Mayor
R22-35 Amending Resolution R21-131 Regarding Purchase of Jet Rudder
ATTEST:
rira✓,/,/ow' ,0L�, ;
PFI OV -1011A DX:RYltell CEO) :AuA
Michele L. Braukmann, Civil City Attorney
R22-35 Amending Resolution R21-131 Regarding Purchase of Jet Redder
1.800.222.6803 %,
peusa.com
info@geusa.com
62 LaGrange Avenue, Rochester NY 14613 e
4519 Old Charlotte Highway, Monroe NC 28110 ®x
Joe Johnson Equipment does not take these actions lightly and acknowledges the challenges that this
represents foryou, ourvalued customers. However, to maintain the high standards of product quality,
support, and innovation that you expect from Joe Johnson Equipment and our suppliers, these actions
are warranted.
JJ E has also incurred tremendous price increases in componentry, outsourced contracting, and
transportation costs. We as a company have made the decision not to pass these charges onto our
customers.
These surcharges have impacted the following order that you currently have outstandingwith JJE:
Type of Unit: VACTOR21001 PD
Purchase Order Number: No PO#, Board Resolution letterto Titan
Original Purchase Price: $449,000.00
Revised Purchase Price: $455,375.00
Summary of Increase due to Surcharges
Description Surcharge Amount
Chassis $2,000.00
Factory $4,375.00
Total: $6,375.00
Please acknowledge thatthese surcharges will be added to your final invoice upon delivery of your new
euip ent.
(
I3 %
Signature Da e
JDAV/6
Print Name Title
Thank you for your understanding in these unprecedented times,
Respectfully,
�t
Jason Hannah
Vice President, Sales
cc. Logan,Art
Clean Air. Clean Water. Clean Streets.
LAUREL, CITY OF
June 716, 2022
Subject: Material and Chassis Surcharges
1.800.222.6803
j;eusa.com
info@beusa.com
62 LaGrange Avenue, Rochester NY 14613
4519 Old Charlotte Highway, Monroe NC 28110
As you may be aware our industry has experienced dramatic cost increases for all components that our
manufacturers use in their production processes. Most of these cost increases have taken immediate
effect, with little to no advanced notice and were notsubjectto negotiation.
All our suppliers made every attempt not to have these surcharges applied to units already on order.
Unfortunately, the excessive cost increases they have assumed have become too much to absorb.
JJE has made every attemptto reducethese surcharges with every manufacturer on our customers behalf.
We have physically met with dealers, body manufacturers and theircorporate executives. Unfortunately
tonoavail. These surcharges are being applied to every customerand dealerindustry wide.
These surcharges will be applied to all units not shipped and are listed as Joe Johnson Equipments
backlog. Exact amounts are outlined below. Surcharges vary by vendor and are detailed below. A
confirmation letter confirming the surcharge will accompany this letter. This surcharge amountwill be
applied to your unit order:
Body Vendor
Surcharge per Unit (USD)
Effective Date
Vactor Sewer Cleaners
$4,375.00
April 41h,2022
Truvac Excavators
$4,375.00
April 41h 2022
Elgin Street Sweepers
$3,125.00
April 4'h,2022
Labrle/Leach/Wittke
Variable steel
January 191,2022
Envirosight Inspection Cameras
10-13% electrical
May 1s1,2022
Ring -O -Matic Trailers
5%Increase +$500.00 Energy
Surcharge
May 161h,2022
Additionally, if a chassis is part of the order,we have incurred multiple chassis surcharges. Theyare as
follows:
chassis Vendorsurcharge
per Unit USD
Effective Date for Shipments
Kenworth — Medium Duty
$3,500.00
April 151, 2022
Kenworth — Heavy Du
$5,000.00
April 151, 2022
Mack—Medium Duty 2022
$750.00
September17th,2021
Mack — Heavy Duty 2022
$3,500.00
September 171h,2021
Mack —Medium Duty 2023
$2,250.00
May 151,2022
Mack —Heavy 'Du 2023
$7,500.00
May 172022
Freightliner M2 / 114SD
$2,900.00
$6,700.00
December 13th, 2021
April 191h,2022
Western Star
$4,500.00
$5,800.00
December 13th, 2021
Aril 19th, 2022
Clean Air. Clean Water. Clean Streets.
likc
RESOLUTION NO. R21-131
A RESOLUTION AWARDING THE SID AND AUTHORIZING THE
MAYOR TO SIGN AN AGREEMENT WITH TITAN MACHINERY FOR THE
PURCHASE OF A NEW JET RODDER FOR THE
CITY OF LAUREL'S PUBLIC WORKS DEPARTMENT,
WHEREAS, the City of Laurel needs to trade in and replace its aging Jet Rodder for the
Public Works Department; and
WHEREAS, the City of Laurel complied with its procurement policy and Montana Law
by utilizing a competitive bid process to ensure the equipment purchased is in the best interest of
the City in both quality and price; and
WHEREAS, Titan Machinery was the lowest qualified bidder and such bid is attached
hereto and incorporated herein; and
WHEREAS, the lowest bid was for $449,000, with an optional trade-in value for the
existing equipment of $125,000, for a purchase price of $324,000;
NOW, THEREFORE, 13E IT RESOLVED by the City Council of the City of Laurel,
Montana, that the Mayor is authorized to sign an agreement with Titan Machinery for the purchase
of the Jet Rudder pursuant to the terms and conditions contained in the attached bid for the
purchase price of $449,000 and $324,000 if the City determines such existing equipment is surplus
and appropriate to utilize for a trade-in for the purchase.
Introduced at a regular meeting of the City Council on December 28, 2021, by Council
Member Wilke.
PASSED and APPROVED by the City Council of the City of Laurel this 28" day of
December 2021.
APPROVED by the Mayor this 2811' day of December 2021.
LAU,RE/L
e ie Mayor
ATTEST;
4aulgvc, Clerk-Treasu eer
Approved as to fort\\
Sam S. Pait er, Civil 'tty Attorney
R31-131 Accept Bid — JetRodder-TitanMaclunery
b
CITY CLERK
CITY OF LAUREL
P.O. BOX 10
LAUREL, MONTANA 59044
CONTRACT/BID DOCUMENTS ATTAC14ED:
INTENT AND SCOPE OF OPERATIONS
CALL FOR SEALED BIDS: NO'I10E'I'O BIDDERS
(BID BOND AND PERFORMANCE BOND)
INSTRUCTIONS TO BIDDERS
CONTRACT SPECIFICATIONS: 2022 (OR NEWER) SINGLE-ENGINE
COMBINATION SEWER AND,CATCH BASIN CLEANER WITH A POSITIVE
DISPLACEMENT BLOWER VACUUM SYSTEM MOUNTED ON A HEAVY-
DUTY CHASSIS WITH OPTIONAL TRADE-IN OF A 2012 VACTOR JET
RODDER.
STANDARD TERMS AND CONDITIONS
INVITATION TO BID
FORM OF AGREEMENT
FORM OF PROPOSAL, (AID PROPOSAL)
INTENT AND SCOPE OF OPERATIONS
This bid is for the purpose of entering into a contract for a 2022 (OR NEWER)
SINGLE-ENGINE, COMBINATION SEWER AND CATCH BASIN CLEANER
WITH A POSITIVE DISPLACEMENT BLOWER VACUUM SYSTEM
MOUNTED -ON A HEAVY-DUTY CHASSIS for the City of Laurel Maintenance
Department, The successful bidder agrees to provide the City of Laurel with acceptable
quality of equipment/services, performance and workmanship as determined by the City
of Laurel.
It is the purpose of this bid to obtain the best quality of equipment at the most favorable
price to the City of Laurel. Consideration will be given for the level of service offered
and ability to meet stated specificationsas outlined in the contract document.
END: INTENT AND SCOPE. OF OPERATIONS
CITY CLERK
CITY OF LAUREL
P.O. BOX 10
LAUREL, MONTANA 59044
CALL FOR SEALED BIDS: NOTICE TO BIDDERS
SEALED BIDS ENTITLED: 2022 (OR NEWER) SINGLE-ENGINE
COMMINATION SEWER AND CATCH BASIN CLEANER WITH A POSITIVE
DISPLACEMENT BLOWER VACUUM SYSTEM MOUNTED ON A HEAVY-DUTY
CHASSIS WITH OPTIONAL TRADE-IN OF A 2012 VACTOR JET RODDER.
For the City of Laurel Maintenance Department, Laurel, Montana will be received
addressed to City Clerk of Laurel, Montana, at the office of the City Clerk, City Hall, Laurel,
Montana 59044, until 1:00 PM, December 2"d; 2021.
More specific additional information regarding, the 2022 (OR NEWER)
SINGLE-ENGINE COMBINATION SEWER AND CATCH BASIN CLEANER WITH A
POSITIVE DISPLACEMENT BLOWER VACUUM SYSTEM MOUNTED ON A
HEAVY DUTY CHASSIS WITH OPTIONAL TRADE-IN OF A 2012 VACTOR JET
RODDER may be obtained by contacting Matt Wheeler, Maintenance Supervisor, at 115 W.
First Street, Laurel, Montana, or by calling 406-628-4796.
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten per cent (10%") of
the total amount of the bid. The bid bond wilt be retained by the City Clerk until the successful
bidder enters into a contract with the City of Laurel. If the successful bidder enters into no
contract within 30 days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
No bids may be withdrawn after the scheduled time for the public opening of bids, which
is 1:00 PM, December 2", 2021.
The right is reserved to reject any or all proposals received, to waive irregularities, to
postpone the award of the contract for a period of not to exceed thirty (30) days, and to accept
that proposal which is in the best interests of the City of laurel, Montana.
The City of Laurel is an Equal Opportunity Employer
Published 11/19/2021; 11/26/2021
Bethany Langve, City Clerk
END: CALL FOR SEALED BIDS: NOTICE TO BIDDERS
CITY CLERK
CITY OF LAUREL
P. 0. BOX 10
LAUREL, MONTANA 59044
INSTRUCTIONS TO BIDDERS
EXAMINATION OF DOCUMENTS
Before submitting the proposals, the bidder shall:
(a) Carefully examine the Standards and Specifications as well as all other attached
documents.
(b) Fully inform themselves of the existing conditions and limitations.
(c) Include with the bid sufficient information to cover all items required in the
specifications.
BID COMPLIANCE
It shall be the responsibility of the bidder to see that all bids are sealed and submitted to
the office of the City Clerk at City Hall, 113 W. First Street, Laurel, Montana 59044, before
1:00 PM, December 2od, 2021.
BID PROPOSAL MODIFICATIONS
Proposals shall be made on form provided herein; they shall not contain any recapulation
of the work done. Modifications, additions or changes to the terms and conditions of this
invitation to bid may be cause for rejection of the bid. Bids submitted on other forms may be
rejected. No oral, telephone, or telegraphic bids or modifications will be considered.
CERTIFICATION OF ALTERATION OR ERASURE
A bid shall be rejected should it contain any material alteration orerasure, unless, before
the bid is submitted, each such alteration has been initialed 'm INK by the authorized agent
signing the bid.
INTERPRETATION PRIORITY
Should a bidder find discrepancies in, or omissions from, the specifications, or be in
doubt as to their meaning, bidder shall notify the department head, Matt Wheeler at the address
noted above, who will send written instructions or addenda to all bidders. The City will not be
responsible for oral interpretation. All addenda issued prior to bid opening shall be incorporated
into and become part of the contract agreement upon award. Question received less than ninety-
six (96) hours before the bid opening cannot be answered,
SIGNATURE
All bids shall be typewritten or prepared in ink and must be signed in longhand by the
bidder or bidders agent or designee, with his/hers usual signature. A bid submitted by a
partnership must be signed with the, partnership name to be followed by the signature and
designation -of the partner signing. Bids by corporations mast be signed with the legal name of
the corporation, followed by the name and signature of an authorized agent or officer of the
corporation. Bids submitted by a proprietorship must be signed by the owner; name of each
person signing shall be typed or printed legibly below the signature.
WITHDRAWAL OF BIDS
Bidders may withdraw their bid either personally or by written request at any time prior
to the time set for bid opening. No bid may be withdrawn or modified after the time set for
opening, unless and until award of the contract is delayed for a period exceeding thirty (30) days.
CERTIFICATION
The bidder certifies that the bid has been arrived at by the bidder independently and has
been submitted without any collusion designed to limit independent bidding or competition. The
bidder further certifies that the materials, products, services and/or goods offered herein meet all
requirements of the stated specification and are equal in quality, value and performance with
highest quality, nationally advertised brand and/or trade names.
EVIDENCE OF QUALIFICATION
Upon request of the City of Laurel, a bidder whose proposal is under consideration for
award may be required to manifest satisfactory evidence of his financial resources, experience,
the organization and equipment as well as service provisions bidder has available. In
determining the lowest responsible bidder, in addition to price, the following considerations may
be addressed:
(a) The ability, capacity, character, integrity, and skill of the bidder to perform
the contract or provide the service required.
(b) Whether the bidder can perform the contract within the time specified.
(c) The quality of performance of previous contracts, agreements, services and/or
performance.
(d) Previous and/or existing compliance by the bidder with laws relating to the
contract or services.
(e) Such other information, which may be secured having a bearing on the
decision to award the contract.
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten percent (I0%) of the
total amount of the bid. The bid bond will be retained by the City Clerk until successful bidder
enters into a contract with the City of Laurel. If the successful bidder enters into no contract
within thirty (30) days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
CITY OF LAUREL
DETAILED SPECIFICATIONS
2022 (OR NEWER) SINGLE-ENGINE COMBINATION SEWER AND CATCH BASIN
CLEANER WITH A POSITIVE DISPLACEMENT BLOWER VACUUM SYSTEM
MOUNTED ON -A HEAVY DUTY CHASSIS WITH OPTIONAL TRADE-IN OF A 2012
VACTOR JET RODDER
Model Profile
2022 7500 SBA 6X4 (SF637)
MISSION:
Requested GVWR: 66000, Catc. GVWR: 66000
DIMENSION:
Wheelbase: 260.00, CA: 192.90, Axle to Frame; 71.00
ENGINE, DIESEL:
(MaxxForoe 10) EPA 10, 350 HP @ 2000 RPM, 1150 Ib -ft Torque
@ 1200 RPM, 2200 RPM Governed Speed
TRANSMISSION, AUTOMATIC:
(Allison 3000 RDS P) 4th Generation Controls; Close Ratio, 6-
Speed, With Double Overdrive; On/Off Hwy; Includes Oil Level
Sensor, With PTO
Provision, Less Retarder, With 80,000 -Ib GVW & GCW
Max.
CLUTCH:
Omit Item (Clutch & Control)
AXLE, FRONT NON -DRIVING:
(Mentor MFS -20-133A) Wide Track; 1 -Beam Type, 20,OD04b
Capacity
AXLE, REAR, TANDEM:
(Meritor RT -46-160P). Single Reduction 46;000 -Ib. Capacity With
Lube Pump and 200 Wheel Ends Gear Ratio: 6.14
CAB: Conventional
TIRE, FRONT: (2) 425165R22.5 HTC (CONTINENTAL) 468 rev/mile, load range
L, 20 ply
TIRE, REAR: (8) 11R22.5 HDR1 (CONTINENTAL) 495 rev/mile, load range G,
14 ply
SUSPENSION, REAR, TANDEM:
(Hendrickson RT -463) Walking Beam Type 54" Axle Spacing;
46,000 -Ib Capacity With Bronze Center Bushings
FRAME REINFORCEMENT:
Outer"C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield);
10.813" x 3.897'x 0.317; (274.6mm x 98.9mm x 8.Omm); 480:0"
(12192mm) Maximum OAL
PAINT: Cab schematic 100GN Location 1: 9219, Winter White (Std)
Chassis schematic N/A
GENERAL BIDDING GUIDELINES:
If bid specification is met than place a check in the column marked "YES". If it is necessary to
bid alternate equipment or to take exceptions to the specifications as set forth, this must be
checked as "ND".
The Basis of Award shall be dependent on the most responsible bid submitted. Consideration
will be given to cash flow, purchase price, delivery dates, equipment service guarantees, parts
and service availability, parts and service location, analyses and comparison of equipment
specification details, and any other items of concernto the City of Laurel.
The purchaser reserves the right to reject any or all bids, to waive any informality in bids, or to
accept in whole or part such a bid as may be in the best interest of the City of Laurel.
The purchaser also reserves the right to reject the vehicle at the time of final inspection if the
vehicle does not meet any and/or all requirements of the final contract according to the personnel
acting on behalf of the department at the time of final inspection. These requirements include,
but are not limited to: performance, workmanship, service, quality and operation of the vehicle.
Please state the estimated delivery time after receipt of order in days: ( 20 da styes Chass; s grr1XS
Description
Base Chassis, Model 7500 SBA 6X4 with 260.00 Wheelbase, 192.90 CA, and 71.00
Axle to Frame.
Yes
No
FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125"x 3.580" x
0.312" (257.2mm x 90.9mm x 8.0mm); 48001 (12192) Maximum'OAL
FRAME REINFORCEMENT Outer "C" Channel, Heat Treated Alloy Steel (120,000
PSI Yield); 10/813"X 2,892"X 0.312"; (274.6mm X 98.9mmX8.Omm); 480.0"
12192mm Maximum GAL
J
BUMPER FRONT Omit Item
SPECIAL FRAME PIERCING Additional Holes for Vactor Guzzler Manufacturing Co.
2100 Plus Product
it
WHEELBASE RANGE 221" 564cm Through and Including 262" 665cm
FRAME ADDITION, FRONT 1" Integral; Increases BBC, BA and CAL Vehicle
B 1"
XDimensions
AXLE, FRONT NON -DRIVING (Meritor MFS -20-133A) Wide Track, I -Beam Type,
20,000 -lb Capacity
X
SUSPENSION, FRONT, SPRING Multileaf, Shackle Type, Single Stage Spring;
20,000- Ib Ca c' , Less Shock Absorbers.
,t
T
BRAKE SYSTEM AIR Dual System for Straight Truck Applications
BRAKES, FRONT, AIR CAM 16.5" x 6", Includes 24 Sqln Long Stroke Brake
Chambers
r�
DRAIN VALVE fBergj Manual; With Pull Chain for Air Tank
AIR BRAKE ABS (Bendiz Antilock Brake System) Full Vehicle Wheel Control System yr
4 -Channel
AIR DRYER Meritor Wabco System Saver 1200 with Heater
BRAKE CHAMBERS, FRONT AXLE Haldex 24 S In
BRAKE CHAMBERS REAR AXLE Haldex GC3030LHDH0 30/30 Spring Brake
BRAKES, REAR, AIR CAM S -Cam; 16.6'x 70; Includes 30/30 Sq.ln. Long Stroke X
Brake
Chamber and Spring Actuated Parking Brake
AIR COMPRESSOR Bendix Tu -Flo 550 13.2 CFM Capacity
STEERING COLUMN Tilting
STEERING WHEEL 2 -Spoke, 18" Diam., Black
FxccG-j-;c n ; aoa-3 T H H Ur -07 ckgsi sam, se0 a% M.a. I -7 TOO 59B 6�y
Description
Yes No
STEERING GEAR 2 (Sheppard M -100/M-801 Dual Power
X
DRIVESHAFT Special for Vector Guzzler 2100 Plus Product
EXHAUST SYSTEM Single, Vertical, Aftertreatment Device Frame Mounted Left
Side,
X
Includes Vertical Tail Pipe & Guard
RAIN CAP With Single Exhaust Non -Bright Finish
X
SWITCH, FOR EXHAUST 2 Position, Lighted &Latching, ONIOFF Type„ Mounted in
IP Inhibits Diesel particulate filter regeneration as long as switch is in on position
ELECTRICAL SYSTEM 12 -Volt Standard Equipment
X
CIGAR LIGHTER Includes Ash Cu
POWER SOURCE Cigar Type Receptacle without Plug and Cord
BATTERY TERMINALS Sealed
J(
ALTERNATOR (Leece-Neville LBP2224H) Brush Type; 12Volt 120 Amp. Capacity,
Pad Mounted
X
BODY BUILDER WIRING INSIDE CAB; Includes Sealed Connectors for Tail/Amber,
Turn/Marker/Backup/Accessory, Power/Ground and Stop/Turn
BATTERY SYSTEM International Maintenance -Free 3 12 -Volt 2775CCA Total
X
RADIO {International} AM/FM Stereo With CD Player, Weatherband, Clock, Auxiliary x
Input, includes Multiple Speakers
BACK-UP ALARM Electric 102 Dba
STOP TURN TAIL & B?U LIGHTS Omit Item; Does Not Omit Cable to End of Frame X
WIRING MODIFICATIONS for Transmission Powertrain Harness J1939 Terminating
Resistor Located near Air Cleaner
BATTERY CABLES With 2 Auxiliary Sealed Battery Posts 1 Positive and 1 Negative
HORN AIR Black Single Trumpet, Air Solenoid Operated
HEADLIGHTS Long Life Halogen; for Two 'U ht System
STARTING MOTOR Delco Remy 39M7 12 Volt; Gear Reduced With Thermal Over -
Crank Protection
INDICATOR LOW COOLANT LEVEL With Audible Alarm
CIRCUIT BREAKERS Manual -Reset Main Panel SAE Type III With Trip Indicators
Replaces All Fuses Except For 5 -AMD Fuses
Description
Yes No
FENDER EXTENSIONS Rubber
GRILLE Stationary, Chrome
K
FRONT END Tilting, Fiber lass, With Three Piece Construction; for 2007 Emissions
PAINT SCHEMATIC, PT -1. Single Color Design 100
PAINT TYPE Base Coat/Clear Coat 1-2 Tone
CLUTCH Omit,ltem Clutch & Control
OIL FILTER, ENGINE Hud' ins Model 960 Spinner
BLOCK HEATER ENGINE (Phillips) 120 Volt/1250 Watt
IENGINE, 01ESEL(MaxxForce 10) EPA 10, 350 HP @ 2000 RPM, 1150 lb -ft Torque
1200 RPM 2200 RPM Governed Speed
x
FAN DRIVE (Horton Drivemaster Polar Extreme) Direct Drive Type, Two Speed, With
Residual Torque Device for Disengaged Fan Speed
)(
RADIATOR Aluminum, Front to Back Cross Flow, Series System; 1663 Sgin Core
and 8855 in Charge Air Cooler and 470 S In Low Temperature Radiator Dawn Flow
X
FEDERAL EMISSIONS for 2010; MaxxForce 9 & 10 Engines
AIR CLEANER Dual Element
f=XcCPjfoA l nyin. Cur+r,isi L1370 37p N/4�'. Q100 P1Gwt .
ehrSSia^ �r ��a� 30,10 nog >00
`i_Mns:Mr`s SrA^ SOr` Sot &eAt.rt4:0' 6^4nlf
Description
Yes
No
THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary,
Variable S eed Mounted omSteerin Wheel
OIL COOLER AUTO TRANSMISSION (Modinel Water to Oil for Allison
ENGINE CONTROL, REMOTE MOUNTED Provision for; Includes Wiring for Body
Builder Installation of PTO Controls; With ignition Switch Control for MaxxForce post
2007 Emissions Electronic Engines
�!
FAN OVERRIDE Manual; With Electric Switch on Instrument Panel, (Fan On With
Switch On
X
ENGINE WATER COOLER Auxiliary, Cooler Package for Vector Guzzler, includes
One Additional Inlet Port on Engine Water Pump. Y`Pipe in EGR Cooldr and Shut-off
Valves
}(
EMISSION COMPLIANCE 5 Min., Tamper -Proof Engine Shutdown System, Complies
With California Clean Air Regulations, Does Not Certify Engine for Low-NOx
Extended Idling
X
TRANSMISSION, AUTOMATIC {Allison 3000 RDS P} 4th Generation Controls;
Close Raton, 6 -speed, With Double Overdrive; OnlOff Hwy; Includes Oil Level
Sensor, with PTO Provision, Less Retarder, with 8D,000 -lb, GVW & GCW Max.
i(
f=XcCPjfoA l nyin. Cur+r,isi L1370 37p N/4�'. Q100 P1Gwt .
ehrSSia^ �r ��a� 30,10 nog >00
`i_Mns:Mr`s SrA^ SOr` Sot &eAt.rt4:0' 6^4nlf
Description
Yes
No
OIL COOLER AUTO TRANSMISSION (Modinel Water to Oil for Allison
Transmission
TRANSMISSION SHIFT CONTROL (Allison) Push -Button Type; for Allison 3000 &
4000 Series Transmission.
k
ALLISON SPARE INPUTIOUTPUT for Rugged Duty Series (RDS); Airport Refueler,
Sewer Evac
X
SHIFT CONTROL PARAMETERS Allison Performance Programming in Primary andj
Allison Economy Programmingin Secondary
AXLE, REAR; TANDEM {Meritor RT -46-160P} Single Reduction 46;000 -Ib Capacity
With Lube Pump and 200 Wheel Ends, Gear Ration: 6.14
X
SUSPENSION, REAR, TANDEM {Hendrickson RT -483} Walking Beam Type 54" Axle
S acin ; 46,000-4 Capacity With Bronze Center Bushings
x
SUSPENSION/REAR-AXLEIDENTITY for Meritor Tandem -Rear Axles With Bar -Pin
Beam Attachment Type Suspensions
X
FUEL TANK Top Draw; D Style, Non Polished,Aluminum, 23" Deep, 100 U.S. Gal.,
378L Capacity,with dual supplylines mounted right side under cab.
X
CAB Conventional
10
Ir e�i T:otii hr, ( IA -k. On 'CPP +. 5,,^& S(f .
Description
Yes No
GAUGE CLUSTER English With English Electronic Speedometer
X
AIR CONDITIONER Blend -Air With Integral Heater & Defroster
GAUGE OIL TEMP, ALLISON TRANI
INSTRUMENT PANEL Center Section Flat Panel
x
GAUGE AIR CLEANER RESTRICTION Filter -Minder With Black Bezel Mounted in
HVAC FRESH AIR FILTER
Instrument Panel
FRESH AIR FILTER, Attached to Air,lntake Cover on Cowl Tray in Front of Windshield
X
Under Hood
IP CLUSTER DISPLAY On. Board Diagnostics Display of Fault Codes in Gauge
Cluster
k'
CAB INTERIOR TRIM Premium
SEAT, DRIVER (National 2000) Air Suspension, High Back With Integral Headrest,
Vinyl, Isolator, 1 Chamber Lumbar, With 2 Position Front Cushion Adjust, -3 to +14
Degree Angle Back Adjust
1
WHEELS, FRONT DISC; 22.5" Painted Steel, 10 -Stud (285.75MM BC) Hub Piloted, 5
Hand Hole, Flanged Nut, Metric Mount, 12.25 DC Rims; With Steel. Hubs, with 5.376'
Offset
X
SEAT, PASSENGER (Gra-Mag) Nan Suspension, High Back, Fixed Back, Integral
Headrest Vinyl
WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10 -Stud (285.75MM
BC) Hub Piloted Flanged Nut Metric Mount 8.25 DC Rims; With Steel Hubs
X
MIRROR CONVEX,.LOOK DOWN (Lang Mekra Right Side; 6!'x 101/4"
(2) TIRE, FRONT 425/65R22.5 HTC (CONTINENTAL) 468 rev/mile, load range L, 20
'r
MIRRORS (2) (Lang Mekra) Rectangular, 7.44" x 14.84" & 7.44" sq. Convex Both
Sides, 102" Inside Spacing, Breakaway Type, Heated Heads Thermostatic Controlled
Black Heads, Brackets and Arms.
X
CAB MOUNTING HEIGHT EFFECTS High Cab in Ueu of Mid High Cab Mounting 4.5
Ir e�i T:otii hr, ( IA -k. On 'CPP +. 5,,^& S(f .
Description
Yes No
ARM REST RIGHT, DRIVER BEAT
AIR CONDITIONER Blend -Air With Integral Heater & Defroster
INSTRUMENT PANEL Center Section Flat Panel
x
HVAC FRESH AIR FILTER
FRESH AIR FILTER, Attached to Air,lntake Cover on Cowl Tray in Front of Windshield
X
Under Hood
CAB INTERIOR TRIM Premium
CAB REAR SUSPENSION Air Bag Type
WHEELS, FRONT DISC; 22.5" Painted Steel, 10 -Stud (285.75MM BC) Hub Piloted, 5
Hand Hole, Flanged Nut, Metric Mount, 12.25 DC Rims; With Steel. Hubs, with 5.376'
Offset
X
WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10 -Stud (285.75MM
BC) Hub Piloted Flanged Nut Metric Mount 8.25 DC Rims; With Steel Hubs
X
8 TIRE REAR 11R22.5 HDR1 CONTINENTAL 495.rev/mile load range G 14 ply
(2) TIRE, FRONT 425/65R22.5 HTC (CONTINENTAL) 468 rev/mile, load range L, 20
'r
City of Laurel
DETAILED SPECIFICATIONS
FOR
(1) COMBINATION DUAL ENGINE SEWER CLEANER
WITH AUXILIARY ENGINE DRIVEN CENTRIFUGAL FAN
MOUNTED ON A HEAVY DUTY TRUCK CHASSIS
This specification is not be interpreted as restrictive, but rather as a measure c
the safety, quality, performance and overall cost of ownership against which all
equipment bid will be compared. In comparing proposals, consideration will be
given to life cycle cost guarantees whereby bidder shall provide all pertinent
information to evaluate long-term cost. Contract will be awarded for the product
which best serves the interests of the City of Laurel considering long-term
maintenance cost, parts availability, product support and service cost as well as
guaranteed buyback value of bidders equipment. The City of Laurel reserves the
right to reject any or all bids or any part thereof, and to waive any minor
technicalities. Award shall be to the bidder showing most favorable fife cycle
costing while meeting the requirements of these specifications.
f cnvL no ?k0.ve �or �)dY
12
y
New Two-way radio to City of laurel Specifications to be Installedby Industrial
Communications Billie s, Montana.
Cab schematic 10OGN
Location 1; 9219, Winter White Std
Chassis schematic N/A
40BKB SERVICES, TOWING To 36-Month/150,000 Miles (240,000 km), 5400 Hours;
Service Call to the Vehicle or Towing to the Nearest International Dealership for a
Non -Drivable Unit in Conjunction with an International Warrantable' Failure; $250
USA Maximum Benefit per Incident
X
City of Laurel
DETAILED SPECIFICATIONS
FOR
(1) COMBINATION DUAL ENGINE SEWER CLEANER
WITH AUXILIARY ENGINE DRIVEN CENTRIFUGAL FAN
MOUNTED ON A HEAVY DUTY TRUCK CHASSIS
This specification is not be interpreted as restrictive, but rather as a measure c
the safety, quality, performance and overall cost of ownership against which all
equipment bid will be compared. In comparing proposals, consideration will be
given to life cycle cost guarantees whereby bidder shall provide all pertinent
information to evaluate long-term cost. Contract will be awarded for the product
which best serves the interests of the City of Laurel considering long-term
maintenance cost, parts availability, product support and service cost as well as
guaranteed buyback value of bidders equipment. The City of Laurel reserves the
right to reject any or all bids or any part thereof, and to waive any minor
technicalities. Award shall be to the bidder showing most favorable fife cycle
costing while meeting the requirements of these specifications.
f cnvL no ?k0.ve �or �)dY
12
y
Bids will be accepted for consideration on any make or model that is equal or
superior to the equipment specified. Decisions of equivalency will be at the sole
interpretation of the City of Laurel Purchasing and Public Services Director.
Bidder shall demonstrate a reasonable likeness of the equipment being offered
within a reasonable time of request. Equipment demonstrated shall be equipped
with all accessories and components required in this specification to ascertain
y
equivalence.
A blanket statement that equipment proposed will meet all requirements will not be
sufficient to establish equivalence, Original manufacturer's brochures of the
proposed unit are to be submitted with the proposal.
ey
,r r
MARIE
N":YKSain
2000 Vac -Con Jett Rodder.
Can be viewed at Laurel City Shops, located at 20 S. 7"' Avenue, Laurel, Montana
Monday – Friday between the hours of 7:30 am and 3:00 pm.
,SERtttCB.'AN13°t3iJi?wpoft} 4 frPr j. I Y x P Fk i a
w M y n' ." fi w
Location of warranty service center and am uy�t o i ve t shall be noted which
may be verified and inspected. ? 1te d t : f /�t t Sq fo I
x
Years of servicing equipment being bid: _ .gyp Years
Number of`factory qualified service technician: 3 yl -
The
specification herein states the minimum requirements of the City of Laurel. All
bids must be regular in every respect. Unauthorized conditions, limitations, or
provisions shall be cause for rejection. Any bid not prepared and submitted in
accordance with the bid document.and specification, or any bid lacking sufficient
technical literature to enable the City of Laurel to make a reasonable determination
of compliance to the specification will be considered "non-responsive" and grounds
for reiection.
The equipment shall be of modular design consisting of vacuum system, water
tanks system, debris hopper and drive system. X
A sub frame shall be fabricated to the exact dimensions of the truck chassis for
mounting of modular components. x
All components of the module shall attach to the sub frame and not directiv to the—F;
Sub frame shall be designed to ASME standards for maximum applied loads,
chassis frame movement and even distribution of weight to the chassis and I k/
enA�a �r
I Sub frame shall be continuous and uninterrupted from back of cab to end of frame. 1<
13
Exceptions:
'.D68.RtW6,ODl ,y,
The body shall be cylindrical having a minimum usable liquid capacity of 10 cubic
yards.
The body shall be capable of a 48" dump height.
The debris storage body shall be constructed with a minimum 3716" corrosion and
abrasion resistant Ex -Ten steel.
The debris storage body shall have a minimum yield point of 50,000 PSI and a
minimum tensile strength of 70,000 PSI.
Body shall have a rear door that is hinged at the top and is equipped with a
replaceable neoprene type seal, Adjustable for periodic compensation of door seal
wear.
Dual outward mounted rear door props shall -be included as standard to prevent
operator from entering door swing path when engaging rear door prop.
X
For optimal particulate separation, vacuum shall be drawn from separate ports in
the top of the debris body.
k
Body shall be dumped by raising the body to a 50 degree angle utilizing forward.
mounted, double acting; hydraulic dump cylinder.
Dump controls, accessory controls, e -stop control shall be provided at a central
curb side location directly behind the cab.
For stability and safety, dumping must be accomplished while the pivot point of the
hopper remains fixed to the sub frame.
Industrial style rear debris body door shall be flat, and shall open and close
hydraulically by cylinders mounted at the top of the body. Door shall open 50
degrees from the fully closed position. Door shall be unlocked, opened, closed, and
locked by a failsafe hydraulically activated sequential positive locking system, cam
X
operated by a single hydraulic cylinder, with all controls located behind truck cab,
forward ofthe debris body, so operator is not subject to debris when dumping.
Debris body shall have a body flush out system with (8) jet tungsten -carbide tipped
nozzles mounted on a manifold located in the front wall of the debris body to aid in
the flushing of heavy debris. Control valve shall be,on the curb side of the unit.
Debris body load limit alarm coupled to float indicator arm,automatically activating
vacuum relief to be provided.
Body shall have a float type automatic shut-off system protecting the Fan System
with (2) 10" stainless steel shut-off balls located in the debris body. Each float ball
housing shall be within a non -corrosive slide be
-out screen assembly and accessed
without the use of tools.
The debris body shalt be equipped with a 6" rear door drain to drain off excess
liquids.
The debris body shall be equipped with a rear door drain to drain off excess liquids
while retaining solids and shall include a manually operated 6" knife valve with
cam -lock coupler and 10' of lay flat hose having camlock quick connects.
14
Pump off ports for installation of Pump -Off System shall be provided on curbside on
forward portion of debris body.
}�
For safety, a minimum of.(5) vacuum tubes shall be stored on curbside storage
racks to minimize operator exposure to traffic side of unit.
A curb -side folding 3 -pipe rack shall be provided, constructed of steeltubing, spring
assisted. Shall include -quick release retainer handles (no bungees or clamps).
(2) Pipe Storage Racks Curbside waist level and (2) on rear door with quick
releases.
A lubrication manifold system shall be;provided to allow ground level greasing of
boom lift and swing cylinders, float level indicator, top rear door hinges and debris
body hoist.cylinderpins.
A 10" valve with 3" vent to atmosphere, electrically activated, air operated valve
debris body vacuum relief system shall be located in the Inlet of vacuum system
to allow the venting of the tank and relieve vacuum at the debris Intake hose.
A debris inlet deflector distributing load evenly in debris body shall be included.
Exceptions:
a,� t S'
,f5ka�
arts �f% ?.ig
t�.ATkj)'1ll�tiild t'rt.th'3'".d`". ..,�f�,x..-§', ,-ate_:.e'.•xi
The water tanks shall be manufactured from a non -corrosive material to prevent
X
rust yet still provide for maximum strength.
The water tank material shall require no internal coating and shall be repairable if
patching is required.
The water tanks shall be easily removed from the subframe to provide complete
access to the truck chassis for maintenance purposes.
The water tanks shall be adequately vented and connected to provide complete
filling.
The water tanks shall be totally separate from the debris tanks and provide no
structural support.
The water tanks shall share no common walls with the debris tanks to prevent
corrosion.
The water tanks shall come equipped with an anti -siphon device and 25' of hydrant
fill hose and fittings.
The water tanks shall cag a 10 year warranty against corrosion or cracking.
All water tanks shall be fully baffled to form maximum compartment storage of 150
gallons for each compartment. The City of Laurel has determined that for the
/
stability of the vehicle when turning and stopping and for safety of personnel that
X
systems baffled at 150 maximum gallon compartments are preferred. Exceptions
of requirement shall be explained in detail accompanied with detailed engineering
drawings.
The water tank shall be located for the lowest possible center of gravity while
X
providing 100% gravity flooded intakes to water pump.
Fresh water shall enter the tanks through an in line 6" air gap, all aluminum covered
anti -siphon device.
W
water level -sight tubes of non- ellowin iattic shall be installed on both tanks.
The sides of these water tanks shall not extend more than 48" out from the
centerline of the truck chassis.
Y
A fresh water drain system shall be provided to completely drain the fresh water
system from one location utilizing a 3" drain port and plug.
1i
A minimum 6" and 4"'connection between tanks shall be provided.
For stability safety, the water tanks shall not elevate with debris body during dump
c cte.
A low water alarm with light at the operator stailon shall alert operator when water
storage has 150 gallons remaining.
A h draulic oil hi h tem erature I' ht and alarm shall be rovided.
2" Y -Strainer With 25' Fitl Hose shalt be rovided.
A 3" in-line "Y" trap Monel stainless sleet strainer shall be located betweenrthe
water cells and water pump.
,j'
A 3" Gate Valve shall be provided at water pump.
K
Water tank must be a certified metered capacity of 1200 gallons. Certification shall
be necessary upon delivery.
Water tanks shall be constructed of 1f8" aluminum with. baffled compartments
maximum 150 gallons each.
X
An additional water tank si ht gauge shall be provided.
y
Liquid Float Level Indicator shall be provided.
Exceptions:
JMtCit?IYL�SY51'�tih5.
vxi
v1tAG.t:Iff=ter
Vacuurovided by comprester
1v
Acentrifussor.Com
rto be constructed of
Each compressor fart shall enedAf114" chs.
Centrifugal compressor shall be warranted against corrosion for five years.
AJ
The outer housing shall be constructed of 1/4" spun steel
Pj
Com ressar housin shall bee ui ed wfth a drain not exceedin 2" diameter.
Complete compressor and housing assembly shall be warranted against materials
and workmanship forfive years.
Fan shall be powered by a 6=cylinder turbo Charged 414 cutin., 185 Hp @ 2400 rpm
diesel engine (Jahn Deere Model 6088-1 F ar a uai) diesel en ine.
Auxiliary engine gauge package including voltmeter, water temperature, oil
pressure, tachometer, hour meter with ignition on/off and throttle controls at front
o erator•station.
A
IV
A fluid coupler drive system shall be provided including vacuum relief and controls
at operator station.
Ste u transmission shall be ear- a havin a ratio of 2.036 To 1.
KA -11111111 i a
16
For cleaning of drying beds, vacuuming leaves and debris along curbs. Unitshall
have a full, constant vacuum, and full -range of boom control, A water ring, installed
in the boom inlet with variable capacity of 0-22 gpm to suppress carry-over while
vacuuming dry materials will also be included. All of the fore mentioned functions
x
would operate while unit is'1wrnotion via the auxiliary engine. This also allows daily
maintenance of the chassis engine without ignition of the chassis engine to extend
the hose reel.
Fan flush out system
f�
VACUUM BOOM SYSTEM:
Vacuum hose shall be designed for front operation with hose mounted and stored
at front mounted work station. Front mounted location is required for ease of
positioning vacuum hose as well as minimizing need for operator to swing hose into
,C
traffic.
All connections between debris body and vacuum system will be of the self-
adjusting pressure fitting type.
Vacuum hose will remain stationary and not rise with debris body.
Upper debris tube shall' consist of an anchored steel tube and elbow.
A sub -frame mounted cab guard shall be mounted behind cab with boom rest
cradle.
All vacuum pipes shall be connected to vacuum pick up tube and extension pipes,
by adjustable over -center quick clamps to join the aluminum flanges on pipes.
One (1) quick clamp for each pipe supplied shall be provided.
Boom pedestal shalt be directly mounted to module subframe.
Boom support used for travel mode shall not interfere with access or require
removal to tilt hood forward.
A control station shall be equipped with control switches for all directions as well as
a safety emergency shut down button, which shall automatically eliminate power to
boom.
The vacuum boom shall have a heavy-duty flexible hose assembly joining the
NN
transition pipe to the debris body, and a 70 -degree elbow and 5-1/2' heavy duty
i\
hose at the suction end of the boom.
'Boom shall hydraulically telescope 8' and rotate 180 degrees and shall be operated
by an electric over hydraulic system. Lift and swing movements shall be actuated
by h draulic cylinders.
Horizontal box beam boom and vacuum tube shall be fixed length from transition to
y
steel elbow.
'\
The horizontal inner steel vacuum tube and inner box beam boom section shall
telescope (tube within tube, box beam within box beam) and retracts minimum of
8' without affecting the vertical position of the pick-up tubes, and shall be located at
!,
the front work station in Its retracted position, providing 277" minimum reach off the
-
_
longitudinal axis of unit.
Boom shall be fully controlled by a remote push button pendant control station with
25 ft. cable. Controls to include up / down, left/ right, in / out boom functions,
vacuum relief, e -stop and main power switch.
A joystick for hydraulic control of the boom shall be installed on hose reel front panel. X
17
A detailed engineering drawing must be supplied showing the relationship of the
hose reel in relation with the vacuum boom range of motion. Drawing shall show
module mounted on chassis, full are of vacuum hose both retracted and extended,
full rotation of arc for hose reel in the extended position and dimension all arc
lengths of vacuum boom retracted and extended. Drawing shall highlight
Intersection areas whereby combination cleaning is possible (within full arc
on telescoping boomsystem).
Exceptions:
WATER PUMP AND DRIVE:
For most efficient use of horsepower and reduced fuel consumption, high pressure
rodder pump shall be hydraulically driven via (1) toad sensing utility pump, (1),
variable displacement pump and (1) fixed displacement pump
Hydraulic powered rodder pump via twin variable displacement hydraulic pumps
and (1) fixed displacement utilizing (2) 10 -bolt PTO's.
High pressure water pump shall be rated capable of continuous delivery of 60 GPM
at 2500 PSI (submit manufacturer support documentation).
High-pressure water (rodder) pump system shall allow front -mounted controls for
operation of three modes: (1) Low flow range 0-22 gpm; (2) medium -flow range, 22-
40 gpm / 2500 -;psi; and (3) High-flow range: 40 up to 60 gpm / 2500 psi.
Digital flow meter shall be displayed in front LCD display. Flow meter shall be
capable of displaying system flow in all pump operating modes. In addition, a low
),/
water alarm shall be provided.
Variable flow systems routing water back -to -tank are not considered equal due to
additional wear, horsepower and fuel consumption. Any deviation from this drive
Y
requirement should have full explanation of horsepower consumption,
Water (rodder) pump shall include smooth and pulsation operation mode feature.
When required to assist nozzle breaking through obstructions, water pump
"pulsation mode" shall provide a forward -acting nozzle surge. Pulsation surge wave
X
shall allow nozzle to punch forward 2" to 18" depending on flow dynamics and
length of hose in sewer pipe.
Explanation of forward -acting pulsation method shall be submitted with bid or
explained below:
Water pump location shall provide a floodedravi suction inlet to eliminate
potential cavitation damage.
}c
The water pump shall provide precise 0-60 GPM controlled flow at variable
pressure up to 2500 PSI.
Y
An extreme cold weather recirculation system - minimum 25 GPM via transmission
PTO at chassis engine idle speed.
A hydro -pneumatic nitrogen charged accumulator system shall be provided with all
control valves, piping and hoses for either continuous flow or jackhammer rodding.
}(
Accumulator shall be a 2.5 gallon capacity and 1400 to 2500 PSI pressure rating.
Two (2) 1/2" high pressure ball valves shall be provided for draining the water pump
and flushing sediment from the bottom of the pump.
18
A nozzle: rack accommodating (3) nozzles shall be provided in curbside toolbox.
The nozzles shall be labeled on storage rack for pipe sizelflow and application.
Y
System shall be relieved to protect operator.
>l
Handgun shall be supplied that allows for changing of flow pattern from a fine mist
to a steady stream,
Handgun shalt come equipped with quick•connect couplers.
An additional 1" water relief valve shall be -provided.
A mid -ship quick disconnect handgun couplers shall be provided.
Hydro -Excavation Package 1 Retractable Reel with 50'x 818" Hose, Hydroexcavation
Handgun and Plumbing. Water system shall allow precise variable flow control range of 0-
22 GPM at 2500 PSI with digital flow meter in clear view of adjustment control:
x
A water pump hour meter shall be provided.
X
Exceptions:
HOSE REEL:
Hose reel assembly shall be direct frame mounted. Hose reel shall hydraulically
extend 15" on a straight line from the bumper of the truck. Hose reel shall pivot
270 de tees in 2 de tee increments.
X
Hose reel assembly shall be mounted on an independent frame that can be removed from
attached permanently to front of main truck frame members:
Ybrackets
19
Reel will be manufactured out of 1/4" spun steel for added structural strength and
shall require no internal or external reinforcements that could damage rodder hose.
Hose reel shall be driven by^adjustabie gear reduction chain and sprocket
assembly.
k
Hose reel shall operate at full rotational speed while chassis engine is at idle.
k
60V x 3/4" Aeroquip Sewer Hose/250or Psi shall be provided
An adjustable/indexing automatic hose level wind shall scrolldevice shall be
supplied, An air -cylinder actuated pinch -roller shall exert downward pressure
across full width of reeltoretain hose on reel when encountering nozzle blockages.
--K—hose
footage counter shall be supplied to indicate the amount of hose travel
within i e.
u
Digital footage counter displaying absolute and relative footage values shall be
provided. System must be capable of resetting relative value to ensure operator
safe!y,
X
AccuracyTo Within One Percent Of Actual Distance
k
lar a Easy To Read Led Screen
Lar a Keypad With Seated Membrane Switches That Are Easily Activated
Nema-4 Moisture Sealed Enclosure
Solid State Circuitry
Dimensions: 5 5/8" X 3 3/8" X 3/16"
LCD Display Area: 30" X 2.2"
Nozzle rack storage for (3) nozzles shall be provided in curbside toolbox.
1(
Exceptions:
20
21
A spring retractable storage reel for handgun hose shall be provided to allow the
operator to deliver water to area served by pick up hose and to the inside of the
debris body for clean out. Reel shall be mounted midship on curbside, equipped
}(
with 1/2" x 50'20,00 psi hose. An additional 35' of 1/2" hose with quick disconnect
couplers shall be supplied loose.
A handgun with 1/2" x 35' hose shall be provided at mid -ship to which allow the
operator to deliver water to area served by pick up hose andto the inside of the
debris body for clean out.
Hand sprayer with adjustable spray -pattern to be provided with tri2ger-style gun.
Exceptions:
FRONT OPERATING STATION AND CONTROLS:
Primary operator station will be located at front of truck on right curb side of hose
reel.
All front operator controls shall be accessible while operatingeither front and rear
side of reel assembly. All operations to either side of unit shall position operator in
X
front of vehicle affording protection from oncoming traffic.
Station shall include truck engine throttle, water pump (on/off), water pump mode,
water pump flow meter, hose reel control valve (forward / reverse), adjustable hose
reel speed control, oil dampened water pressure gauge, boom controls, digital
water pump flow meter, and low water warning light.
Tachometer and hour meter for chassis engine provided at front control station
shall be provided.
Tachometer and hour meter for auxiliary engine provided at front control station
shall be provided.
X
All Hydraulic Functions - Color Coded, Sealed Electric/Hydraulic Nema 4 switches
x
shall be provided.
Fan EngagementNacuum Relief - Sealed Electric/Air Nema 4 Switch shall be
provided.
Water pump hour meter shall be provided.
of
A temperature light and alarm shall be provided. Light and alarm will be activated
X
when hydraulic temperature reaches 180" F.
Exceptions:
ELECTRICAL & SAFETY LIGHTING:
The entire system shall be vapor sealed to eliminate moisture damage, "Nema-4"
�l
type or equal.
21
Vansco Electronic Package: Chassis Tachometer, Auxiliary Engine Tachometer,
Operating Mode, PTO Mode, Hydraulic Oil Temperature shutdown, and E -Stop
shall be included. E -Stop activation must tum off rodder pump, shutdown PTO A &
B, set chassis throttle to idle, & open vacuum relief. E -stop must be located at
each operator interface; including front/rear hose reel controls, pendant control, &
dump control location. Basic machine functions and both chassis and module
diagnostics shall be provided.
All electrical connections shall be void of exposed wires or terminals nor should
X
they be painted. Paint process shall be completed prior to installation of wiring.
All wiring shall be color -coded and encased in conduit to scaled terminal boxes with
circuit breakers.
K
All light bulbs shall be shock mounted to eliminate bulb failure.
All other lights re uired by State and Federal Laws.
X
Two-piece directional LED 16 -strobe -light arrow board shall be mounted on rear
X
door of debris body, with controls mounted in cab.
A pistol griphand light with bumper plug and 25' coiled cord shall be provided.
�(
1) Hose reel manhole work lights shall be provided.
2) L.E.D. Boom work lights shall be provided.
X
FS DOT 3 - 6 Light System -Federal Signal Mirror Mount Strobes, 2 Mid -Ship, 2
X
Rear Water Mounted Oval Led Quad Flash Strobes shall be provided.
Led Li hts, Clearance, Sto ,Tail &Turn shall be rovided.
X
Cab mounted strobe light with guard.
X
Exceptions:
SAFETY EQUIPMENT:
E -stop shall be located at each operator interface location. Standard locations to
include: front hose reel, mid -ship curbside dump controls, & wireless controller (if
X
equipped.)
Electrical system controls shall be configured to allow for single point operation
only. Upon engagement of controls at specified locations, additional controls shall
Y
be disabled.
1 Emergency Flare Kit
X
1 5# Fire Extinguisher
X
Exceptions:
SEWER TOOLS AND ACCESSORIES:
(1) 30° Sand Nozzle
(1) 30° Sanitary Nozzle
X
(1) 150 Penetrator Nozzle
K
(1) 1" Small finned nozzle pipe skid
a(
The unit shave have a 12 -volt controlled water heater rated at a minimum of 400,000 BTU
to heat the water tank. The heater shall have a no -flow or high temperature burner shut
X
down, a dial type thermostat for the temperature control, a pressure gauge on the inlet
heater and a LED temperature gauge on the outlet heater.
See Skpc A_ 1(3,
22
Exceptions: See S�,uf (g. �F ana (ds t- kr y60600 4%ftcr
VACUUM TOOLS AND ACCESSORIES:
The basic vacuum tube package shall include the following:
(1) 8" x T aluminum pipe
Y
(2) 8" x 5' aluminum pipe
_
(1) 8" x 6'6" catch basin tube
X
(4) 8" quick clamps
Exceptions:
CHASSIS EQUIPMENT AND STORAGE:
Two 2 front tow hooks shall be provided,
Two 2 rear tow hooks shall be provided.
X
In cab camera system allowing operator to see front and rear of chassis.
48"W x 20"H x 12"D Toolbox.
Front Bumper mounted Qty (2) 16" x 12" x 18" tool boxes with LED side marker
lights.
X
Safety cone storage rack
�(
Bid Amount $ _ 14 ` (jd 0
Trade•InOption $ i AC,b t?
Total Bid Amount $ I ti , 000
23
CITY CLERK
CITY OF LAUREL
P. 0. BOX. 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 1
This contact includes the following Standard Terms and Conditions and includes, but is
not limited to, the Invitation to Bid, Call for Sealed Bids, Specifications, Forms of Agreement,
Instruction to Bidders, and Form of Proposal.
The contractor will not be liable for any delay in furnishing or failure to famish service
due to fire, flood, strike, lockout, dispute with workmen, act of God, or any cause beyond
reasonable control.
In case of default by the successful bidder or failure to deliver the goods or services
within the time specified, the City Purchasing Authority, after written notice, may procure them
from other sources and hold contractor responsible for excess costs occasioned thereby.
The specifications attached to the instructions to bidders establish a standard of quality
desired by the City of Laurel. Any bidder may submit quotations on any article, which
substantially complies with these specifications as to quality, workmanship and service. The
City of Laurel reserves the right to make its selection of materials or services purchased, based
on its bestjudgment as to which articles substantially, comply with the requirements of the
specifications.
No alteration in any of the terms, conditions, delivery, quality, or specifications will be
effective without prior written consent of the City of Laurel.
No exception to delivery or service dates shall be allowed unless prior written approval is
first obtained for the City of Laurel.
All payments to the contractor shall be remitted by mail. The City shall not honor drafts,
nor accept goods on a sight draft basis. Furthermore, the provisions or monies due under this
contract shall not be assignable unless prior written approval is first obtained from the City of
Laurel.
All goods, materials or services purchased herein are subject to approval by the City of
Laurel. Any rejections of services, goods or materials, whether held by the City or returned, will
be at the contractor's risk and expense.
The contractor agrees to assume all expense, protect and hold harmless the City, its
officers, agents and employees against all claims and expense including, but not limited to, suits
or proceedings for patent, trademark, copyright, or franchise infringement arising from the
purchase, installation or use of the goods, material or services purchased herein.
The contractor further agrees to assume all expenses and damages arising from such
claim, suits or proceedings.
24
CITY CLERK
CITY OF LAUREL
P. 0. BOX to
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PACE 2
Contractor agrees that the waiver, acceptance, or failure by the City to enforce any
provisions, terms, or conditions of this contract shall not operate or be construed as a waiver of
prior or subsequent breaches or the right of the City to thereafter enforce such provisions.
The contractor warrants all articles supplied under this contract conform to specification
herein. The contractor will deliver a warranty stating that articles supplied under the contract are
fit and sufficient for the purpose manufactured, merchantable, and free from defects.
In the event the City is entitled to a prompt payment or cash discount the period of
computation shall commence on the date of delivery, or receipt of correctly completed invoices,
whichever is later, If an adjustment in payment is necessary, the discount period shall
commence on the date final approval for payment is authorized.
The contractor agrees not to be discriminate against any client employee or applicant for`
employment or for services, because of race, creed; color, national origin, sex or age with regard
to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment
advertising; layoffs and termination; rates of pay or other forms of compensation; selection for
training; rendition of services. It is further understood that any contractor who is in violation of
this shall be barred forthwith from receiving awards of any purchase order for the City unless a
satisfactory showing is made that discriminatory practices have terminated and that a
reoccurrence of such acts are unlikely.
The City reserves the right to cancel and terminate this contract forthwith upon giving
thirty (30) days written notice to the contractor. (This provision does not apply to the purchase
of materials and equipment. A purchase order for materials and equipment is a binding
contract;)
Contractor agrees that in the event suit is instituted by the City for any default on the part
of the contractor, he shall pay to the City all costs and expenses expended or incurred by the City
in connection therewith, and reasonable attorney fees.
Where applicable, possible or required, bidder is required to submit descriptive literature,
sample material, design sketches and detailed shop drawings. Failure to submit required items
may result in rejection of the bid or termination of contract.
The successful bidder may not make any advertising or sale use of the fact contract items
are being used by purchaser and other approved agencies, under penalty of contract termination.
The Advertisement for Bids, the accepted Proposal, and the specifications, together form
the contract and they fully act as if hereto attached or herein repeated.
25
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD "BERMS AND CONDITIONS —PAGE 3
This contract shall be governed by and construed in accordance with the.laws of the State
of Montana.
The contractor may not assign or subcontract the agreement or the right to receive
reasonable performance of any act called for by the contract shall be deemed waived by a waiver
by City of a breach thereof as to any particular transaction or occurrence.
Regardless of FOB point contractor agrees to bear all risks of loss, injury, or destruction
of goods and materials ordered herein and such loss, injury, or destruction shall not release
contractor from any obligation hereunder.
END: STANDARD TERMS AND CONDITIONS
26
CITY CLERK
CITY OF LAUREL
P.O. BOX 10
LAUREL, MONTANA 59044
INVITATION TO BID
RETURN TO: City Clerk, City of Laurel, P.O. Box 10, Laurel, Montana 59044
Please bid net prices at which you will agree to furnish required services. To receive
consideration, this form must be signed in full by a responsible, authorized agent, office,
employee or representative of your firm.
BID ITEM: 2022 (OR NEWER) SINGLE-ENGINE COMBINATION SEWER AND
CATCH BASIN CLEANER WITH A POSITIVE DISPLACEMENT BLOWER
VACUUM SYSTEM MOUNTED ON A HEAVY DUTY CHASSIS WITH
OPTIONAL TRADE-IN OF A 2012 VACTOR JET RODDER.
Enter full Company Name and Address
I ; m Ma, 4: tie;
17 -1B cold yyJai l
RM'.6 ( s I'm S °1 l 0
CONDITIONS AGREEMENT
We have read and agree to the conditions and stipulations contained herein and to the
Standard Terms and Conditions contained on the attached.
We further agree to furnish the services specified at the prices stated herein, to be
delivered to the location and that date set forth herein.
q� /"4,
Signature
& v1,Qrd �a uyIy Q `A �Q cr1 h, flJl
Title
kc.,evnjvA I , ') 0 a l
Date
27
END: INVITATION TO BID
CITY CLERK
CITY OF LAUREL.
P. O. BOX 10
LAUREL, MONTANA 59044
FORM OF AGREEMENT — PAGE 1
AGREEMENT, made on the Q0 day of 021, by and between
the City of Laurel and % rp d2;;2i7C 1)'ne'r4P
WITNESSTH that the above named company and the City of Laurel, for consideration,
hereinafter name agree as follows:
SCOPE OF OPERATION: The contractor shall provide material and equipment, perform the
work and do everything required by the specifications entitled:
CONTRACT SPECIFICATION: 2022 (OR NEWER) SINGLE ENGINE
COMBINATION SEWER AND CATCH BASIN CLEANER WITH A POSITIVE
DISPLACEMENT BLOWER VACUUM SYSTEM MOUNTED ON A HEAVY
DUTY CHASSIS WITH OPTIONAL TRADE-IN OF A 2012 VACTOR JET
RODDER.
TIME OF COMPLETION: Delivery of goods, equipment, and/or services shall be expected
within thirty (30) days of the award of bid.
FOLLOWING IS AN ENUMERATION OF THE CONTRACT BID
Intent and Scope of Operation
Call for Scaled Bids: Notice to Bidders
(Bid Bond/Performance Bond)
Instructions to Bidders
Contract Specifications
Standard Terms and Conditions
Invitation to Bid
Form of Agreement
Form of Proposal (Bid Proposal)
IN WITNESS WHEREOF, the parties hereto have executed this agreement to day and
year above written.
Contractor
28
By:
Title
FORM OF AGREEMENT — PAGE 2
CITY OF LAUREL
ray---
-�MAYOR
ATTEST:0
i 9—
p,11"
Approved as to form
CITY CLERK
CITY OF LAUREL
P. 0. BOX 10
LAUREL, MONTANA 59044
END: FORM OF AGREEMENT
29
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
FORM OF PROPOSAL (BID PROPOSAL)
The undersigned hereby submits the following proposal: Having carefully
examined the specifications entitled CONTRACT SPECIFICATIONS: 2022 (OR
NEWER) SINGLE-ENGINE COMBINATION SEWER AND CATCH BASIN
CLEANER WITH A POSITIVE DISPLACEMENT BLOWER VACUUM
SYSTEM MOUNTED ON A HEAVY DUTY CHASSIS WITH OPTIONAL
TRADE-IN OF A 2012 VACTOR JET RODDER for the City of Laure Public Works
Department, as well as all other conditions affecting the bid, the undersigned proposes to
furnish all equipment and services necessary to complete the work required.
AO u Qf+trc 5 arr;ve S
Time and Dale of Delivery
2022 (OR NEWER) SINGLE-ENGINE COMBINATION SEWER AND CATCH
BASIN CLEANER WITH A POSITIVE DISPLACEMENT BLOWER VACUUM
SYSTEM MOUNTED ON A HEAVY-DUTY CHASSIS WITH OPTIONAL
TRADE-IN OF A 2012 VACTOR JET RODDER.
Optional Trade In*: $ (� $f p v 0
Net FOB Laurel, Montana U, n o 6
* 2012 Vactor Jet Rodder may be seen at the Laurel Maintenance Shop located at 20 S. 70,
Avenue, Laurel, Montana between the hours of 7:30 am and 3:00 pm Monday — Friday.
By //1�a
Title l`,2mCt p fLIJIl130�Q° JQQ'itl UUI�
Company (li�lll IVLQI;vUYId�� ��e.
Date L 9&,yn ) I � 2)Ac;2j
30
END: FORM OF PROPOSAL (BID PROPOSAL)
31
SHEET 1A: As per your bid description we have bid a PD
unit not a fan unit. The spec in the packet is fully
describing a Fan unit. Below is our specs for the PD unit
that is titled at the beginning of the packet.
Vacuum shall be provided by a positive displacement rotary lobe type blower driven via chassis
engine and heavy duty s lit transfer case direct to the blower.
Interlock safety system shall prevent drive axle from engaging,
horizontal silencer with rain capshall exhaust above the cab.
blower tachometer /hour meter shall be provided and displayed digitally on front control
Green.
For most efficient use of horsepower and fuel consumption, fug vacuum and/or combination
operation shall be approximately 1750 RPM of chassis drive engine.
Slower shall be driven by the chassis engine and shall produce inlet volume of 4500 cfrn @ 0" hg
2250 rpm, and 3490 cfm @ 18" hg @ 2250 rpm vacuum (Roots 824RCS 18 or equal). Drive
engine not to exceed 1780 RPM.
For added protection, the vacuum system shall have three (3) relief valves set at 18" hg, heavy
duty horizontal mounted noise muffler, removable and cleanable stainless steel filter screen, and
hall be enclosed with a,steel cage guard for safe
Transfer case shag be activated by air via a one touch control located In cab with animated
confirmation on screen.
Blower shall be driven from chassis engine via the transmission drive shafts and heavy duty split
haft transfer case direct to blower, engagement via one touch control on front control panel.
Blower shall be provided with a horizontal silencer with exhaust above the cab and rain cap
protecting the silencer from rain water.
Blower shall draw air from two 2 separate ports In the debris .body.
Hydraulic shutoff valves shall be provided at the suction, return and filter lines to permit servicing
f the hydraulic system.
Ball valve drains shall be provided for both the final filter and silencer to be able to drain any
ar over that comes from the debris body.
SHEET 1B- Per our conversation with Matt we did not want to
put a Hotsy 400,000 BTU water tank heater on unit. This will
be EXTRA cost of $22,000 for theheater. It would also limit
our water capacity to 1300 gallons.
�,jk41 4uw-C- I
October 8, 2021
To Whom It May Concern:
This is to certify, as manufacturer of the pump bid herein on the Vactor 2I00i Series, that the
following statements are true and correct:
The pump is rated for 100 GPM and 3000 PSI.
The pump will deliver 80 GPM Q 2500 PSI continuous duty.
The pump will have a constantly flooded suction inlet due to the mounted location being
installed below 100% of the water supply.
The mounting location of the pump has our full application approval.
As a function of a slow stroke speed, the pump can be run dry for a period of 30 minutes at
full operating RPM, without incurring damage.
The Water Pump is covered under our standard 2 year warranty regardless of the fresh
water source used. (i.e. fresh water pond, irrigation system, debris body interconnect, etc.)
Sincerely,
I=
Jared Bippel
Product Manger
VACTOR
1621 South Illinois Street Streator, Illinois 61364 (815) 672-3171 Phone (815) 672-2779 Fax
LIMITED WARRANTY
Limited Warranty. Each machine manufactured by V ACTOR MANUFACTURING (or, 'the Company") is warranted against defects in material and workmanship fora
period of 12 months, provided the machine is used in a normal and reasonable manner and in accordance with all operating, maintenance and safety instructions. In addition,
certain machines and components of certain machines have extended warranties as set forth below. If sold to an end user, the applicable warranty period commences from the
date of delivery to the end user. If used for rental purposes, the applicable warramy period commences from the date the machine is firstmade available for rental by the
Company or its representative. This limited warranty may be enforced by any subsequent transferee during the warranty period. This limited warranty is the sole and
exclusive warranty given by the Company.
STANDARD EXTENDED WARRANTIES (Total Warranty Duration)
2100 Series, HXX Series and letters 10 years against water tank leakage due to corrosion. nonMettalic water tanks
are covered for 5 yrs against any factory defect in material or workmanship.
2100 Series, HXX Series and Guzzler only 5 years against leakage of debris tank, centrifugal compressor or housing due to
rust -through.
2100 Series and Jeuers 2 years - Vactor Rodder Pump
Exclusive Remedy. Should any warranted product fail during the warranty period, the Company will cause to be repaired or replaced, as the Company may elect, any pan or
parts of such machine that. the Company's examination discloses to be defective in material or factory workmanship. Repairs or replacements are to be made at the selling
Company's authorized dealer's or distributor's location or at other locations approved by the Company. In 1 ieu of repair or replacement, the Company may elect, at its sole
discretion, to refund the purchase price of any product deemed defective. The foregoing remedies shall be the sole and exclusive remedies of any party making avalid
warranty claim.
This Limited Warranty shall not apply to (and the Company shall not be responsible for):
I. Major components or trade accessories that have a separate warranty from their original manufacturer, such as, but not limited to, tracks and truck chassis, engines,
hydraulic pumps and motors, tires and batteries.
2. Normal adjustments and maintenance services.
3. Normal wear pans such as, but not limited to, oils, fluids, vacuum hose, light bulbs,. fuses and gaskets.
4. Failures resulting from the machine being operated in amanner or for a purpose not recommended or not in accordance with operating, maintenance or safety instructions
by the Company.
S. Repairs, modifications or alterations without the express written consent of the Company, which in the Company's sole judgment, have adversely affected the machine's
stability, operation or reliability as originally designed and manufactured.
6. Items subject to misuse, negligence, accident of improper maintenance.
*NOTE* The use in the product of any pan other than parts approved by the Company may invalidate this warranty. The Company reserves the right to determine, in its sole
discretion, if the use of non -approved parts operates to invalidate the warranty. Nothing contained in this warranty shall make the Company liable for loss, injury, or damage
of any kind to any person or entity resulting from any defect or failure in the machine.
THIS WARRANTY SHALL BE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, AND TO THE EXTENT PERMITTED, CONFERRED BY
STATUTE, INCLUDING WITHOUT LIMITATION, ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR. PURPOSE, OR
ANY WARRANTY AGAINST FAILURE OF ITS ESSENTIAL PURPOSE, ALL OF WHICH ARE DISCLAIMED.
This warranty is in lieu of all other obligations or liabilities, contractual and otherwise, on the part of the Company. For the avoidance of doubt. the Company shall not be
liable for any indirect, special, incidental or consequential damages, including, but not limited to, loss of use or lost profits. The Company makes no representation that the
machine has the capacity to perform any functions other than as contained in the Company's written literature, catalogs or specifications accompanying delivery of the
machine. No person or affiliated company representative is authorized to alter the terms of this warranty, to give any other warranties or to assume any other liability on
behalf of the Company in connection with the sale, servicing or repair of any machine manufactured by the Company. Any legal action based hereon must be commenced
within eighteen (18) months of the event or facts giving rise to such action.
The Company reserves the right to make design changes or improvements in its products without imposing any obligation upon itself to change or improve previously
manufactured products.
Quote Number. 202142347 1 of 4
VACTOR MANUFACTURING
EE
1621 S. Illinois Street
Streator, IL 61364
Quo(c Numbe . 202142347 2 of 4
a
TERMS AND CONDITIONS
ORDERS: All orders are subject to acceptance by Vector Manufacturing, SKETCHES, ENGINEERING DRAWINGS, MODELS and all
Inc. or Guider Manufacturing, Inc. (hereafter referred to as Victor). Orders preparatory work created or famished by Vactor, shall remain its exclusive
for products not normally carried in stock or requiring special engineering or property; and no use of same shall be made nor may ideas obtained therefrom
manufacturing is in every case subject to approval by Vactor's Management. be used except with the consent of and on terms acceptable to Vactor.
PRICES: All orders are subject to current prices in effect at the time of order
acknowledgment
F.O.B. POINT: Unless otherwise stated, all prices listed are F.O.B. factory.
PAYMENT TERMS:. The company's payment terms are due upon receipt,
unless otherwise stated. However, until such time as Vactor receives full
payment, Vactor shall maintain a purchase money security interest in the
product.
CANCELLATION: Orders cannot be cancelled except upon terms that will
compensate Vactor for any loss or damage sustained. Such toss will be a
minimum of 10% of the purchase price.
SHIPMENT: All proposals are based on continuous anduninterrupted
delivery of the order upon completion, unless specifications distinctly state
otherwise. In theevent that agreement is reached for Vactor to store
completed items, they will be immediately invoiced to the customer and
become due and payable. Storage shall be at the risk of the customer and
Vactor shall be liable only for ordinary care of the property.
STORAGE CHARGES: Vactor shall charge the customer at current rates
for handling and storing customer's property (e.g. truck chassis) held for more
than thirty (30) days after notification of availability for shipment. All
customer's property, or third party's property, that is stored by Vactor is at the
customer's or other party's risk. Vactor is not liable for any loss or damage
thereto caused by fire, water, corrosion, theft, negligence, or any cause beyond
its reasonable control.
PERFORMANCE: Vactor shall not be liable for failure to complete the
contract in accordance with its terms if failure is due to wars, strikes, fires,
floods, accidents, delays in transportation or other causes beyond its
reasonable control.
EXPERIMENTAL WORK: Work performed at customer's request such as
sketches, drawings, design, testing, fabrication and materials shall be charged
at current rates.
TAXES: Buyer's final cost shall include all applicable sales and use taxes,
including all sales and use taxes attributable to any changes made to Buyer's
initial order placed hereunder or to any changes to applicable sales and use tar
laws. However, Vactor Manufacturing, Inc. shall be responsible for Federal
Excise Tae (F.E.T.) unless it is separately stated on the invoice and added to
the selling price, if F.E.T. is not separately stated on the invoice it has not
been included in the price and Vactor will pay any F.E.T. due itself and bear
the cost of the tax. Any refunds or adjustments to F.E.T. in such cases belong
to Vactor.
PRODUCT IMPROVEMENT: Vactor reserves the right to change
manufacturing specifications and procedure in accordance with its product
improvement policy.
MOUNTING PRICES: Mounting prices assume normal factory installation
on a truck chassis suitable forthe unit purchased. Relocation of batteries, fuel
tanks, mufflers, air tanks, etc. will be an additional charge, billed at the
standard factory labor rate.
WARRANTY: Vactor warrants its products to be free from defects in
material and workmanship for a period of 12 months, subject to the limitations
and conditions set forth in its current published warranty. Other than those
expressly stated herein. THERE ARE NOT OTHER WARRANTIES OF
ANY KIND EXPRESS OR IMPLIED, AND SPECIFICALLY EXCLUDED
BUT NOT BY WAY OF LIMITATION, ARE THE IMPLIED
WARRANTIES OF FITNESS FOR PARTICULAR PURPOSE AND
MERCHANTABILITY.
IT IS UNDERSTOOD AND AGREE THE VACTOWS LIABILITY
WHETHER IN CONTRACT, IN TORT, UNDER ANY WARRANTY IN
NEGLIGENCE OR OTHERWISE SHALL NOT EXCEED THE
RETURN OF THE AMOUNT OF THE PURCHASE PRICE PAID BY
THE PURCHASER AND UNDER NO CIRCUMSTANCES SHALL
VACTOR BE LIABLE FOR SPECIAL, INDIRECT, INCIDENTAL OR
CONSEQUENTIAL DAMAGES. THE PRICES STATED FOR THE
EQUIPMENT IS A CONSIDERATION IN LIMITING VACTOR'S
LIABILITY. NO ACTION REGARDLESS OF FORM, ARISING OUT
OF THE TRANSACTION OF THE AGREEMENT MAY BE
Quote Number: 2021-42347 3 of 4
TERMS AND CONDITIONS
BROUGHT BY PURCHASER MORE THAN ONE YEAR AFTER THE
CAUSE OF ACTION HAS OCCURRED.
VACTOR'S MAXIMUM LIABILITY SHALL NOT EXCEED AND
BUYER'S REMEDY IS LIMITED TO EITHER (I) REPAIR OR
REPLACEMENT OF THE DEFECTIVE PART OF PRODUCT, OR AT
VACtOR'S OPTION (H) RETURN OF THE PRODUCT AND REFUND
OF THE PURCHASE PRICE AND SUCH REMEDY SHALL BE
BUYER'S ENTIRE AND EXCLUSIVE REMEDY.
CHOICE OF LAW: These terms and conditions shall be construed according
to the laws of the State of Illinois. Failure at anytime by Vector to exercise
any of its rights under this agreement shall not constitute a waiver-thercof nor
prejudice Vactot's right to enforce it thereafter.
COMPLETE AGREEMENT: These terms and conditions, contain the
complete and final agreement between the parties hereto and no other
agreement in any way modifying any of these terms and conditions will be
binding on Vector unless in writing and agreed to by an authorized
representative of Vactor. All proposed terms included in Buyer's purchase
order or other standard contracting documents are expressly rejected.
I agree with the above terms and conditions:
Date:
Quote Number: 2021-42347 . 4 of 4
INTERNATIONAL' WetahtSummary October 20, 2021
2029 HV607 SBA (HV607)
Graphics are provided as visual aids only and are not intended to represent the actual scale, shape, or color of the truck or its components.
All weights are represented in lbs.
Truck
Bumper to Axid
(BA) 40.2
Wheelbase
(WB)262.00
Axle to Frame
(AF) 71,00
Axle to Bade Cab
(ABC) 67.1
Cab to Axle
(CA) 194.9
Usable CA
194.9
CA Reduction Adjustment
0.00
Fuel-Diesel(Gals)
0
DEF(Gals)
0
BodylTraller ChassislEmpty Weights
Body Length (BL) N/A Tractor Front Axle: 9,047
Tractor Rear Axle: 8.071
Payloads
Before the Cab Cab ChassisBddy After the Body
d Weight CG a Weight CG p Weight CG 0 Wetght CG N Weight CG
1 0 1
Loads
Payload Weight 0
Driver. 0
Fuel-Olesel(Lbs): 0
DEF(Lbs): 0
Welaht Distribu0on
Total Front Axle: 9,047
Total RearAxle: 8,071
Total Weight: 17,118
Weights and clearances in this proposal are estimates only. Navistar, Inc. is not liable for any consequences resulting
from any differences between the estimated weights and clearances and the actual manufactured weights and clearances.
Proposal: 44969-02
INTERNATIONAL' weight Summary
2023 HV60T SBA (HV607)
Welaht Distribution
All weights are represented in lbs.
Truck
Chassis Weight
Front Rear Total
Chassis Weight:
9.047 8,071 17,118
Fuel:
0 0 0
DEF:
0 0 0
(Curb Weight): 9047 8,071 17,118
L40$8
Payloads:
0 0 0
Driver
0 0 0
Axle Totals (Gross Weight): 9,047 8,071 17,118
Weight Ratings
Truck
Front Rear
Axle(axle capacity)
20,000 46,000
The(8re capacity)
22,800 46,720
Suspension(suspension capacity) 20,000 46,000
Spring: 0
Fed Bridge Law (axle spread): 20,000 34,000
1841
Wheel Combination Load- Limit
1 - 3 17,118 64,000
Federal Total Vehicle Weight Limit: 80,000
Maximum Gross Vehicle Weight Rating (GVWR) 66,000 -Gross Vehicle Weight(GVW) 17,118.48,882 Reserves
Weight Summary
Distributed weights are within capacity limits
October 20, 2021
9 Proposal: 4498902
INTERNATIONAL' Tumina Radius Summary October 20, 2021
2023 HV607 SBA (HV607)
TR CQ
al
C. 16.96. CI:® u' t"
CH- TR: +d. T TW 16.60
Series: HV
Model: HV607
Description: HV607 SBA
Model Year: 2023
cmcutaaon rectors
Radius • Curb View
- Curb Contact Length:
Wheelbase:
262
Front Aide:
0002ARY
Description:
AXLE, FRONTNON-DRMNG, (Meritor MFS -20-133A)
41'1"
Wide Track. l•Beam Type, 20,0004b Capacity
Front Wheel:
0027DBA
Description:
r'
40'4"
Rims, Extra Polish Aluminum, 10 -Stud, 285.75mm BC, Hub -
• Tire Width:
Piloted. Flanged Nut. with Steel Hubs
YEI, P.
+ I
'
TIRES, 425165RZ2.5 Load Range L RAC 3
it
II
(CONTINENTAL), 465 rev/mile, 68 MPH, All -Position
Steering Gear.
000SPTB
Description:
a eto
'T.,.
'u%a'
I t
Bedfast
--�Ptleara,au
aCurb
41' t•
, I
it
�wae
Cbanno, R 6•
'i
I
I,
TR CQ
al
C. 16.96. CI:® u' t"
CH- TR: +d. T TW 16.60
Series: HV
Model: HV607
Description: HV607 SBA
Model Year: 2023
cmcutaaon rectors
Radius • Curb View
- Curb Contact Length:
Wheelbase:
262
Front Aide:
0002ARY
Description:
AXLE, FRONTNON-DRMNG, (Meritor MFS -20-133A)
41'1"
Wide Track. l•Beam Type, 20,0004b Capacity
Front Wheel:
0027DBA
Description:
WHEELS, FRONT, (Accurlde 29374)DISC; 22.502.25
40'4"
Rims, Extra Polish Aluminum, 10 -Stud, 285.75mm BC, Hub -
• Tire Width:
Piloted. Flanged Nut. with Steel Hubs
Front Tire:
07752665441
Description:
TIRES, 425165RZ2.5 Load Range L RAC 3
(CONTINENTAL), 465 rev/mile, 68 MPH, All -Position
Steering Gear.
000SPTB
Description:
STEERING GEAR, (2) (Sheppard M100tM80) Dual Power
Tumina Radius Statistics
General Information
Inside Turn Angle: 39 Degrees
Radial Overhang: 26
Axle Information
10ngPin Inclination: 6.25 Degrees
10ngPin Center. 71
Turning
C
Radius • Curb View
- Curb Contact Length:
16.96
Cl
• Curb Clearance Increment
8.59
CR
• Curb Clearance Radius:
41'1"
CH
• Curb Height:
6"
TR
• Turning Radius:
40'4"
1W
• Tire Width:
16.60
" All Measurements are in inches, unless otherwise specified.
This information is based on engineering information available at Ws time. Actual figures may vary. Navistar, Inc. cannot accept
liability for wnsequences due to this variance.
10 Proposal: 44959-02