Loading...
HomeMy Public PortalAbout151-2016 - Best Equipment - Vac Flush Truck.GIU.Mt., ORIGINAL THIS AGREEMENT made and entered into this I t day of OJ -�_r , 2016, and referred to as Contract No. 151-2016 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Best Equipment Co. Inc., 5550 Poindexter Drive, Indianapolis, IN 46235 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby agrees to lease from Contractor, and Contractor agrees to lease to City, for a period of five (5) years, one (1) Vac -Con V316 Vac/Flush Truck with said vehicle being more specifically described on Exhibit `B" attached hereto and incorporated by reference herein. The foregoing shall meet the requirements previously requested by the City which are set forth on the specifications sheet to which the Contractor has responded with said response being attached hereto as Exhibit "B". In consideration for this lease, with the price for the same being specifically described below, the City shall trade its 2002 International 7400 — DT 530 Flush/Vac Truck, in its current condition, to Contractor. At the expiration of the lease, the City shall have the option to purchase the vehicle as more particularly described below. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of one (1) typewritten page, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit "B", consisting of thirty-two (32) typewritten pages. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish and deliver the vehicle described on Exhibit `B" attached hereto as soon as is practically possible, but said deliver shall not exceed one hundred twenty (120) days from the receipt of the purchase order pertaining to this Agreement. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-1l(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION 11. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work relative to the delivery of the vehicle described herein. SECTION III. COMPENSATION City shall trade in its 2002 International 7400 — DT 530 Flush/Vac Truck to Contractor, in its present condition, of which Contractor agrees to waive any inspection, and pay Contractor the annual sum of thirty-nine thousand five hundred forty-two dollars and 00/100 ($39,542.00), plus 1 1 Page s „ �. ��,, ."` � 4 � w an annual maintenance cost of five thousand dollars and 00/100 ($5,000.00), for a total annual lease payment of forty-four thousand five hundred forty-two dollars and 00/100 ($44,542.00), in consideration for the Vehicle specifically described within the Exhibits attached hereto, inclusive of delivery. The City shall have the option to purchase the vehicle that is the subject of this lease agreement for the sum of one hundred ninety-seven thousand four hundred eighty dollars and 00/100 ($197,480.00). City shall notify Contractor, in writing, of its election to exercise this option to purchase prior to the expiration of the lease term should City desire to purchase the vehicle that is the subject of this Agreement. SECTION N. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue through the remainder of the lease term described above. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to City's remedies for the furnishing of a defective automobile. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, by specifying the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. 2 1 Page Coverage Limits A C. Q E Worker's Compensation & Statutory Disability Requirements Employer's Liability $100,000 Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or 3 1 Page public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5- 1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant. to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. 4 1 Page C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. [Signatures to Follow on Page 6] 5 1 Page "CITY" "CONTRACTOR" The City of Richmond, Indiana, by and through its Board of S itary Commissioners Sue MAler, President Dated: Member APPROVED: ow, Dated: / % — -0 1( G Best Equipment Co. Inc. By: /f (Printed): (i ES Title: W� Dated: 6 Page CONTRACT REQUEST FORM 1. Date contract needed (Clerk or agenda deadline): 11/08/2016 Date Submitted to Law*:l 1/0412016 2. Board/Cornmission that will approve contract Board of Sanitary Commissioners 3. Has bid been awarded? No Date awarded or expected: 11/8/2016 4. Is this a Common Construction Wage Project? NIA 5. Brief description of work to be performed or supplies to be furnished: I easing Richmond Sanitation Department 2017 Vac/Flush Truckwith Freightliner Chassis per Specifications 6. Name and address of Contractor to be retained: Best Equipment Co. Inc. 5550 Poindexter Drive Indianapolis. IN 46235 7. What method was used to request bids? (check one) Request for Proposals (RFP) Request for Quotes (RFQ) __ Bid Specifications State Quantity Purchase Agr. Bid (QPA) 8. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? Se,Qtember 29.2016 9. Date of Contractor's Response/Proposal/Bid. October 25.2016 ' 10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes - 11. In what office are the Bid Specif cations/RFP/Bid lists on file with the City? Sanitary District 12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what office is Contractor's response riled? 13. Amount to be, paid to Contractor $$44,542 00 each year for 5 years This includes Truck being traded in from Richmond Sanitary District and the Lease and Maintenance Term of Contract: from signing of contract until Delivery 14. Any other relevant information: Trade- In is a: 2002 International 7400 — DT 530, ViN: 1HTWDAR83JO664486 Vac -Con Model V309LHA Serial No. 12023298 I5. Submitted By: ,4aisax w&t Department: Sanitation March 2009 Exhibit A BID SHEET 2016 or Newer Vae/F1ush Truck Richmond Sanitary District, City of Richmond, Indiana Equipment Make and Model Number vac -con V316 Tx ade-in (To be picked -up by successful bidder): 2002 hitemational 7400 — DT 53 0 VIM: 11MVDAR83JO664486 Vac -Con Model—V309LHA Serial No. 12023298 Price to include all trade-in pickup, shipping, handling, delivery and set-up charges. Equipment to be delivered to the Richmond Wastewater Treatment Plant, 23 80 Liberty Avenue, Richmond, IN 47374. Provide pricing for 3, 4, & 5 year lease options: Amount of annual lease payment (including trade-in) Cost of annual maintenance contract 3YR 4YR SYR $48,912.0d 43,2262.nn/$39,.942-00 $ 5,000.Oq 5,000.00/$ 5,000.00 Per year per year per year Total Annual Cost $ 53, 912.Od 43, 262. 00/i,14, 542.00 (Equipment Lease and Maintenance) (To be awarded based on Total Combined Lease & Maintenance. Costs) (Above lease amounts should be based on the leasing company taking ownership of the truck at the end of the lease term) RSD reserves the right to purchase the track at the end of the lease term. The leasing company guarantees the following purchase prices: Bid will be good for 60 days. Estimate lead time for new e rpment: 90-120 Auth/461 Signature Charles PArsley Contact Person (print) Best Equipment Co., Inc. Company name 3YR 4YR SYR $ 233,385.00 /215,432.00 /$197,480.00 days after receipt of order October 21, 2016 Date 317-823-3050 Phone number Exhibit 0 New Leased Vac/Flush 'Truth for Richmond Sanitary District Maintenance shall include: gee Next Page Annual, Semi Annual and Quarterly Xnspections and Service on • Drive train • Transmission • Vac/Flush units Ckl l ' Please list what all your maintenance will include. Routine Maintenance shall be done by Richmond Sanitary District • oil & Filter Changes • Brakes • Tires • Lights • Wiper blades, Etc. Please list what you consider Routine Maintenance. 1 091 Ind/ana: 6550FiaindexferOrii� 1auapo/is, ludia�a46235 /3>7J 8233050 s /B00f 3722978 P lax/3f7182� 3080 F [] Ohio: 12359.4We1Rwo' A1hi11iRq attoil, Ohio 4df33 /40)237-35147# A&, J 923:2378+P farOM0,1237-9795 Pub/tc bfarks/ifunlclpat/Contracta/ equipment Spec/alisis " �� �� /y�` ���s Sa/es •Parts •Service •Leaki S WII 14,11 q selYirlq/r�diana, Oh/a, Ka✓�tuctry� Nest liirghlfa Best Maintenance �g-t� To include for annual inspections. We will be evaluating over all condition and will submit a report with recommendations and required repairs. Drive Train: Leaks, fluid levels, belts, u joints, axles, etc. Transmission: Leaks & fluid levels Vac/Flush Unit: Auxiliary engine, hydraulic system, hydrostatic system, water system, all adjustments to each system, and all adjustments to each system, and all required filter and fluid changes. Richmond Routine Maintenance Cleaning & washing entire unit and chassis. Greasing, fluid checks, and visual inspections on a daily, weekly, and monthly as per Vac -Con and chassis manuals. Tighten any loose fittings & fasteners. Jet hose repair and replacement All DOT required inspections Buy Back Guarantee Buy back price will be agreed to only with normal wear & tear and if recommended repairs and procedures are completed per inspection. Yeats deserve the BEST ® So/r0'41991e 0RecyC/iag p S11091Sryeepea 01i1ferraw'-0/0 ovgaas// Yar w.-SlaC0//ECirOn ® Sefe1-C/ea/7ers 0 cvcveybesfegoi, omenteo. cvir� ■ I 8PECIFICA`I'I-OM PROPOSAL Weight Walght Front Rear Refaii PrIc9 Data Code QssceipGoq - , - ""I --�- ', � .tt>b='. fitu��.•-h�=c;�4=, . �5=,- �tiY'-r{�.r'^:r'yitf<="':^-;.?%�"r"sri�i-;=.•�:3:i" xa r;�S-. '�„>� -�'f�`�`y3a�r "•�.. a �I "`t....v.n'-" '3:� : - z�. X.;.�.iiu3 tFi,zr PRL:13D SD PRL-13D (EFF:0212-7/iB) N/G F+..�g�^ kz';':h �,�2 _.a3_ J;f,. x'?7,<r'.,i,'yC:."$'� '•.Rti ,w :e,'�': _ �:�,.`,a'f`-fir, F�� , ,5.- iia:..y.:�»m d��. .;•.'�`R.t:, ,.s-.. ....,'•w+ t'-'F� "�,�?.e'�->'...�-+wc:..,=•- +-� �- �,•, talc DRT.:Doz SPECPROz1AATARELEASEVEROD2 _ _ r• ,r.;r .....,gip• .=;'�. �•ry�,:.�-,�, �^�J5°°" .r^.,�'i '3'^ ��^3.%C:F��.�Y_, .s';��S �F�z.:e,�3-'. .. n., ��`�:"�;.r �": Qb5.OD2 INT1�210R CONVENIENCE PACKAGE ��.�_ � _ E b��Th 1'14SQ O©fiIVEh�T101�tA CHASSIS 7,934 8,576 $4'217. 2.0 J7 A7Q17 Y6At SPGiF1GO . 9T17 :Ot)2d109 'SETS G7C Cht-'ROOK 48d 480 ' 01g-bD2 STRAIGHTTRUCI(PROVISION STD 0D3 001 LFi PRItJARY STEERING LOCATION f••-+n„{ro.'++.,�i:2"�.sKi -t{"gig,. �aic-3? STD tir F� . I1p1p��+]+]eTsl Cpys . ;=n. ..1.r'.5�:%•=FrC�'9.t�• $TD AA t-002 TRUCK CONFIGURATION AM-091 DoMICILED, USA 50 STATES (INCLUDING STD CALIFORNIA AND cARH oPT-IN STATES) A85-010 UTIUTYIREPfURfh9AINTENANGESERVICE N!C A84-1GM 0OVERNMTI#UQINESSSEGMENT EN N/C AM-OD2 LIQUID BULK COMMODITY NIC AA5-002 TERRAINIDUW, ,j(10% (ALL) OFTHE TIME, IN STD -TD TRANSIT,1$ SPENT ON PAYED ROADS AB1-008 MAXIMUM 8% EXPECTED GRADE STD AB&DD1 SMOTHOCONCREMORASPHALTPAV5MEKT� STD MOST SEVERE IN -TRANSIT (BETWEEN SITES) ROAD SURFACE 995-IAU FRmGMMER.SDVOCATTOAIALWARRAtM WIG A6659D ! --vf`t0l�7'•F1 L��$} LOAD 20000.0 Ihs r Pave 4 of 19 Data -Code Descilptlon VVEgsflt VUElyht Fronk Rear Retail Prtce A68-99D t,5q'��3 Rn_R t7fR1VE �1AXLE($) LOAD: 4GO65.10s A63-99D ;tXPEGT DGROSSVEHICLEINEIGHTCAPACITY fi8f3D0,D 1tSs Ti -mac _ Ai43`-U94' Sfi_W�jNIj1,�91_RIALVA_000M900Y ^-,.4•.T:e�.^.,f.`y'� u>a: '='SrF;..'a•.s:.s ys, - • a,} •s. �I rr- f t..' - }�s H. ' 1ti:l 2�IJ CU�l.1SL 379 FOP•, � 2O9�,F(PM; 2160 GOV RRM, 770 7gA-O65 65 MPH ROAD SPEED LIMIT 7913.000 (;RIJISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 791005 PTO MODE ENGINE RPM LIMIT - 900 RPM 79M 001 PTO MODEBRAKE OVERRIDE -SERVICE BRAISE APPLIED 70P-002- PT U RPM WITH ERUISE SET SWITCH-70D RPM 7,Q� OD3 PTO RF1M WITH CRUISE RESUME SWITCH -BOO RPM 7.9S•001 PTO MODE CANGELVEHICLE SPEED - 5 MPH 79Lt-00.7 PTO GOVERNOR RAMP RATE - 760 RPM PER SECOND - - - -- .... - - - - - - _ _ . 80G-OD2 _ ._... .. PTa Mf N1Ml[M RPIN - 7fl0- - - - • - - - - - •• 803-002 - REGEN INHIBIT SPEED THRESHOLD - 5 PAPH - _ '•: Aq.� ;,., ;,.y.'�c'�1..r^•:F1„•r^.::. sst�,r'r.Ry.-;'.� j-.r �_y- ��` ;�'^4 �iC"'" �neiE`�.ii'- iri�il ��... _ � � .��r ��-:z.:�- _ •.i.,::�. _ ��:;7:.,.::a�; 99G-016` 2016 ONBOARD DIASNOSTICS12010 EP,4ICARBIGHGI4 99D-Di i 2DD8 GARS EMISSION CERTIFICATION - CLEAN IDLE 0NOLUDES 6X41NCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) PrOT 998 NO 203S ENGINE ESCALATOR 13E-001 STANDARLI OIL PAN 105-001 ENGINE MOUNTED OIL GHECKAND FILL 014-099 SIDE OF HOOD AIR INTAKE WITH 'FIREWALL MOUNTED 13ONALDSON AIR CLEANER I9r1-iD7 i7R f21�'1fi0,�jJlP'ZPYS}Lfi11�)2Ai�1Dl�1TFi4D ALTERNP.TOR WITH REMOTE BATTERY VOLT SENSE 292 D98 .(2j ALUAN04IJIOPM 1231, GROUP 31,12 VOLT -60 10 MCCATIlREA4HD ,—HgAA`ITERIES s���r�E7f �i�fl��fl, •. N/C N/G NIG NIG NIC NIG N/C N1C NIC - - ISO 3IlC - N/c STD STD STD S'I-D STD Page 2 of 19 Weight 'IN919bt pata Code nescrlptI6 Front Rear 'RefaR Price --KAift"ffR:-?-.W0)ClFqAM ".14 INTER3 STD. 281-001 STANDARD BAlTERYMPERS STD i%z-wl si - L: , . - — , . 1. .. - . 10 .., 5gg :Q IH NIC WIRE GROUND' RETURN FOR 5AITERY CABLES STD, VATH ADDITIONAL FRAME GROUND RETURN KEE.-Pj. OWT&RAILAW-CLMAR-dP'll H PT661-OT P-89-001 NWPOLISHED BATTERY BOX COVER STD 293-058 P08ITIVE LOAb DISCIDNNECtIVVITH Cffl 8 MQUjqTEQ CdKTRO)-SWITGfi MOUNTED OUTBOARD DRIVER 8i?Ar 295-029 POSITIVE AND NFOAT-KPOSTS FOR 2 J U Ni r8TA RT LO GATED ON FRAM); NEXT TO sfARTER 107-032 CLJMM114S TUR13c)cHAPGEp 18,7 QFM AIR NIC COY,PRESS61T.WITH INTE RNAL SAFETY VALVE 152-M ELECTRONIC ENGINRINTEGRALWARNING, AND WG IDERATE PROTEOMN SYSTEM 12"32 Q.43RAISE EfY JACQ13S VWH LQWWFlMGH 8D BRAKING DASHMYCH OVA U2 m pu -SbAw-wago STgo, g6fim-ug. T 39 25 4JORIZO - ALAMERURMWENT SYSTEM * T-- * R—H b+f"kMbukTEEd OrH vEAi.16AL TAILPPPtw 28F002 ENGINE FTERTRIHA7WNT PEVIC9 STD AUTOMATIC OVEP,-THE ROAD REGENERATION AND DASH WOUWE'D REGENERATION Rr--QUEST SWITCH ffb-l�Fppl AND B -.PILLAR PIPE WITH N,j(Q1[ UM STACK PROT'RUSiOiJ ABOVE CAB ` 271 Gil R �CUIkVED VE ftTIGAL ' TAJLP IPEB-PIUAR N16 Jib�66ITED ROUTEDFROMSTEP' .r� GALLON DIESEL EXHAUST FLUID TANK STD, 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL STD -WWM UVi VA-Af 19fe §Ift: M:A LI-ST-FLO fb "P 0 M P t,f ING 19TD 28z-()01 POLISHED ALUMINUM DIESEL EXHAUST FLUID is 5 TANK COVER :k*�p3i. i5U 49Y a.fjkdiUW J-TY -AMAaEf-1511ESELEXHAUST STD 4yLuttAN)< LOCATION' 43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP STD 242-901 STAINLESS STEPI AFTERTREAThiENT DsmcvmuPFLzRrrAiLPJPE SHIELD WfalgW Weight pats Goc4e DesgrIptian Front Rear Rethii Price 77 8' Ho46N2:SF it ISAiVEMASTER *NDRIVE ,FbLW4I CTREME1 27"02 AUTOMATIC -FAN CONTROL -WITH DASH SWITW AND INDICATOR LIGHT, NON ENGINE MOUNTED • VIO-M3 CUMMINS SPIN ON FUEL FILTER NIC 118.008 COMBINATION FULLPLOWIBYPASS OIL FILTER NiE 120-00s FLEETOUARD PLAIN COOLANT FILTER wdi? -%300.S@i fif l�ldFlA�l`II 1 3Il iD1A`i f� ,20 NfC 103-03R ANTIFREEZE TO 34F, ETHYLENEGLYGOLPRE- NIC CHARGED SCA HEAVY DUTY COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR STD EQUIVALENT 172-001 CONSTANTTENSION HOSE CLAMPS FOR STD COOLANT HOSES 270-016 RADIATOR DRAIN VALVE IAfG 13$-011 Ptt11:tAPS TEMR01000 WATTM15 VOLT BLOCK 4 HEATER 140-022 CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 132-004 ELEOTRIC GRID AIR INTAKEWARMER N/C. 155-05a DIEWO 12V 3BMT HD STARTER WITH -10 P]!C IMTMPATIM MArW:ZnG SWrFGH 848-019 ALUSONVO.CAH0ML-RATING FOR QNIOFF HIGHWAYAPPLICAVONS AVAILABLE WITA ALL PRGDUOT FAMILIES 84C-023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAfZ 6, AVAILABLE FOR 300W4000 PRODUCT FAMILIES -ONLY 84D-023 $ECON4ARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 300014000 PRQDUCT FAMILIES ONLY $5E 898 MAXIMUM ENGINE SPEED FOR PTO ENGAGEMENT 2e00 RPM'- ALLISON 5TH GEN TRANSMISSIONS NIC STD STD STD Page h of IB Uatacode Weight vveight Description Fso)tt ReaP RetallPCice 85F=998 TCU-MAX PTO ENGINE SPEED OPERATION NOT 19TD CONFIGURED 85G-098 TCU-MAX PTO O/P SPD ENO NOT CONFIGURE STO 85H-998 T CU-MAXIMUM PTO OUTPUT SPEED STD OPERATION NOT CONPIG.URED 353-022 'VIE :llf✓ tINTERFA0syV)fiiNG WITH 6oDY BUILI3ER CONI�ECTUAYOUKED BAGKOFCAB 9aGDd1' ELECTRONIC.I;RA 15{V115 �ON CUS7C1MEFl ACCESS. �Ohlf�EG`7 0.FIREWALL MOUNTED 3 1� Y2 ; j.l§UST0Mff - INSTAL -LED MUNCIE CS'10 NfC >Rfg PTO's 3fiS i3ii pd �D MDU1} (ING, LH AND RH SIDHS-OF MAIN NIC ' 1-RANSMI�SIdI 341.018 MAGNETIC PLUGS, ENGINE DRAIN, STD TRANSMISSION DRAIN, AXLES) FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, STD DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS-F,INIOLE1).2013 STD ezo..i015 Ull�lT TO'D11 sI RA1 9MIS�SION di9bLkR-. iN QIATOR Eh D TANK 346-003 TRANSWSION PILCHECK AND FILLWITH STD ELECTRONIC OIL LEVEL CHECK 3S7-001 SYNTHETIC T RA14SMISSION FLUID (TE5 295 STD COMPLIANT), 400-lAC :MFS=20-933A 2Q(i00A FL1 SINGLE FRONT %-LE 260 402-030 MERITOR 16.5X6 Q+ CAST SPIDER CAVI FRONT 10 N/C BRAICES, DOUBLEANCHOR, FABRICATED SHOES 403-002 NON -ASBESTOS FRONTBRAICE LINING STD 419-023 CONMET CAST IRON FRONT BRAIM DRUMS STD 427-001 FRONT BRAKE DUST SHIELDS 5 409-021 SKFSCOTSFALPLUS XLFRONT OIL SEALS STR 408-001 VENTED FRONT HUB CAPS WITH WINDOW, STD CENTER AND SIDE PLUGS- OIL 416-022 STANDARD SPINDLE NUTS FORALLAXLES STD 405-002 MERrmR AwowM nc FRONTSLACK STD ADJUSTERS 406-001 STANDARD KING PIN BUSHINGS STD 535-055 TRW THP-00 POWER STEERING WITH. RCH45 130 NfC AUXILIARY GEAR Weight Weight DataDoids Description FCorit Roar Retail Price 53.9-0D3 POWER STEERING PUMP STI) 534A03 4 .QUART POWER STEERING RESERVOIR 5 N1C 593-001 OIUAIR POWER STEERING COOLER 5 NfC 40T4D2 SYNTHETIC 75W 80 FRONTAXLE LOBE ' D0§ �� 2D,t100# FIAT L.FAF FFtONi`SUSREf�iS10Ai 310 610 004 GRAPHITE BRONZI; BUSHINGS WITH SEALS - NIC FRONT S,USPENSiON- tK�PJi�1N1�E'I fl1J76'i7A�iD GRE.AS�Y_ERI' �1TTINGS 410-001 FRONT SHOCKABSORBERS S7i7 _ Pea��l�l�:�nclalw�� ip!,rri. a.:�.�� '�.- .;� s�<r :;=:`<_ - •,_...T_ ;; .. � �.__ - i _ 420-'I'll HA�Ci¢E -1SOP �6,QOOfk R SIlIEtiS TANDFJI REAR 40 421-563 5.63 REAR AXLE RATED- 424-001 IRON REAR AXLE CARRIER WITH STANDARD STD AXLENOUSING 3'a61p79 j 4n L f I i I Qii7bR XTl 1� b'kuR1= MAIN 40 40 DE�(ELINJw WWM HALF ROIJNIb YO4(ES 88"73 MXL 17T MERITOR BO-ENDED LUBE iNTERAXLE STJ) DRIVELINEWITH HALF ROUND YOKES 45?006 DRIVER C014TROUP-DTRACTION 40 nIFFEREtmAL- BOTH TANDEM REAR AXLES 87M22 INTEPMLE LOCK VALVE. (1) DRIVER TIdTROLLi_D DIFFERENTIAL LOCK FORWARD - REAR AXLE VALVE AND (1) R5AR-REAR AXLE VALVE 87A-002 BUZZER AND BLINIUNG LAMB WITH EACH NIC MODE SWJTOH,114TERAXLE UNLOCI( DEFAULT %AnTfi IGNITION OFF 87B-005 BUZZER AND BLINI<ING LAMP WrrH EACH NfC MODE SWITCH, DIFFERENTIAL UNLOCKWITH IGNITION OFF, ACTIVE t5 MPH .428-020 MERITOR 16,5X7 a+ CAST 5P[DER CAM REAR S� BP,AKES, DOUBLE ANCHOR, FABRICATED SHOES 493-002 NO", SBESTOS REAR BRAKE LINING STD 434-001 CAM BRAKE AUXILIARY SUPPORT BRACKETS 451-023 CSNM)=r CAST IRON REAP, BRAKE DRUMS STD 440-021 SKFSCOTSEALPLUS �O_REAROIL SEALS STD 426-D76 HAL))EX GOLDSEAL LONGSTROKE 24DRIVE STO •AYaJES SPRING PARKING CHAMBERS a a Page 6 of 19 Weight Weight Data Cade Description Front Rear Retail Nice 428.003 HALDF-XAUTOMA7ICREAR SLACK ADJUSTERS » 41T-l102 SYNTHETIP 75W-90 REAR AXLE LURE NEf0,fud -bbk RT-468 750 9ti;C10i1Ik 621 015 HENDRICKSON RTIRTE-6:01)°SADDLE 431-001 STANDARD U-BOLT PAD STD .F��;[tl9' '5;�:( CIiA'S• CI�E��PA'�fi��' 10 620�13'05 STEEL BEAMS AND BRONZE CENTER NIC IAUSHINGS WITI.1 BAR PIN ADJUSTABLE END CONNECTIONS 623.OQ5 FORGAFT CONTROL RODS NIC -"�V„1�it.,iRP. c7�$,L�fit', •, '^��� - - V.'-•.. .. .t.. I , :•F. 490-100 WABC04S/4MABSWITHOUTTRACTION STD. CONTROL 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE STD I3MD CHASSISAIR LINES 904-ODI FIBER SRA1D•PARWNG BRAKE HOST; STD 412-OD1 STANDARD HRAKE: SYSTEM VALVES STD 460-002 STANDARD AIR SYSTEM PRESSURE STD PROTECTION SYSTEM 413;1AA gj AN'DARO-U.S. �ftb �' S A146VALVEWPGH ,A138.1�ALVES 11,' RAILSWITH RH HEAT 1M EL'DING 432.003 RELAY VALVE WITH 5-8 PSI dRAcK PRESSURE STD NO REAR PROPORTIONING VALVE . 480-6, i1 $W '6A-913MtE�i1NEA1R DlkfER WITiI'i-IEA'PER 20 NIC 483-003 BENDIX OIL COALESCING FILTER FORAIR NIC DRYI-R 479-Ot13 Al , tkRYEKMOUNFEO INBOARD ON LH RAIL NIC LOCATE IN 141 FkAMER-.jLATFRAMESTATION 4400 460-693 -�ITEELAIR HRARE RES VO1R51 CUSTOMER IO 10 _L;C PTSTANiG§')JlOt7NTEDIVt VEi� GU%R O RAIL ,14j(lTJ�14T REAR OFAFTERTREA`iMEiITATFRAAM1ESTATION 30D0 REMAINING TANI<B MOUNTED IN THE AFTERFRAMI] 4-77-004 PULL CABLES ON ALL AIR RGSCRVOIR(S) 44r-.,046 If :AIR 1 IAN(FOLO'lJIQYFI I`CI_D'I'O PICK 5 �7`railer:Ci ec�i Esc ,. - "';="--�:: •- - � -- _ - - cl 1 Page 7 of 119 Weight Weight Data Gads besnripfton Front Rear Retail Price 935-W4 UPGRADED CHASSIS•MULTIPLEXiNG UNIT STD * 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT NIC t j _�_��t4 5 rJ �62 G625(Jlldi (2s I:1NCN) iNi) Et PiSE - _ -- NIG 5$8-102%iGXa sf16X11-118 3N< fi S"TEELRAtvfE �7�9 N1 2 2GfJfNlri]:437XI .13,1NCt{)120K.-I 770 140 5470ti! j14i0G}3;f6,95f M)_G,GITANNELikN RFRAME 27D 480 REINFORG)IViEh?T 662;038- 1900MNf (71 INf3N} REAR FRAME OVERHANG NIC 55W-OD7 FRAMH OVERHAIN.G RANGR 71 INCH TO 80 -30 1.30 NIG INCH 549 0 4:Ityt,Cki,1,�17Er(�jA RDWIFWi1taf�l1S�(3J� 140 -20 ACO-99D CALC')BAGI(OF CAS TO REAR SUSP C/L (CA) : AMP', AE8-99D CALCULATED EFFECTIVFBACKDF CAB TO REAR SUSPENSICN CIL (CA) : 192.4516 AE4-99D CALC'D FRAME LENGTH - OVERALL: 401.61 AM6-9.91) CALCY3 SPAC£ AVAILABLE FOR DECKPIATE : 195AS in FSS-OLFi CALCULATED FRAME SPACE LH SIDE.: 113.08 NIC In FSS-ORH CALGIJLATED FRAM= SPACE RH SiDE : 148.46 NIC 553;0O1 in SQUARE END OF FRAME STA 659-001 FRONT CLOSING CROSSMENIBER STD &5041 '§-TANDAF4I) WEIGjiT'1wNGINE CROSSMEMBER 5113 { 562 001 STANDARD MIDSHIP 111 CROSSMEMBER(S) STD LcaC 5G62 CACJSSM%3ER CEIfrft]NEAT FRAME STATMON 3200 AND LOCAL 553 GRb�uIEMBE(# GEPiTERLIPIEWrFA: Wf STATION 44'750 x 'a72 001 ANDARD IREAl MOST bgOSSMEi MBER Ll? ATE'k2EARM05T CROSSMEMBER 980MIA AFT OF SUSPENSION CENTERLINE S65 D01 STANDARD W.$P1=NSlON CROSSMEMBER STD ..�.: "ssr.�';.,*• :r" .'T.•= ,?,d-t-.-'i° .a`w �' .�• "'.; �qr._.:• ;fit. .,,• '; -. ((�a ac�s:[:..:A: "�+ •r {'fin %� Ci. :/_rt.,{ :I.Rb 1''=1` nt.'s:; L'>S'.'j'. .:k:.e,; ^r$:9i_r'I.'.�i� �..;5: '.3l f �.'�.l��l_L�YI�+l�L�� JF:�: i���. yee "2f-'id.'P f§St i?t'`I �..�m'.".'V.♦ •7 :1 _ r� = �KTiy:. � ..1, 01�. ~ ~y55fi-987 OMIT FRONT BUMPER, CUSTOMER INSTALLED -10D $PECIAL BUMPER, DOES NOT COMPLY WTH FMCSR 393.203 * 586-024 FENDER AND FRONT OF HOOD MOUNTED NIC' FRONT MUDFLAPS 551-0 G-m' S $ E {REJ.15ED HpE HEADED FRAME NIC 1=A' 1VEItS INSTAL1:Ed WITH 960- HEADS ON .OUTSIDE OF FRAME f%f 'T4 lrvejgbt -VVelght Data Code . Desct!ption front Rear RdWI PriceK -ffi-WN 12P-T-OkVAOTCR '618-1601I4-bbo CtN3ERPUl4C-H TO MARK TE -lCjp -u§P0q516N ON RPT 20416§ Y -b 6 GF1Ll pll3g6 Llft-'- RALUMINUM FUEL fANK- 16 LH - -2 ,I&Mb QEL. 2fi INPH DIAMETER F TAN L((S) STD 215.007 PLAIN ALUMINUM/PAINTED STEEL FUELIHYDIZAULIC TANK(S) WITH POLISHED STAINLESS STEEL SANDS g1-2-.Oql Ft��%-75$ -LF--PW)k d' STQ 664-001 PLAIN STEP FINISH sw 205-001 FUEL TANK CAP(S) STD 122-076 ALLIANOE. FUEL FILTFWATER SEPARATOR 15 NIG 216-020 EQUIFLO INBOARD FUEL SYSTEM ST.-D 265-6611 A U-- I L LA k 7 L I E L SW- LY A ND RE -TURN PORTS LOCATI 3 off VI FUEL -W� 202t0I6 HIGH TEMPERATURE REINFORCED NYLON* STD FUEL LINE 10 :11 R21-5 14 PLY PADIAL 418-05B CONMET PRESET PLUS IRON FRONT HUBS STD 450-056 commET PRESET PLUS IRON REAR HUBS STD '22.6XQ.9!; 19-HUB 58- W ;�LcOA LVL 6NF- 8A96I -200 VILOT ALUM MUM 61Sb REAR 524-0DI POLISHED FRQNTkNHEFzL,9,, OUTSIDE ONLY 5.25.001 POLISHED REARVVHEELS; OUTSIDE OF OUTER WHEELS ONLY k Data Cade 828 A2 `M*bf{B8C'FLATR'00FALUMINUM ' ONVEftMAL CAA 050-OAB AIR CAB MOUNTS 54MO2 NONREKfiOVABLEBUGSCREEN MOUNTED BEHIND GRILLE 754-017 BOLT QN MOLDED FLEXIBLE FENDER EXTENSIONS 678-'010 LH AND RH EXTERIOR GRAB HANDLES WITH SINOLE•RUBBER INSERT 645:002 BRIOHTFINISH RADIATOR SHEWHOOD BEZEL 64fsjg . GOILLE WITH BRIGHT ACGY�ITS 65X-QD3 CHROME HOOD MOUNTED AIR INTAKE GRILLE 644-004 FIBERGLASS HOOD 690-002 TUNNEURREALLLINER 27s (#1F gj � G i 41N�M R6'04n HADLEY AIR HOW C 61~ck 726-001 SINGLE ELECTRIC, HORN 728-001 SINGLE HOVNSHIELD 657-1CV DOOR LOCKS AND IGNITION SWITCH )(EYED THE SAMEWTH (4) KEYS 575-001 REAR IICENSE PLATE MOUNT E14D OF FRAME :12-067 HALOGEN CbMPoSTfE HI-7AULAMPS VATH BRIGHTBEZELS BOR--065 SMALL AERODYNAMIQ MARKER LIGHTS WITH OUTER (2) W11ho TO SATTEw DISCONNECT SWITCH 311-025 HEADLIGHTS ON METH wIPER.S, WITH Lbw BEAM DAYTIME RUNNING LIGHTS 2194-017 INTEGRAL 8110P/TAIUBACKUP LIGHTS WITH 7 EXTRA FE>;T QF VJIRE MOUNTED AT END OF FRAME 300-015 STANDARD FRONT TURN SIGNAL L7iv1PS 744 113M DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS 797-001 DOOR MOUNTED MIRRORS 796-0011 '102INCH EQUIPMENT WIDTH 74M04 LH AND RH B INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS 74A-001 RH DOWN VIEW MIRROR 729 .D7 STANDARD SIDEIREAR REFLECTORS Weight Weight Fcoll Ilea), 10 Retail Prics ,STD STD STD STD STD STD STD N!C 1 STD STD STD NIG STD Page 10 of 16 Weight Weight Dafa Bode. Descf1ptlon Front Rear Retail prileD M-998 NO CAB MOUNTED STEPS 768-043 63X14 INCH TINTED REAR WINDOW "(0 B61-004 TINTED DOOR GLASS LH AND RH WITH TINTED 5TD OPERNTINGWING WINDOWS 854-027 RH AND LE�CITR gDWINDOWS. '12 1CP #r 8 S TC 0 PASSENGER - HESMON R(S) 663-013 11NTEDWINDSW11) STD 659-020 2 0ALLONWIND8HiEI-D Wmim RESERVOIR } VJTH FLUID LEVEONDicAToR, FRAME MOUNTED 707-1AK OPAL GRAYVINYL INTERIOR STD 7-06-026 MOLDED PLASTIC DOOR PANEL WITHOUT VINYL INSERTWITH ALUMINUM KICKPLATE LOWER 130OR 708-026 MOLbEDPLA"G DOOR PANEL WITHOUT 1fNYL IOS�TWITHALUMINUM WORPLATE LOWER DOOR 772008 BLACK MATS WITH SINGLE INSULATION STD 785w DASH MOUNTED ASH TRAYS AND LIGHTER 691408 FORWARD ROOF MOUNTED CONSOLE STD UPPER STORAGE COMPARTMENTS WITHOUT NETTING 094-010 IN DASH-STO): AGF- BIN N/C 690-012 CENTr=R.STORAGELONSOLF-MOLfNTED ON 20 aAcKWALL, 74M07 (2) CUP HOLDERS LH AND RH DASH STD 68"06 G RAY1Cf -IARC DAL F LAT DAS H 860-004 SMART SWITCREYPANS10i4 MODULE 72UDZ 2-112 L13. FIRE EXTINGUISHER 5 700-002 HIENTER, DEFROSTER AND AIR CONDITIONER. STD 7OU08 STANDARD WAC DUCTING WITH SNOW SHIEE,D FOR FRESH AIR INTAKi^ 703-005 M4IN HVAC CONTRO)-SLWITH RECIRCULATION STD SW T.CH .68m04 'R 14UT- F. df rof!jg:f 6M �ft I N s fAL L9b &ARYP L )R'10m, 1009 FROM 1ffNdfO RAIL , . 8OgdlFi F-P, W9, k'110N 170-019 -!YANDARDAEATER PLUMIbINGWITH BALL tSHUTOF.A . 724 dal AIJXILIARYHFA-MRPLUMPING 1410 Weight Weight Data Goole Descripugn Front Rear Retail Price 130.033 DENSDHEAVYDUTY AIR CONDITIONER STD COMPRESSOR 702402 BINARY CONTROL, R-134A STD 73D-033 STANDARD INSULATION STD 285-013 SOLID-sTA-rE C1R.GUIT PROTECTION AIM STD FUSES 280-007 12V NEGATIVE GROUND ELECTRICALSYSTEM STD 324 M DOME DOOR ACTIVAXED LH A1ID RH. DUAL N10 READING LIGHTS, FORWARD CAB ROOD: 665-005 LH AND RH ELEGTRIC DOOR LOCKS 284-023 (1) 12 VOLT P01rdER SUPPLY IN DASH STD T22 002 TRIANGULAR REFLECTORS WITHOUT FLARSS 10 �6fi�1�3' BA, 6t it 11KAIRSUSPENSIONDRIVER 30 Iv11=G ANICAL.I,lME�F AND 1�CyRA`TED CU�HIOi� EXTENSIO�J 786113 RCS `HIGH BACICAik§jSPENSION 25 10 i'�ASSlri�i '$ ±:tAMTH Mtbf1ANICAL LUMBAR 1N7E69ATp CUSHION DCTENSION 76S-007 DUAL DRIVERSFATARMRESTS,NO 4 PASSENGER 8EATARMRESTS 711-004 LHFAND RH INTEGRAL DOOR PANELARMKES 16 STD 758-022 BACK MORDURA CLOTH DRIVER SEAT COVER 761-023 BLACK MORDURACLOTH PASSENGER SF.AT COVER 763-032 3 POINT FIXED D-RING RETRACTOR DRIVER STD AND PASSENGER SEATSELTS 632- 02 ADJUSTABLE9'ILTAND TELE8OOPING 'fo STEERING COLUMN 540.015 .4sPoKE 48 INCH (450MM) STEERING WHEEL STD 765-0D2 DRIVER AND PASSENGER INTERIOR SUN STD VISORS _ .:'instrum'enis�.& �o '�J—�ri'.i'..� j . "fN�:f .i^ �L: � i� s ' �i r '•-1.- 732-003 WOODGRAIN DRIVER INSTRUNMNTPANEL N!C 734-9D3 WOObGRAIN CENTER INSTRUMENT PANEL N1C a7�:o� • ciN�'��fvlo� tNT.3RF¢�1? Vv�f-iatl� 1�LocRs. 870•DD1 BLACK 4AUGE BEZELS STD 486-001 LOW AIR PRESSURE LIGHT AND BUZZER STD 840 002 2 INCH PRIMARY AND SECONDARY AIR STD PRESSURE GAUGES 188-002 INTAIFE MOUNTED AIR RESTRICTION NfC INDICATOR W TH GRADUATIONS Weizht WeiBbt DataGode Liescoptlon Front Regr Retallprice 721-001 97 DS BACKUP ALJARM 3 ' I 149-013 ELECTRONIG CRUISE CONTROL. WITH NIL; � SWITCHES IN LH SWITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH A,ND STD I INTEGRAL.STARTPOSITION; 4 POSITION OFFIRUNISTARVACCESI ORY -811-042 ICU3$,132X48 DISPLAY WITH DIAGNOSTICS, 28 STD LED WARNING LAMPS AND DATA LINKED I * e0 D3s li j VD D�AG(JQsi CS )NTEVAO) CONWCT,OR i ��GA�D`B'cL'�ti�Ll�•D.(•15�IAN@f (i)'S'I11: J1939 I QIAGNOS.Tle INTERFACt d6NNEETbA iVIO�1NfED !Pl �IwNiER DASif wry i 83 063 ti1038 00 4$1'S TO 2&DKBP8 GATEWAY FOR TELEMATICS, VIRTUAL TECHNICAN AND j �Bs�DY:�W L>3ER iN1�1=RFAG� 844-001 2 INCH ELECTRIC FUEL GAUGE STD id& Oj1 E C�TI�J gjPM f JNTEkFACE INI Ff i IN .REtAgNT%O�GREME�IT E�dGIlit- F3g1&0EJzACE•GONNECTURIN N1C •�NGIN�•Ci7MP`AR7 * 9;�slj. f02 VAGTORINTERLeCKPREP NIC 856-001 ELECTRICAL ENGINE COOLANTTEMPERATURE STD i GAUGE 664-001 2INCH TRANSMISSIONOIL TEMPERATURE STD GAUGE j 830,D17 ENGINE A14P TRIP HOUR METERS INTEGRAL STD WrrHIN DRIVER DISPLAY 372-051 CUSTOMER FURNISHED AND INSTALLED PTO RIC CONTROLS 85ZOQ2 ELECTRIC ENGINE OIL PRESSURE GAUGE STD 679-001 OVERHEAD INSTRUMENT PANEL 746-180 AWFMIINB RADIO: WITH CD PLAYER, 10 BLUErOOTHAND MICROPHONE, USB, FRONT AND REAR AUXILIARY INPUTS AND J1930 747-001 DASH MOUNTED RADIO NIC 750-DB2 (2) RADIO SPEAKERS IN CAB NIC 753-D01 AM1FM ANTENNA MOUNTED ON FORY1ARD Ua 2 NIC ROOF 810-027 ELECTRONIC MPH SPEEDOMET!_R WITH STD SECONDARY KPH SCALE, WITHOUT ODOMETER 812 OD1 ELECTRONIC 30DQ RPM 1ACHI7MErER S t D 813-998 NO MPH ANDIOR RPM GRAPH S WC 162-D02 IGNITION SWITCH CONTROLLED ENGINE STOP STD n Weight Weight Data Gode DescriplIOXI Etont Rear Rotall Prtee 81Y--001 PRETWP LAMP INSPECTION, ALL OUTPUTS FLASH, WITH SMART SMdl-i 63"15 DIGITAL VOUFAGEDISPLAY INTEGRALWITH STD DRIVER DISPLAY 660 008 SINGLE. ELECTRIC WINDSHIELD WIPER MVTOR STD WITH IDELAY 304-001 MARKER LIGHT SWITCH INTEGRAL WITH STO HEADLIGHT SWITCH 8s2-009 DALE VALVE PARKING B.RAKE sYgTEM W1Tf-1 STI) WNARN)NG INDICATOR 299-013 SELF CANCELING TURN SIGNAL $WITCH WITH STD DIMMER, WASHERNVIPER AND HAZMD IN HANDLE 298-039 INTEGRAL. ELECTRONIC TURN SIGNAL STD FLASHER WITH HAZARD LAMPG'OVERRIDING STOP LAMPS r 065-000 PAINT: ONE SOUD'COLOR' STD t---r_ •r�_ti• ti"-t'>sr•; _ a. '• it; •.��•?^%:':�-r�'.','f'.i.::: nt` :! ? ` : C •. i . ^'Z f...:.- 980 6f 6 N CAB COLOR A, L0006ES WHITE E1,ITE. BC Sm 986-OZO BLACK, HIGH SOLID'S POLY -URETHANE CHASSIS STD PAINT 9OK-09B NO FUEL TANK CABINET PAINT STO 963=998 NO•UNDERCOAT NIC - 3- :1%�.'�'..•T 'rk1^ PLO ';z•�':�i{i'1sF=is:c;' ry;�',1.}�s �'tY �fi ...�`. °_: •"1x ..Js'..:,�ie+£:i: T�e�ljt�at�izn'Cb}npaHe`..,:.; �, � ., mllflm- F 996-001 U.S, FMVSS CERTIFICATION, EXCEPT SALES STO CABS AND GLIDER I'M SS - .t FIT � - a P 4�+r 4 .n 998-ODi CORPORATE PDI CEN1TER IN-SERVICE ONLY NIC - 8:, .'a. .�?;;,..4' ;r u1 L•x A� =?F' zr."?:<:?ii?:e:.:..<";,' w: U:r'^A NO SALES PROGRAMS HAVE BEEN SELECTED �-7, •.}' -'r_.. - -,� •t .' �' ��j �;'`.�'E,.�s+�Mi�'fku7 �-ri�,'+7i�ni,:."er- r>�J.. ,�4i1�esteclList='Fia; t r...t�a•. Weight Vifeigltt Total Front Rear Weight Factory Weight 9800 lbs IM [bg 17715 lbs Total Wdlllhli* 9800 lbs 79151bs 9Ma lbs, -'4 -4410V -N piviu-m tot is 6W12o10 EPAICARBIGHG1 4 ESCALATOR M217T STANDARD DESTINATION CHARGE P xfiiffdgd��M: mo. - WAG-053 TOWING EXTENDEDIROADSIDESERVIGFzWARRAt4TY, 2 YEARIUNUMIIED MILESMA, $550 CAP Currency Excbange Rate Total Extended Wawa* (Local Currency) Weights shown m estimates only. If we(ghl Is critical, cmitaot CtmtotnerApplication Ertheering. Prlqes shown do not Include faxes, fees, etc... "Met Equipment Selling Price Is Indated on the Quotation DeWs Proposal Report. Page 15 of 19 . ..... »,'i14SD Model....._... ..... _............................... ........... ....... .......... I. .............. —........ ..... ................. ................ I., ......... _6625MN1pf INCH) WHEELBASE Wheelbase(545)........ ......._........................»......................... ................... .:.... ..,.......... ..». C?j INCH) REAR FRAME OVERHANG Rear Frames Overhang(662)................................... ..................... ...» ...,.............1800MM NO FIFTH WHEEL FifthWheel(a18)......... ....... »................................... ................. .................. 1.11....... I ...... ............ » .......... NO Fil=f i MEE LOCATION Mounting Location(b77)....»................ ................ ............... »....... ............. ........ .... .................... Madmum Forward Position M)....... .......................... ..... ............ ..» ..........I.......».......... ..... ..... .............. _............... ............tl MaxlmUMResnYdrdPosiion(in)............................................................ .......... .»... ..—.......... ..... ..... ..................... .... _..0 AmountafSliUeTrevei (in)•, .... ................... .......... ........... .............. ,...... ........ .......... »...... .................. ..._—...................... A Slide Increment(In)... »..................... .............. ............... ..»............ .......................... .................................................. r. r0 Desired SIidEPositiolt(In).... ....................... ........................... ...................... .............. ..... ..... ..............» ....... _........ 0.0 J14 INCH BBC RAT ROOF ALUMINUM CONVENTIONAL CAB Cab Blze(829)....................... ......... .............................. _.......... . SLEEPER BOYJSLEEPERCAB 8feeper(882)....:.................. ..................... ._......_. ..................:........... » ....._......»......._..Ni3 OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENTSY- TEM ASSEMBLY aheust system (tl1%........ RH WTH RH G-PILLAR MOUNTED VERTICAL TAILPIPE e Page 16 of 19 7 I a2.9 �iffrfljpN rd CGOhletjlg of Frd6tkL- OAY 67.3 gin" Oib ID EiRdY.MuRfice.01) Zu i3ffpl(brCdJila Obfifitl!60 U1364Me(i) ZGA) NGA gooliva igiacic 6TCpb-la Ce6lorlini oMaor Wefs) (MeetWeL GA) '1214 9;gftuf.Cab (op) 115 Ojgjfqrp,a6 prqtru6jdbs (Side E*Wutsffilrn TO) (OP) Ru lg.dt,d 8-b PrOH51dag 0&0 Tanio O'D RMMQ�bb Clearance (Cl-) 3:0 b to End of Frame 268A 251.0 (OH) 71.0 lbO6N1I-Lbhglh 3.qq. 9 ll:&tir-MO.spimng . 1 64.111 1 Qril a d4h IFY;bi He 1-4 ht at Centerline of Rear Axi a 1 _:nA Performance calculabons are esthales only. If performance calpulalloffs are critical, please conwl CustorherApplicallon Engineering. - IllsQ . Q 1Jfodel... ........ ....................... ................. .......... .......... .......... ....................................... ...... ....................... .114SD Cab Size(829)............. ................................. _................. ........... .. q-14114CH BBC FLAT ROOFALUMINUM CONVENTIONAL CAS Wheelbase (605) ...........•....................................................—.._....._.._......:_.... ._.. ....,... _6825MM (26.1 INCM WHFELBASI; FrantTirev. (093)....»........................................................................ MICHELIN XZy! 3 42Sf6.5R?2.5 20 PLY W AL FRONTTIRES Widthn............ .... ......_.............................. ................ ...... -.17.7 Front Axle(400)...................................................... .............»........•....... MFS-20.133A 20,00DA FL1 SINGLE FRONTAXLE .Kingpin Inletseolion(M)........... ..._........ ............... ....................... ........ w.._.......... ....... ................. ............... ..................... 71 Bumper (666) ••-•••-...OM1T FRONT BUMPER, CUSTOMER INSTALLED SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR Width(in) ............................................................................................................................ _ . .............................. ..9s BumperMier To Front.A-4eCm)...... ...... ...... ....... ..._......._..................... ............. ,.............. _.—................ ...,..,«...... ....1.72017 Primary Steering location (003)............................. ............. :...... ....... .. ... ..... ...................... LH PRIMARY STEERING I OCAnON Steering Gear(536).......... ........... .................... .................. ...TRW THP-60 POWER STEERING WITH RCH46 AUXILIARY Gr Dual Steering Gear RCH45 Rem........ __............. ,... ............ ....... ...................... ................... ............ .......................... —......... :.................................NONE m �MM F�►FI��i','TLtNER�,, Rear Axle (420) ................. ........... -..- Axle Spacing(624)... ........... I .... I........ ...........RT-46-160P 46,ODOfI;•'R-SEjOVSTANDEM REAR AXLE ...................................................64 INCH AXLE SPACING Performance calculations are estimates only. If performance calculallons are critical, please co nfiact Customer Application Engineering. Sewer Maintenance Department VaGIFlush Truck Spec. ('he Richmond Sanitary District Sewer Maintenance Department wishes to lease a New Sewer ilac/Plush Truck. The Richmond Sanitary District wishes to trade-in a 2002 Vac -Con Model d309LHA Body with a 20021nternational 740.0 DT 530 Chassis. We will except and consider any tlac/Flush Body System and Truck Brand that is equal or exceeds the specification presented. The Richmond Sanitary District Sewer Maintenance Department reserves the right to request bidder to arove equivalence if needed. Contact Jason Berry, Sewer Maintenance Manager at 765-983-7463 or Jeff Lohmoeller, Vt1WTPIMaint. Mgr. at 765-983-7464 for an appointment to view the trade-in unit or if irou any questions. SPECIFICATIONS mt Richmond Sanitary District . YES NO NIA �'7Ax'��, sr.: •Il/e d �iRVI f ` '�-v1:.,. '�w�'• ^c¢4-: .x a�;.- ':K _"•.6'4.. e ..%'`T= p;���,.-<: ,._' :.!"L'6'Y.^vGR -. . i, —r17 -ERE 01 a Intent of this specifcat[on is to provide for the purchase or lease of one (1) new anti unused f": combination sewer and catch basin cleaner used for removing ail debris commonly found In storm basins and leads and/or sanitary sewer lines and manhole structures using a front mounted operating station. The unit shall consist of a centrifugal compressor vacuum system, a hydraulically driven high pressure water pump, an enclosed sealed body for storage of collected debris and equipped with a self-contained water supply as the source for the water pump system. The unit shall have the capability of operating both vacuum and water system simultaneously at full operating speeds continuously. The Centrifugal Compressor system shall be powered by a. h drostatic drive system. X 17.i%a .i f• �'.';r zAS NLrY v..;Y..:f-^,,7:3x •.a;s: �;'l•=.::a:�: s, -•:+r-•^:.'- w-r`; - - - 2.01 Bids will be accepted for consideration on any make or model that is equa[ or.sup'erior to the equipment specified. Decisions of equivalency will be at the sole interpretation of the -Richmond Sanitary District. X 2-02 Bidder shall demonstrate a reasonable likeness of the equipment being offered within a reasonable time of request. Equ[pment demonstrated shall be equipped with all accessories and components required In this specification to ascertain equivalence. X , 03 blanket statement that equipment proposed meets all requirements will not be sufficient to establish equivalence. Original manufacturer's brochures of the proposed unit are to be submitted with the proposal. The Richmond Sanitary District does reserves the right to have bidder prove equivalence if needed. X r_Fn>r7 3.01 To ensure adequate local availability of parts and competent service from experienced suppliers, bids are preferred from local vendors who have sold and serviced at least 30 units of same manufacturer within service area of Richmond Sanitary District is preferred and should include contacts with phone numbers. X • cn D.<...... • -E1�FCh�ND5 .,.....M.:.,,.....�.�.�;,_.,............._:._.:,_:,.�».�>=�.- 1 _ 01 Location of warranty service center and amount of inventory shall be noted which may be verified and inspected, X 4.02 Amount of OEM parts at this facility: $ 300 bob . 00 TO $400, 000. 00 X 4.03 Years of servicing equipment bein bid: Years 27 4.04 Number of factory qualified service technician: 14 X ���y��v,f���-+-r�C'. MINE •, R 1��T?>l�(f�i, :J +<r.,.qa rz win _. '�e�;�; .0 S:G^: ��Y� LS.'4 -�+� �'Cit44� KK x ��:NC �FJ`�"f'�(kT'13 �sr �'7J'Fey� �,.�ur"vi{l�� .y�� ��/.�.� �...+. ..... ,y ''5`tr mL�s.'r.'k."Ka'w�:a�i�ers.Git:.�a.�.2'1��'a�..,:?—.�''���7.fit[-m1'+�wt��t..d+w�.��bew:s:�-s:.`�.:rra'w�F- a specification herein states the minimum requirements of the Richmond Sanitary District. Ail �.u:. 9a: �.<-� -c£.j `ef cJ:---..... �s-.i� ...:<. 'et...^may;, `cNIM .'+ F,�'�� 5.01 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 Richmond Sanitary District to make a reasonable determination of compliance to the specification will be x considered "non -responsive" and grounds for rejection. OM 6.01 The equipment shall be of modular design consisting of vacuum system, water tanks system, debris body and drive system. 6.02 A sub frame shall be fabricated to the exact dimensions of the truck chassis for mounting of modular components. X 6.03 All components of the module shall attach to the sub frame and not directly to the chassis. X 6.04 Sub frame shall be designed to ASME standards for maximum applied loads, chassis frame movement and even distribution of weight to the chassis and suspension. X 6.05 Sub frame shall be continuous and uninterrupted from back of cab to and of frame. X 7.02 he body shall be cylindrical having a minimum usable liquid capacity of 15 cubic yards. X 7.03 The body shall be capable of high dump height of a minimum of 42 inches without the use of scissor lift mechanism. 7.04 The debris storage body shall be constructed with a minimum 114" corrosion and abrasion resistant Ex Ten steel. X 7.05 The debris storage body shall have a minimum yield point.of 50,000 PSI and a minimum tensile strength of 70,000 PSi. X 7.06 Body shall have a rear door that is hinged at the top and is equipped with a replaceable neoprene type seal. Adjustable for periodic compensaflon of door seal -wear. X 7.07 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 7.08 For optimal particulate separation, vacuum shall be drawn from separate ports in the top of the debris body. X 7.09 Body shall be dumped by raising the body to a 50 degree angle utilizing a forward mounted, double acting hydraulic dump cylinder. X 7.10 Dump controls, accessory controls, e-stop control shall be provided at a central curb side location direct!behind the cab of the truck. X 7.11 For stability and safety, dumping must be accomplished while the pivot point of the body remains Fixed to the subframe. X 7.12 lindustrial 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 operated by a single hydraulic cylinder, with all controls located behind truck cab, forward of the debris body, so operator is not subject to sewage when X dumping. 7.13 Debris body shall have a body flush out system with a fan type spray nozzle located in the front all of the debris body to aid in the flushing of heavy debris. The nozzle shall also utilize (2) pray nozzles to flush the front most area of ihe'debris body. System must produce a flow of 80GPM. Control valve shall be on the curb side of the -unit. X 7.16 Body shall have a float type automatic shut-off system protecting the Fan System with (2) i 0" stainless steel shut-off balls located in the debris body. Each float ball housing shall be within a non -corrosive slide -out screen assembly and be accessed without the use of tools. X 7.17 The debris body shall be equipped with a rear door drain to drain off excess liquids while retainingsolids. No valve included X 7.19 The debris body shall be equipped with a rear door drain at -bottom dead center to drain off excess liquids with an internal screen to prevent large solids from .passing.An air operated 6" knife valve controlled by a switch located at.the operator station shall be provided at this location. Valve to be supplied with cam -lock coupler and 25' of lay flat hose having camiock quick X connects. 7.27 (4) Dual vertical (cyclone) centrifugal separators shall be installed in -line between the debris body and the air mover, (2) per side for each debris body discharge port. Each dual separator shall include large fallout chamber cleanout door. X 7.28 For. safety, a minimum of (5) vacuum tubes shall be stored on curbside storage racks to minimize operator exposure to traffic side of unit. Shall include quick release retainer handles (no bungees or clamps). X 7.29 A curb -side, folding 3-pipe rack shall be provided, constructed of steel tubing, spring assisted. Shall Include quick release retainer handles no bungees or clamps). X 7.30 A street -side, folding 3-pipe rack shall be provided, constructed of steel tubing, spring assisted. Shall include quick release retainer handles no bungees or clamps). X 7.32(2).Pipe Storage Racks Curbside waist level and 2 on rear door with quick releases. X 7.34 A splash shield shall be mounted around the lower 60% of door opening to direct liquid and debris away from the chassis. Shield shall be minimum 10" deep bolted assembly with no X openings. .35 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 cylinder pins. X 7.37 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 the vacuum system to allow the venting of the tank and relieve vacuum .at the debris intake hose. X 7.38 A debris Inlet deflector distributing load evenly In debris body shall be included. X 1 si..Y../�.:,aia_..:..:.. (] - ,... .... 'y+; ..�...:... %a ` OEsr.:. ti ?:f�.e'r' - iL��._ ar��+'.�R!`.�=SY.i��.na �^�=: ,: x�� is',:37r� ...:J�. ..:� - i.{..F��i`l: s,:::X�+�ir"--.�dirc wrM?%.��Sa: �:.i�: �:au: '._-(.»� rc is �i1�� ..T. H:�.r: �5::.: �:{.�r M.=1-:?^ywa"'v. 8.01 he water tanks shall be manufactured from a non -corrosive material to prevent rust yet still provide for maximum strength. X 8.02 The water tank material shall require no internal coating and shall be repairable if patching is required. X 8.03 The water tanks shall be easily removed from the subframe to provide complete access to the truck chassis for maintenance purposes. X 8.04 The water tanks shall be adequately vented and connected to provide complete filling. X 8.06 The water tanks shall be totally separate from the debris tanks and provide no structural support. X 8.06 The wafter tanks shall share no common walls with the debris tanks to prevent corrosion. 8.07 The water tanks shall come equipped with an anti -siphon device and 25' of hydrant fill hose and Fittings. X 8.08 The water tanks shall carry a 10 year warranty against corrosion or cracking. 8.09 All water tanks shall be fully baffled to form a maximum compartment storage of 150 gallons for each compartment Richmond Sanitary District has determined that for the stability of the vehicle when turning and stopping and for safety of personnel that systems baffled at 150 maximum gallon compartments are preferred. Exceptions of requirement shall be explained in detail accompanied with detailed engineering drawings. X 8.10 The water tank shall be located for the lowest possible center of gravity while providing 100% gravity flooded intakes to water pump. X 8.11 Fresh water shall enter the tanks through an in line 6" air gap, all aluminum covered anti -siphon device. X 8.12 Water level sight tubes of non -yellowing plastic shall be installed on both tanks. X 8.13 The sides of these water tanks shall not extend more than 48" out from the centerline of the truck chassis. X 8.14 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. X 8.15 A minimum 6" connection between tanks shall be provided. X 8.1 For stability safety, the water tanks shall not elevate with debris body during dump cycle. 8.17 A low water alarm with light at the operator station shall alert operator when water storage has 150 pallons remaining. X 8.21 An air purge system utilizing the chassis air system shall be provided to assist displacing of residual water out of the high-pressure water system. System shall utilize the truck chassis air compressor to fill a 30-gallon auxiliary air storage chamber with pressure gauge and pressure protection valves to isolate the holding tank from the chassis compressor. System shall be [equipped with ball valve and all necessary high pressure pipirig hoses couplings and controls. X 8.23 " Y-Strainer With 25' Fill Hose shall be provided. X 8.24 A 3 in -line "Y" trap Monel stainless steel strainer shall be located between the water cells and ater pump. X 8.25 A 3" Gate Valve shall be provided at water pump if needed. X 8.26 Water tank must be a certified metered capacity of 1600 gallons. Certification shall be necessary upon delivery. X 8.27 Water tanks shall be constructed of 118" aluminum or polyethylene with baffled compartments maximum 150 gallons each. X 8.29 An additional air gap on street side of unit shall be provided and include Y-strainer, 2.5" X 26 hose, and fill hose storage :basket. X 8:30 An additional water tank sight gauge shall be provided. X 8.31 Liquid Float Level Indicator shall be rovided_ x K N:4{ 9„,�.,0.:.;,��- � :lid �.�=::�' -=t L7: �:�, :AC�U.I�.[Ul-,�Cl.i<ltlUl�DRi1(ESYS�_ .�:.:_.__..��>:«:��::__ .w;'�;�: _�_��..� _�- -air ~t�}t" -- ^��'- k:. 9.01 Vacuum shall be provided by compressing within a single stage 38" diameter centrifugal fan.~ X 9.02 Compressorfan constructed of non -corrosive material or Corten Steel. X 9.03 Centrifugal compressor fan shall be constructed of non -corrosive or Corten Steel, hardened 114" chrome blades. X 9.04 Centrifugal compressor shall be warranted against corrosion for five years. X 9.05 The outer housing shall be constructed of 114" spun steel. X 9.00 Compressor housing shall be equipped with a drain not exceeding 2" diameter. X i 9.07 Complete compressor and housing assembly shall be warranted against materials and workmanship for five ,years. 9.08 Hydrostatic drive system that shall Include an electronic controlled variable displacement hydrostatic pump producing up to 300 Bar. X 9.09 The compressor Hydrostatic Drive system shall utilize electronic controls located at the front operator station. The system shall be controlled ont off with a switch that may be engaged or disengaged at any operating speed. X 9.10 The compressor controls Wit have a speed selection switch at the operator station to control compressor speed; manual levers on the hydrostatic pump to control compressor speed will not be accepted. X 9.11 The centrifugal compressor should be driven direct through a helical geartype step-up transmission drive with a step-up ratio 2 to 1. X 9.14 Hydraulic shut off valves shall be provided at the suction, return and filter lines to permit servicing f the h draulib s stem. x 9.15 The drive shaft shall be supported via ball bearings and gears. X 9.16 Compressor shall be driven from a closed loop hydrostatic drive system utilizing available chassis power via split -shaft transfer case. The transfer case shall drive a variable displacement hydrostatic pump to energize a closed loop. The hydrostatic pump can also be driven off of the crankshaft if this is the manufactures design. X 9.17 The pump shall be mounted directly to the split shift transfer case or driven off engine crankshaft de endin on the design. X 9.18 The hydraulic motor powering the compressor shall be a bent axis, bi-directional motor. Motor peed shall not exceed 2,500 RPM. X 9.19 The hydrostatic drivp system shall utilize electronic soft start speed control to manage ramping speed. X 9.20 The control system shall provide a mode selection switch to control the compression drive in low vacuum, combination mode and full vacuum settings. X 9.21 The gear drive should attach directly to the rotor shaft without the use of multiple stage V belts or jack shafts. X 9.22 The gears and bearings shall be lubricated with a splash lubrication system or be greasable bearings. x 9.23 /A ....U.'..�..+ �It),0 ..__ .... --._(,.�. G° �i°,^ •-'vrG.rF ,ty'.ayyr.•.+s, 'i�`�+!:S:,a„TI�.7 `=UIVI13®On_�•`SYSTI!:w;yr� _:y. �:.>T�.- f`.�'S'.�* W--��. __...-...s ..., n.. .....-. �...... +... .�;.. r ..... si•?.+ir-�.G-^ica '�� �,zt,..H`wi��• Y F ..F » �.i. 10.01 Vacuum hose shall be designed for front operation with hose mound and stored at -front mounted work station. Front mounted location is required for ease of positioning vacuum hose as eil as minimizima need for operator to swing hose into traffic. X 10.02 All connections between debris body and vacuum system will be of the self-adjusting pressure fitting e. X 10.03 Vacuum hose Wit remain stationary and not rise with debris body. X 10.04 Upper debris tube shall consist of an anchored steel tube and elbow. X 10.05 A sub frame mounted cab guard shall be mounted behind cab with boom rest cradle or a front bumper mount can be used. X 10.06 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. X 10.07 One 1 quick clamp for each pipe supplied shall be provided. X 10.08 Boom pedestal shall be directly mounted to module subframe or could use a front bum er mount. X 10.09 Boom support used for travel mode shall not interfere with access or require removal to tilt hood forward. X 10.10 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 powerto boom. 10.11 The vacuum boom shall have a heavy-duty flexible hose assembly joining the transition pipe to he debris body, and a TO -degree elbow and 5-112 heavy duty hose at the suction end of the boom. 10.12 Boom shall rotate 180 degrees and shall be operated by an electric over hydraulic system. Lift and swirl movements shall be actuated by hydraulic cylinders: X 10.13 fhe horizontal inner steel vacuum tube and inner box beam boom section shall telescope (tube within tube, box beam within box beam) and retract a minimum of 10' without affecting the - ertical position of the pick-up tubes, and shall be located at the front workstation in its retracted position, providing 324" maximum reach off the longitudinal axis of unit. x 10.14 Boom shall be -fully controlled by a remote push button pendant control station with 25 it. cable. Controls to include up / down, left / right, in I out boom functions, vacuum relief, e-stop and main power switch. X 10.15 joystick -for hydraulic control of the boom shall be installed on hose reel front panel. X 10.18 A removable 4" diameter storage "Post" -to stabilize the lower boom hose during transport. Storage device shall not interfere with ralsin2 hood. X 10.19 A cordless remote boom control system equipped to activate boom functions, throttle, water pump on/off, hose reel inlout, hose reel speed, vacuum relief on/off and emergency disengagement e-stop shall be provided.• x 10.21 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 arc of vacuum hgse both retracted and extended, full rotation of arc for hose reel in the extended position and dimension all are lengths of vacuum boom retracted and extended. Drawing shall highlight Intersection areas whereby combination cleaning is possible (within full arc on telescoping bboo�m System). �l7pg 2G y Y V • �.. .....tIJClj1lQ V,£Y 31�Y5�5C3alw�allK,�.♦.+�"'G.lni. .5 l•Y n. l� �f d� �r1 s High pressure rodder frump shall be hydraulically driven via (1) load sensing utility pump, (1) .. kl i If , .t.�it �y.�. is Y 4 FEE- 11.01 variable displacement pump and (1) fixed displacement pump or from auxillary engine with belt drive 11.02 Hydraulic powered rodder pump via twin variable displacement hydraulic pumps and (1) fixed displacement utilizing 2 10-bolt PTO's or from auxillary engine with belt drive. X 11.03 High pressure water pump shall be rated capable of continuous delivery of 100 GPM at 2500 PSI (submit manufacturer support documentation). X 11.04 High-pressure water (rodder) pump system shall allow front -mounted controls for operation of Al Ate_ l three modes. (1) Lour flow range 0-22 GPM; (2) medium flow range, 22-60 GPM 12600 psi, and X � e 3 High -flow range: 60 up to 100 GPM 12500 psi. . ' 11.05 Digital flow meter shall be displayed in front LCD display. Flow meter -shall be capable of displaying system flow in all pump operating modes..ln addition, a low water alarm shall be provided. 11.06 N/A 11.07 Variable flow systems routing water back -to -tank are not considered equal due to additional ear, horsepower and fuel consumption. Any deviation from this drive requirement should have x full explanation of horse over consumption. 11.08 N/A 11.09 N/A 11.10 Explanation of forward -acting pulsation method shall be submitted with bid or explained below: if M licable X 11.11 Nater pump location shall provide a flooded gravity suction inletto eliminate potential cavitations damage. X 11.12 n oil to water or oil to air heat exchanger will be provided in the water system to cool ail hydraulic fluids on the unit. State horsepower requirement tooperate hydraulics at fullspeed: X 11.13 The water pump shall provide precise 0-80 GPM controlled flow at variable pressure up to 2500 PSI. X 11.14 An extreme cold weather recirculation system - minimum 25 GPM via transmission PTO at chassis engine idle speed. X 11.15 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. This accumulator would only be needed if by design of manufacturer. X 11.16 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. X 11.17 A nozzle rack accommodating (3) nozzles shall be provided in curbside toolbox. The nozzles shall be labeled bn storage rack for pipe sine/flow and application. X 11.18 System shall be relieved to protect operator. X 1.19 Handgun shalt be supplied that allows for changing of flow pattern from a fine mist to a steady stream. X 11.20 Handshall come equipped with quick connect couplers. X 11,21 _,gun An additional 1" water relief valve shall be provided. X 11.22 A mid -ship quick disconnect handgun couplers shall be provided. X 11.24 Hydro -Excavation Package I Retractable Reel with 50' x 3/8" 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 11.25 A water pump hour meter shall be Rrovided. X ((��"SL -�I "�t� l t !th ' JY=�J•r,,M r:= �.-'».....t..•r;,-..t y,...Z�,�;...r�S -c] • i �y s �'i`.4� ',I..r '({' S)y �`�-h:.'•*.:.�"'iT�;r.• .., 47:!: }f:l.': �'4" ��' '��T.. iZxs�. _++''ZJa-f�+► z1+'���:.]'.�ti.7t4tY.%w..:.u��Lv...::::Lt :..J.:..:.-�i-lti L'.....t3i CFaJS[f w)f:� :st..�y� !i•'�+ �iuE3�i',}U� M!.:.,+. �• sf."' S/�7i'f:' �ry �� ,S. 't3E:••�• i..v3E�_: �J'.. 12.0.1 Hose reel assembly shall be direct -frame mounted. X 12.02 Hose reel assembly shall be mounted on an independent frame that can be removed from brackets attached permanently to front of main truck frame members. X 2.03 Reel will be manufactured out of 114" spun steel for added structural strength and shall require no internal or external reinforcements that could damage rodder hose. X 12.04 Hose reel shall be driven by adjustable gear reduction chain and sprocket assembly. X 12.05 Hose reel shall operate at full rotational speed while chassis engine is at idle. X 12.06 Hydraulic Telescoping Rotating Hose Reel - 800' ca acit of V hose'shall be provided. X 12.07 The front mounted hose reel shall telescope 15" forward down centerline of truck or 180 degree articulation by_ sign. X 12.08 Entire reel assembly shall rotate 270 degrees on a large diameter ball bearing or 180 degree articulation by design. X 12.09 Hose reel shall include a dual locking device to positively lock reel in any position across operating range. X 12A 0 The hose reel can either articulate 180 degrees or rotate about the reel assembly centerline so the reel does not extend beyond the truck width. This will be dependent on design by manufacturer. X 12.11 Controls should be accessible on both sides of the hose reel by design or with handheld controls, allowing operator to work at either side of unit for safet y purposes. X 12.12 800' x 1" Piranha Sewer Hose / 2500 Psi shall be provided X 12.14 n automatic hose level wind scroll device or a dual roller wind guide shall be supplied. X 12.15 An air -cylinder actuated pinch -roller shall exert downward pressure across full width of reel to retain hose on reel when encountering nozzle blockages or truck shall use a dual wind guide. X 12.1fi hose footage counter shall be supplied to indicate the amount of hose travel within pipe. X 12.18 Digital footage counter displaying absolute and relative footage values shall be provided. System must be capable of resetting relative value to ensure operator safety.,Accuracy To Within One Percent Of Actual Distance,Large Easy To Read Led Screen,Large Keypad With Sealed Membrane Switches That Are Easily Activated,Nema-4 Moisture Sealed Enclosure,Solid,State Circuitry,Dimensions: 5 518 X 3 3/8 X 3/16,LCD Dis lay Area: 3.0 X 2.2 X z o . 7 l S✓. S D o �1V >>rQ11�MLNTr t` , Q _ : ...A.. 13.01 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 112 x 50' 2000 psi hose. An additional 5' of 1/2" hose with quick disconnect couplers shall be supplied loose. X 13.03 Hands sprayer with ad stable s ray-pattem to be provided with fri er-st a un. 9 ' _ ,:- — 10 r FO'l'ii x 14.01 Primary operator station will be Iocated at front of truck on right curb side of hose reel. X 14.02 All front operator controls shall be accessible while operating either front or rear side of reel assembly. All operations to either side of unit shall position operator in front of vehicle affording protection from oncomingtraffic. - X 14.03 Staten shall include true]( engine throttle, water pump (onloff), water pump mode, water pump ow 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 ruing light. X 14.04 Tachometer and hour meter for chassis engine provided at control station shall be provided. X 14.05 Tachometer and hour meter for Centrifugal compressor at control station shall be provided. X 4.06 All Hydraulic Functions - Color Coded, Sealed Electric/Hydraulic NEMA 4 switches shall be rovided. X 14.07 Fan En a ement/Vacuum Relief -Sealed Electric/Alr NEMA 4 Switch shall be provided. X 14.08 Water pump hour meter shall be provided. X hour metershall be provided. X _ _ V(_ —Y.i--___'"`'. �. ..tr.A :X'�N^c?y:�n.'� .e: "!t3�..ib.v-ff =�.TR,:�G�A � A TUR, NrY—Gx'`c'^_' .» z��he Xansco F14.09PTO entire s ternshall be vaporsealed to eliminate moisture damage, "Nema4'type ore ual. Elerfronid Package: Chassis Tachometer, Auxiliary Engine Tachometer, Operating Mode, PTO Mode, Hydraulic Oil Temperature shutdown, and E-Siopshail be Included. E-Stop activation must turn off rodder pump, shutdown PTO A & 13, set chassisthrottle 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. X 15.03 electrical connections shall be void of exposed wires or terminals nor should they be painted. ril aint process shall be completed prior to installation of wiring. X 15.04 All wiring shall be color -coded and encased in conduit to scaled terminal boxes with circuit breakers. x 15,05 All light bulbs shall be shock mounted to eliminate bulb failure. X 15.06 All other lights required by State and Federal Laws. X 15.07 [Two-piece directional LED 10-strobe4ight arrow board shall be mounted on rear door of debris I x body, with controls mounted in cab. X 15.09 A pistol grip hand light with bumper plug and 25' coiled cord shall be provided. X 5.12 Operator station work lights shall be provided X 16.14 2 L.E.D. Boom worklights shall be provided. X 15.15 Additional hand light plug shall be provided. X 15,20 2 L.E.D. Rear -door work lights shall be provided X 15.21 FS DOT 3 - 6 Light System -Federal Signal Mirror Mount Strobes, 2 Mid -Ship, 2 Rear Water Mounted Oval Led Quad Flash Strobes shall be provided. X 15.24 rsl,tl L.E.D. Lights, Clearance, Back -Up, Stop, Tail & Turn shall be provided. - - - �:�?-;�c.^axs � ,nay _+TuF.,= -.�'- E::.r4a�,ax. •.. .;�.:-:. ,gon �: SA EIY��t l]li?iVi NT : •, ti :5 ^_ ;i::tif .,: 4� n6:� [:y`2 .:s:S.rat�-.-� io: ?:. Y�� :'`c X }r,"r^�=rsi`. :,u •�:T:in3���'^i �".w.. .�. y ' _• �:E`�: ans 16.01 -��if 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 equipped.) x 16.02 Electrical system controls shall be configured to allow for single point operation only. Upon engagement of controls at specified locations, additional controls shall be disabled. X 16.03 Electrical system must enable self check to ensure all switches are in home position prior to critical function enablemenL System must "lock out" controls when switch Is not in home position. X 16.04. Rear work lights shall be activated upon enga ernent of reverse gear. X 16.05 (1) Emergency Flare Kit X 16.06 1 5# Fire. Extinguisher. X 16.07 Voyager Quad -Cam Safety vision kit, 7" dash monitor, 4-camera system shall be provided. X 16.07 The Dash Mounted Rear and Side Vision Camera System shall include the following: X 16.07 Dash Mounted 7"Dia oval x 1" Deep Flat LCD Color Monitor shall be provided. X 16.07 Screen Backlighting shall be provided. X 16.07 Menu Driven Menu Screens shalt be provided. X 16.07 Multi View Available On Monitor, Up To (4) Camera inputs and Up To (4) Simultaneous Views shall be provided. X 16.07 Back -Lit Soft Touch Controls shall be provided. X 16.07 6" Mount Bracket shall be provided. X 6.07 Front Hose Reel ColorCamera With 130 Viewing Angle steal[ be provided. X 16.07 Rear Back-ul5 Color Camera With 130 Viewing Angle shall be provided. X 16.07 ILeft and Right Side Mounted Color Cameras,Each With 130 Viewing Angle shall be provided. X 16.07 LED Low Light Assist On Each Camera shall be provided. X 16.07 Automatic Activation of Rear Camera When Transmission REVERSE is selected shall be provided. X 16.07 Automatic Activation of Appropriate Side Camera When Turn Signal is activated shall be provided. X 16.07 Normal Image 1 Mirror Image Orientation shall be provided. X 16.07 Manual Selection of Camera, Except In Reverse shall be provided. ' x 18.07 y shall be provided. PAL compatibilit X 15.07Quad- Adapter shall be provided. X 16.07 Waterproof cable connector shall be provided. X 16.11 a7t�-f f1 1#atr'.. Digital water' pressure shall be displayed in front LCD display.g Pressure gauge shall be capable of displaying waters stem pressure in all pump operating modes. ��-... .f ..e __ _ •.art ::�.:"�5 : .:1. ''Y`-J..;.- -.(r c {71) ��.,�` is,'. (.4r'.lr:::�i"�i«'p.•i..�t2..''.•`4:=ten ��.:._�.6. Ut �,Y•� �0� _.-�!�Y. �.. -- '`i.'-.-.::.,. .ri:r.'.:,a: r X ;M'":-+n4' 'G:. i4?<... ��:G n..`:e .8: t�'4�+�Y' 17.02 1 30 Sand Nozzle X 17.03 (1) 30 deg. Sanitary Nozzle X 17.04 (1) 15 deg, Penetrator Nozzle x 17.05 1 T' Small finned nozzle pipe skid x 77 Z5!577" 7 18.01 The basic vacuum tube package shall include the following: x 18.02 IN) V, x 3' aluminum pipe x 18.03 (2) Vx Valuminum pipe x 18.04 (1) 8" x 6'6" catch basin tube 18.05 (4) 8" quick clamps M 6 MA-0 . 19.01 Two (2) front tow books shall be provided. x 19.02 Two (2) rear tow hooks shall be provided. x 19.05 A safety cone storage racks shall be provided to contain safety cones in the upright position. x 19.07 Aluminum Toolbox - Behind Cab x 19.09 (1) 60" x 20'1 x 12" Aluminum Toolbox Mounted street side shall be provided. x 19.10 (1) Aluminum Toolbox with nozzle storage and dump controls mounted curbside shall be provided. x 19.11 (2) 8 in, x 14 in. x 6 in. or 18 In. x 16 In. x 12 In. Aluminum Toolbox - Front Bumper shall be The size of tool box will depend an manufacturer design. x ,provided. M) M 1 910-0 20.01 M—Offel- Painting of the module shall be with a DuPont I'mron Elite Polyurethane Enamel Top Coat. is to be a wet top oat applied to a wet unsanded primer base. x 2.1 plication WR MAWE 21.01 The , unit shall be a gew model. No discontinued models will be accepted - -L x 21.02 Freightliner i 14SD Conventional Cab Chassis x 21.03 The unit shall be equipped with a diesel engine, turbo charged and after cooled, with a Cummins ISL-370; 370 HP'@ 1900 RPM, 1250 LB/FT @_1400 RPM x 21.04 Set Forward Axle x 21.05 The unit shall be equipped with an Allison 3000 RDS Automatic Transmission with PTO x Provision 21.06 The unit shall be equipped with a Meritor MFS-20-133A 20,000# Wide. Track, I -Beam Type Single Front Axle x 21.07 . The unit shall be equipped with a 20,000# Flat Leaf Front Suspension x 21.08 The unit shall be a uip ed with a Mentor RT-46-160P 46,000# R-Series Tandem Rear Axle x 21.09 The unit shall be equipped with a46,000# Hendrickson RT463 Rear Suspension -_.- x 21.10 The unit shall be equipped with a 114 inch BBC flat room aluminum conventional cab I 21.11_ he -utt shall have a wheelbase of 277 inches x 121.12 The unit shall have 7116 x 3-9M6 x 11-1/8 inch steel frame with 120 KSI rating x 121.13 The unit shall have a 114 inch C-Channel inner frame reinforcement I x 12.1.14_ The unit shall have a 71 inch rear frame overhang _ I -