Vantage Equipment
",...
.
SUPERINTENDENT
GRAHAM FOSTER
TOWN OF WAPPINGER
(84S) 297.9451 - Office
(845) 656-503 J - Cell
(845) 298.0524 - Fax
SUI'ER\'ISOR
CHRISTOPHER J. COLSEY
TOWN BO/\RD
William H. Beale
Vincent Bettina
Ismay Czarniecki
Joseph P. Paoloni
\...,....w. :!on) stcrrt~lll \1' n LJ I\Hin fJ i Ill!. cr~. cs
SUPRINTENDENT OF HIGHWAYS
GARAGE ADDRESS
10 HIGH\\' A Y DRIVE
20 MIDDLEBUSH ROAD
WAPPINGERS FALLS, NV 12590
NOTICE TO BIDDERS
NOTICE IS HEREBY given that sealed proposals will be opened at the offICe of the
Town Clerk of the Town of Wappinger, 20 Middlebush Rd., Wappingers Falls, NY at
1:00 PM on the 1 st day of July 2011 for the following equipment
1 VACALL SEWER CLEANER I PIPE ROUTER
All bids must be upon and in conformity with the bidding form and specifications which
will be furnished each working day between the hours of 8:30 am and 3:30 pm, at the
office of the Highway Superintendent of the Town of Wappinger, 10 Highway Drive,
Wappinger Falls, NY 12590.
The Town Board reseNes the right to reject any or all bids, to waive any informalities in
any such bids. to contract with other than the lowest bidder as provided by law, or to
write new proposals.
Bids. being submitted, should be in a sealed envelope clearly marked "BID" and item
bid, addressed to the Town Clerk of Wappinger, 20 Middlebush Rd., Wappinger Falls,
NY 12590.
By the order of the Town Board of the Town of Wappinger.
Chris Masterson, Town Clerk
Dated: June 14, 2011
1
t\
TRUCK MOUNTED COMBINATION JET/VACUUM SEWER CLEANER
Intent - The intent of this specification is to define the minimum requirements of the Town of Wappinger Falls, NY
for one (1) vacuum air conveying sewer cleaner.
General: This unit is designed for and capable of simultaneous high pressure jetting and vacuuming for the
removal of sand, grit, grease, sludge, stones and other materials from sanitary sewers, storm sewers, catch
basins, pumping stations, and other facilities. The unit will have a self-contained water supply for use with a high
pressure cleaner for breaking of blockages and removal of material contained therein.
The unit will include an air conveying system capable of simultaneous removal of debris flushed to the manhole
by the sewer cleaner system, or debris removal from catch basins, sumps, digesters, wet wells, etc. using the
single chassis engine as the power source. The vacuum system will include a sealed body for storage and
removal of the collected debris.
The unit will be designed for ease of maintenance and be fully operational by one man and all controls will be
located at an operator's station in front of the truck for convenience and safety.
This machine will comply with all federal, state and local laws binding upon this type of equipment. Must meet
Certified ISO 9001 standards.
Note: Bidders must note their compliance to the specifications in the space provided using the words "YES" or
"NO". Deviations or changes must be noted and explained in detail on a separate sheet at the end of each
section. The use of words such as "exceeds, equal to or not required" will not be acceptable in lieu of a
detailed explanation.
DEBRIS BODY
Construction: A dual radius designed vessel using high strength
ASTM A572 grade 50 steel, 1/4" upper and lower radius section,
1/4" sidewalls, front bulkhead and 3/8" rear bulkhead.
Rear door constructed of 1/2" high strength steel
ASTM A572 grade 50 steel.
Capacity: 10 cubic yards useable capacity
(Manufacturers Certification of capacity must be supplied)
The vessel shall be hot dip galvanized in accordance with ASTM
A123 standards, including a three (3) step preparatory wash
or be constructed of 304 stainless steel. A lifetime limited warranty
shall be included. A pro rated warranty is unacceptable.
A lifetime warranty in lieu of stated materials is unacceptable.
Door: Hydraulically lock/unlock, raise and lower using one (1)
Dual Acting Hydraulic cylinder to perform all functions. Cylinder shall
be equipped with check valves for multi position door holding, and safety.
Tailgate locking wedges shall have a reverse bevel to maintain a
mechanical lock if hydraulic pressure should be lost for any reason.
A replaceable, reversible neoprene seal shall be supplied.
COMPLIANCE/REMARKS
Yes
Yes
Yes
Yes
Yes
Yes
Yes
1
2
DEBRIS BODY - continued COMPLIANCE/REMARKS
Dumping and door controls will be located forward of the
debris body on driver's side for safety, so operator does not have
to cross in front or behind of vehicle at dump sight and so driver will
not be subject to debris from dumping. Yes
External ground level greaseable float type debris level indicator
w/stainless steel ball shall be provided Yes
Debris inlet tube shall enter at top front of tank and continue into tank
extending 3/4 of the specified tank length. Airflow shall then exit at
the front of tank for best possible material separation. Yes
Debris shall hit bolted on deflector plate at top tank rather than rear
bulkhead to prevent premature wear. Y e 5
Float type automatic vacuum shutdown system with a single stainless steel
ball, housed in stainless steel cage. Systems requiring switches or dual float
balls to accomplish this are unacceptable. Y p <;
Body door hinges and pins: Bolted to enable shim adjustment with
grease fittings. Lock receivers shall also be shimmed for adjustment
as seal wears. Yes
Tailgate will hydraulically open to full width and height. Yes
Decant: 6" knife valve mounted at lowest point of rear door,
20' x 6" lay flat hose with rack. Yes
Debris tank shall also be equipped with 4" hydraulic pump off system capable of
pumping 710 GPM @ 10' head while vacuuming if needed or
independently. 4" ball valve and male cam lock on outlet. Yes
Internal standpipe on inside of tailgate pump off inlet. Yes
4' manual knife valve installed on inlet of pump. Y e 5
Internal carbon steel screen on decant inlet, hinged to swing away for
easy cleaning shall be provided. Yes
Safety body prop shall be supplied to secure body during repairs. Yes
External rear door safety prop shall be provided as a secondary
device to hold the door open for cleaning of debris body or inspection. Yes
The debris body will be equipped with a full flow internal tank flusher system
Consisting of a minimum of (7) stainless steel nozzles mounted
in the front bottom plate inside of the debris body, sized to utilize the
water pump at 80 gpm @ 2000 psi to clean the debris body. Yes
DEBRIS BODY - continued COMPLIANCE/REMARKS
2
3
DEBRIS BODY - continued
State pressure and flow of flush out system supplied.
Flow:
PSI:
A high pressure ban valve will be installed on a high pressure manifold to
control water to the tank flusher for safety and circuit maintenance.
A boIt-on carbon steei splash shield around sides and bottom of tailgate
Shall be provided
The debris body and water tanks shall be affIXed on a single but independent
frame, separate from the chassis and power frame.
Debris tank shall be mounted via a 3 point mounting system to allow flexing.
The debris body hoist cylinder shall be a single post design with NTEA
compliant perfonnance range. The double-acting cylinder must use pins that
are removable with retaining bolts. Cylinder shall provide a minimum lifting
capacity of 56,000 Ibs. and a minimum dump angle of 50 degrees.
The hoist cylinder shall have hydraulic check valves to hold the debris body
In any angle while dumping.
DUAL WATER TANKS
Capacity: 1500 U. S. Gallons
(Manufacturers Certification of capacity must be supplied)
Constructed of %" shell and baffles, %" end plates aluminum or
stainless steel only, Warranty: A lifetime limited warranty will be supplied.
Each tank will be equipped with 2" ball valve low point drains,
internal baffles and a six (6) inch crossover tube
between tanks for quick and level filling.
Water- tanks will not rise with the debris body while dumping.
Water-tanks will not share common wall with debris tank
and will be easily removed in the event of replacement or repair.
Tanks will be located above chassis frame rails to provide a flooded inlet
to the water pump and protection from road damage and off-road uses
and for ease of service to drive line components.
Anti-siphon device, and fill hose storage rack shall be provided.
Water tank digital level indicator located in front control panel shall be
provided.
Water tank shall have a lifetime limited warranty against corrosion, cracking,
material and workmanship
COMPLlANCElREMARKS
85
2000
Yes
Yes
Yes
Yes
Yes
COMPLIANCE/REMARKS
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
3
4
HIGH PRESSURE WATER SYSTEM
Water pump will produce 85 GPM @ 2000 PSI.
Will be a triplex, plunger style, smooth, flow design.
Pumps that require accumulators are unacceptable.
Starting from high pressure side of water pump 1- 1.0. plumbing will
be used up to hose reel, including water manifold, control valve and swivels.
Swivel must be designed so it can be tightened as it wears and be rebuilt
The water pump shall be powered by the chassis engine via transmission,
heavy duty transfer case, and Hydrostatic Drive.
Water pump speed shall be fully adjustable without changing the engine
RPM and shall provide a variable flow system with the change of the
nozzle. Controls for starting and stopping the water pump and varying
the flow and pressure shall be at the control panel.
The water pump hydrostatic system shall have a maximum system pressure
of 6,000 PSI and flow capacity of 85 GPM. An integral oil to water heat
exchanger with a 143,000 BTU per hour rating shall be provided.
Water pump will run independently from vacuum pump.
Will be equipped with full flow adjustable pressure regulator.
Pump shall be equipped with drain valves on compression chamber
and at the low-pressure side at the bottom center of the pump.
Water system shall have a cold weather recirculation pump driven
by a 12 volt DC electric pump and isolated from main water system by
manual ball valves. System must be capable of circulating a min of
20 GPM of pressurized water through entire water system and hose reel
without the use of chassis engine.
Water pump and vacuum system shall be able to simultaneously
operate in continuous duty at maximum water pressure and flow
while achieving maximum vacuum.
Pressure and flow controls shall be located at the operator's control station.
Pump shall be located in a position to ensures a positive feed from water
supply, and allow mechanic access to pump for maintenance without
removal from unit.
The entire high pressure water system shall have an air purge
system to dewater all plumbing for winterization. The air shall be
supplied by chassis air system that is isolated by a high pressure ball valve
and check valve.
A self-winding handgun reel with SQ' of 112" hose with a quick connect
equipped adjustable hand gun on drivers side of unit shall be provided.
COMPL~NCSREMARKS
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
4
5
HYDRO/EXCAVATION
System shall consist of a General water pump producing a operating
Flow no less than 10 G.P.M and 3000 PSI
Heavy duty hydraulic motor mounted to water pump via heavy duty flexible
coupling shall be provided to drive system.
System must have adjustable pressure relief mounted to chassis frame.
Handgunllance assembly sized for Max rated flow and pressure with spring
rewinding handgun hose reel with 50' foot of "%" 3000 psi hose curb
side mounted shall be supplied
VACUUM SYSTEM
The Positive Displacement pump shall be a Roots/Dresser 8X24
The vacuum pump provided shall be capable of 4734 CFM inlet volume and
minimum 16" Hg.
Loaded Rating 8X24 4100CFM@16"Hg (21r H2O) 185HP@2470RPM
Dual vacuum relief valves with one set at 15.S- Hg. and one at 16" Hg.
The vacuum system shall have an air operated 4"
vacuum relief valve which vents ambient air to blower intake
to relieve vacuum in the body and suction tubes/hoses.
The blower shall be driven from chassis engine via transmission
and heavy duty transfer case. Direct via universal drive shaft.
The cyclone separator shall be buift out high strength ASTM ~2
grade 50 steel, capable of separating material from air stream,
Separator shall remove down to 50 micron particles or coarser.
The cyclone shall be 24" wide x 75" high and taper down to a
dropout box 18" x 18" x 18" indudinga dean out hatch.
Non-skid steps with handgrips allowing safe passage
from ground level to a work platform at top of unit.
The blower shall contain a high efficiency exhaust silencer with
an aluminum rain cap. " will have a built-in tube rack that will hold
four (4) 88 diameter suction tubes for a total of 24' of tubes.
COMP~CEmEMARKS
Yes
Yes
Yes
Yes
COMPLIANCE/REMARKS
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
5
6
BOOM
Boom shall be designed for front-end operation with hose
mounted and stored at front bumper.
Hydraulically powered up/down,left1right, and in/out
shall be accomplished with a single joy stick.
Pick-up Hose: 8" 10, front end operation and stored at front of the unit
Will be equipped with a true tube in a tube boom tetescoping section
with a travel of eight (8) feet six (6) inches.
Boom shall have a total extended length of 24 feet 11 inches from
centerline of the unit. Boom coverage area 552 sq. ft., submit diagram.
I, 000 lb. boom lifting capacity with dual hydraurlC lift cylinders.
Max. lift capacity shall apply even when boom is fully extended.
Boom shall swing 90 degrees to each side of the truck via a
hydraulic driven worm and ring gear.
Hydraulic cylinders to rotate boom are unacceptable.
Boom shall remain stationary and not raise with debris body.
All connections between debris bCIdy and vacuum system
wiD be self-aligning.
Boom with steel elbow must be able to extended and retract
without affecting the length of the pickup hose. Rubber hose
in place of steel elbow is unacceptable.
Extra heavy duty boom elbow, shall have a preformed C channel
welded to the outside radius of the outside of etbow.
Describe elbow to be supplied.
ELECTRICAL SYSTEM
IP66 sealed exterior electrical controls and wiring harness wi protective cover
that exceeds NEMA 4 standards.
IP 66 sealed exterior wiring harnesses wi protective cover, with color coded
wiring .
The operator panel shall be of modular design, and protect switches and
controls from weather or damage using a hinged, latching steel cover.
A main power on/ff rotary style switch shall be provided at drivers side frame
to disconnect power to entire module for maintenance and safety purposes
COMPUANCElREMARKS
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes :"
Yes
Yes
Yes
See Above
Yes
Yes
Yes
Yes
6
7
REEL AND OPERATOR STATION
COMPL~NC8REMARKS
The front mounted reel shall have the ability to articulate 230 degrees
across the front of the unit, with a capacity of 1000' feet of 1" hose.
The operator will easily be able to rotate and lock the reel at
any angle desired within the rotation.
Yes
The hose reel will be hydraulically powered in both directions by
a hydraulic motor coupled directly to a planetary gearbox, chain and
sprockets are unacceptable due to excessive wear and maintenance.
Hose reel control valve shall have a speed control device to
regulate the rotational speed of the reel in both directions.
Hose reel will rotate on a turntable slewing bearing with a friction brake
that can be applied in any rotated position, gears mounted on
hose reel bearing not acceptable due to missed positions that teeth
and pawl don't line up.
Hose reel brake band must be adjustable with turn buckle
and be applied by an air cylinder.
Hose reel must be mounted in the center of the chassis frame rails
and not rotate out of centerline of frame rails into traffic for safety.
The hose reet shall tilt forward for access to the truck
engine via hydraulic cylinder powered by an electric/power pack.
Electric power pack shall run independently from main system.
Power pack shall operate whether truck engine is running or not.
Dual roller telescoping level wind on hose reel shall be supplied.
A resettable footage counter on reel flange shaH be supplied.
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
CONTROLS and GAUGES
COMPLlANC8REMARKS
Color LCD disDlav with 32 outout microorocessor control (exDandable)
W/J1939 CAN communication
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
7
Transfer case shift controls in cab
Throttle control at hose reel control panel
Water pressure gauge on LCD display module
Tachometerl Hourmeter on color LCD display module
Vacuum Gauge on color LCD display module
. Hydraulic Pressure Gauge.
Truck Engine Throttle-electrically controlled at hose reel.
Water pump on/off switch
Throttle protection emergency (returns to idle)
Reel tilt.
a
CONTROLS and GAUGES - continued
COMPUANCElREMARKS
On/Off Water flow Valve.
Single Reel control joystick for direction and speed control
Single Boom Control Joystick to control all boom functions.
Remote Pendant Push Button Control.
Water pump hourmeter on color LCD display module
Blower hourmeter on color LCD display module
Blower temp gauge
Hose Reel Articulation Brake valve
Cab Air Shifts for Power Systems.
Electric back alarm
Vacuum relief., activated by high level debris sensor
Additional throttle protection emergency (returns to idle)
Boom work lights.
Low water waming light and alann
High debris level indicator hooked to light and vacuum relief.
Hydraulic tool circuit side mounted
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
HYDRAULIC SYSTEM
COMPLlANCElREMARKS
Will produce 18 GPM at 2000 PSI. 1800 RPM
Yes
Pump shall be transfer case -mounted piston pump
with test ports for troubleshooting
Yes
The hydraulic reservoir shall be a modular component
with a minimum of 40 gallons with a level sight eye and
temperature gauge.
Yes
Filters shall be installed at both the suction and return lines.
Filters shall be no less than ten (10) microns with shutoff valves
installed on suction lines.
Yes
Yes
REMOTEGREASESTAnONS
COMPUANC8REMARKS
Hose reel grease manifold with all lube points plumbed to it.
Boom grease manifold with all lube points plumbed so it can be
greased from ground level.
Ground level lube provision for float level indicator.
Yes
Yes
Yes
8
9
18 and 3O-degree sewer nozzles. Yes
Manhole bottom hose guide Tigertail Yes
A 25' x 2-112" fill hose. Yes
A self-winding handgun reel with 50' of 1/2" hose. Yes
One (1) set of Operation & Maintenance manuals. Yes
Hand held spotlight with 20' of cord and plug at front bumper. Yes
Rear mounted traffic advisor bar type LED Whelen T ACF85
Arrow board split type Yes
Strobe beacon on cab, choices Whelen l21LAP, l22LAP or l31 HFA Yes
Strobe beacon on body, choices Whelen L21tAP, L22LAP or L31HFA, Yes
LED DOT lights on module Yes
MOUNTING COMPUANCElREMARKS
The unit will be Factory mounted on the specified chassis and
will not exceed a height of eleven (11) feet ten (10) inches. Yes
No part of the unit will extend beyond specified height while traveling. Yes
TRAINING COMPLlANCElREMARKS
We will provide a factory authorized
training person for one (1) day. The purpose shall
be to train operating and maintenance personnel on
the proper 0 & M procedures. Yes
PAINT COMPLIANCElREMARKS
The unit will be powder coated a singular color using phosphorous wash,
Static charged, oven cured process to match the required color specification of
Intemational Reet White Yes
9
10
WARRANTY
The unit will have a minimum of one-year warranty against defects in
material and workmanship. The warranty will cover both parts and labor.
All other warranties that exceed one year shall apply.
Aluminum Water Tanks have a limited lifetime warranty.
Stainless Steel or Galvanized Debris Body has a limited lifetime warranty.
Manufacturer must be Certified ISO 9001 Certified
_ ._______ 1
,..,. I,"
COMPLIANC8REMARKS
Yesd
Yes
Yes
Yes
Yes
10
BIDDING FORM
-~~~--\
----"<--' \
\---~ .
\ II Il ~, "
\ JU
,
\
\
,
r'
\,..'
N ;-,'""
^_. .~-----.-.
EQUIPMENT: Vacall AJV 1015 Sewer (1 eaner
NAME OF BIDDER: Vantaae Eaui pmentr LLC
ADDRESS:
PHONE:
AMOUNT OF BID:
DATE SUBMITTED:
SIGNATURE:
17 Northway Lane. Latham, NY 17110
518-220-9500
$204,654.00 TRADE $5500.00 Sell: $199,154.00.
6/30/2011
~K<4J~
John NowakEastern Region Field Sales Manager
NON-COLLUSIVE BIDDING CERTIFICATION
(a) By submission of this bid. each bidder and each person signing on behalf of
any bidder certifies, and in the case of a joint bid. each party thereto certifies
as to its own organization, under penalty of perjury, that to the best of
knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement. for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder
or with any competition;
(2) Unless otherwise required by law, the prices which have been quoted in this
bid have not been knowingly disclosed by the bidder and will not knowingly
be disclosed by the bidder prior to opening, directly or indirectly, to any other
bidder or to any competitor;
(3) No attempt has been made or will be made by the bidder to induce any other
person, partnership or corporation to submit or not to submit a bid for the
purpose of restricting competition.
(b) A bid shall not be considered for award nor shall any award be made where (a)-(1).
(2) and (3) have not been complied with; provided however. that if in any case the
bidder cannot make the foregoing certification, the bidder shall so state and shall
furnish with the bid a signed statement which sets forth in detail the reasons there-
fore. Where (a)-(1), (2) and (3) have not been complied with, the bid shall not be
considered for award nor shall any award be made unless the head of the purchasing
unit of the political subdivision, public department, agency or official thereof to which
the bid is made, or his designee, determines that such disclosure was not made for
the purpose of restricting competition.
The fact that a bidder (a) has published price lists, rates or tariffs covering items
being procured, (b) has informed prospective customers of proposed or pending
publication of new or revised price lists for such items, or (c) has sold the same
items to other customers at the same time prices being bid, does not constitute,
without more, a disclosure within the meaning of paragraph (a) of the certification.
By submission of this bid, the undersigned hereby affirms the truth of the foregoing
certification under pena"ies of pe~ury.
Vantaqe Equipment, LLC
Company
John Nowak
Type or Print Name
June 30, 2011
Date
C}-L ~o-t--..
Authorized Signature
Eastern Reqion Field Sales Manager
Title
,",UII ~v I I ,",V.V,",,""
"""I~IIUIIII V~"""I
v.",c..Vvvv",
1-'.0<.
SUPERINTENDENT
GRAHAM FOSTER
TOWN OF WAPPINGER
(845) 297.9451 - Office
(845) 656.5031 - cdl
(845) 298-0524 - Fax
SVPERVISOR
CHRISTOPHER J. COLSEY
TOWN BOARD
William H. Beale
Vincent Bettina
Ismay Czamiecki
Joseph P. Paoloni
W \w,( .l!fost~lo\\lnof\VaDnil1gers. us
SUPRlNTENDENT OF HIGHWAYS
GARAGE ADDRESS
10 HIGHW A V DRIVE
20 MIDDLEBliSH ROAD
WAPPINGERS FALLS, NY 12590
NOTICE TO BIDDERS
ADDENDUM
.. Town of Wappinger wil be trading in our 1993 Vactor as part of bid fur the new sewer deanerlpipe router. Truck may
be seen at the Town of Wappinger Highway 0epI frnm 7:00AM to 4:00 Pf.I on weekdays.
"Comparable equipment such as 8 Vactor will be considered for this bid if ifs specs are equal. Cenbifical compressor
ooits will also be considered in place of a P 0 unit.
· Bidder must submit references of five users of the bid equipment that the Town may contact.
References to be supplied upon request at a later time.
,.
k~~
TM
Town of Wappinger, NY
20 Middlebush Road
Wappinger Falls, NY 12590
ATTN: Graham Foster - Superintendant
July 1st, 2011
Subject: Notice to Bidders - Purchase of Combination Sewer Cleaner
Mr. Foster;
Upon receipt of the Addendum published in reference for bid of a new Combination JetjVac
Sewer cleaner, an issue of significant concern was identified, and should be noted. The
second item listed states;
"Comparable equipment such as a Vactor will be considered for this bid if it specs are
equal. Centrifuaal compressor units will also be considered in olace of PD. "
. Vacuum systems utilizing Centrifugal compressors (Fans) to move air are of a
significantly different design than their PO counterparts. Comparing both, the ability to
have a fan design match specification of a PO design is impossible.
. All manufacturers of municipal vacuum sewer cleaners offer PO design equipment. The
pre Addendum bid published implied no competitive disadvantage to any manufacturer
of this product.
I submit this letter, not to suggest the dismissal of published bid specs, but to note
significance of stated issues when reviewing submitted proposals.
Respectfu II Y
Dave Salamone
NjE Regional Sales Manager
Products
(330) 339-2212
ddsalamone@gradall.com
406 Mill Avenue SW, New Philadelphia, OH 44663
Telephone 800-382-8302 . Fax 330-339-3579
I C~-B
i I -
s
'~I
3
-------r
1 I ~Jvool8'fTll
D
g'
;--- PASSENGER'S SIDE WATER TANf<
/
,
i
c
c
I
--'1
I
II \
1\
\,~
~~I'
-E3-
, II!
f J 1
8
DRIVER'S SIDE W/\TER TAr\lK
i A I
II
I I
, I
I L=I.'E f;[iAS 51-;0\',':'. IN OPf\();(.'J..
L _ _~___ _____--.1_
Ui'iLESS OTHERWISE NQ1ED lH6 IS II ",)1(<:';;') UJI\'JiillU..rJ
OC1C~WfNl
THE WATER TANl<S ON TI-IIS UNIT ARE
CERTIFIED TO HOLD 1500 GALLONS OF WAr[R
c:n~
S~&.QI<S;{)!'9'5~'-,n'W," .c,
DARRYL L DICKEY
PRODUCT ENGINEER
g ~1~~~:fl~:~'~G 1~i~,~c;8;~'~!',,~(t5Rc~j:si~\i)~~;I)~;'S
I)U
3) All O:~I::ti9Cl,~ 10~_(;~~..;c::'5 t..'?E ~ -'JUI
~~ ~~.J~ft&~~L(Y"? 10 a ;:Ol~,
6) W.J..r;. S'J'b'. 1]~ ~.,+-
. /
\1 'JXl:
(~;~ -c:] ~f~(1
- I
[V..lf;
C.W((;!)Y'
P.Al(:
fit /{I)-
~', __~__b.ll"l~___~_~__._.___._..-,_._'__.._.____.n_nm_.__....
\ $%l);< J(>. ~~~ tWG r~o. ;'1JVOO 180 1 ~
I -----.----f~~c"-----~~r':'1.---T5;T[T-70F1!
GRADALL
A
!TiILE
ALL JET VAC 1015
iJATlI),"i.
6
-------
--T-- r;--
G)
~
~
I"""
I"""
'r.l
J
l '
-,
I
- fIT.... j
I !
I t
,
,t
I
!
" ':I~
oj
_---=L,: "C.})
-II
Ii: '
~-:
,.J
, ,
-..:" .-1
--~,
-- ----. :'~
o
L~I
I
~
,~
~
'J
)
~l
':""
,,' I
:~ I
i<j
~ I
~'
~ I
,'f. !i
II
Ii, !
~ I
~ .
<'tli
i~ I
~ I
~ I
~l
~ !
Ii
~I
~ I'
~ .~
.)i!.'i
:* -~
~ l
~I
1'1
II
I
I i I
1"1
i~
ii,'
II
I ~,
~l ~;~ol~~vvco47
L=
i"""",,,,,,,,,,,,..,,,,,,__
, I
~ I
;;1
:'),
:l
, [
,~ J
;1
;! j
~: I
"-","."..'::---~:G:~':r;;:;";;;;'~h:,,,;;:~{;~~.'~-;i,?j;1.1r1it~$.';~~:&~~l:,,~~~~""""'"""""-"'-"""""'" llU_ - ''''1m1 ~.~-
~ 1"''''"'; ~,.,..,,,,C;"~"""'<"""""'_""""'"'~""<'"':"'_~__"'''''''''__,i1.':~-"''''' """"
:~~' ;
"I
1~'''''"-1Ir
Jrl
r'itJiJll
I~~ '<1:tR\~;:~':~~;;~;':-;;:~
,; ~
L'!L" "i""'L'L:
:- ./,<' ':: ",,- '-'.,-. ,>; :',:> ''''i ',I
, ' ',,",,,,- ' " :,.
" ' ,.'"
'..;;,;".l=> .~.,; .~.. i TM
.:. ~
;J!
iH
~1 t
eRA U 1\ I. I.
Ii\Ut!STRIES,
I ,\J C ,
. ~
; .j
J
,.j
::.~ t
;!l
;J-!
NEW EQUIPMENT WARRANTY CERTIFICATE
:~ '!
Gradalllndustries, Inc. Warrants to its Account Holders that each new product made by it to be free of
defects in material and workmanship. This Warranty is limited to repairing or replacing, at Gradall's option,
any part proven defective under normal use provided the product is on record with the Company as being
delivered and that all required reports are current, unless the component manufacturer has a separate
warranty.
The Warranty Period for Gradall products sold to a retail customer is 1 Year from the date of delivery to the
customer. Special machine or component-specific extended warranties are supported with supplemental
warranty certificates.
Reimbursement for warranty work will be at the rates set by the Company as defined in the appropriate
section of the Warranty Policy. The Company shall have the opportunity to inspect all components in
question and have them returned to the Company, if so desired.
This Warranty does not cover damage caused by abusive usage or extreme applications. This Warranty
shall not include any liability for indirect or consequential damages or delay resulting from any defects. Any
operation beyond the rated capacity or the improper use or application of the machine or the substitution of
parts not approved by the Company or the failure to release the machine for warranty work may void this
Warranty.
This Warranty covers only the products of Gradalllndustries. The products of other Manufacturers' used on
Gradalllndustries products are covered only by such warranties as are made by their Manufacturers.
The Owner is responsible for all normal preventative maintenance and scheduled maintenance as detailed
in the machine's Operator and Safety Manual. The Owner is also responsible for:
Keeping the Operator and Safety Manual available to the Operator/user(s).
· Having the Operator use the machine in accordance with the Operation and Safety Manual.
· Ensuring that the Operator has been properly trained in the safe and proper use of the machine.
Releasing the machine for warranty work.
Reporting accidents immediately to Gradall Industries.
· Using the machine for safe, approved applications and using only approved attachments.
· Complying with factory initiated Field Campaigns.
Using only Company approved components for maintenance and replacement parts.
EXCEPT AS PROVIDED HEREIN, GRADALL MAKES NO WARRANTIES OF ANY KIND, EXPRESS OR
IMPLIED, INCLUDING NO WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR
USE WITH RESPECT TO PRODUCTS OR PARTS FURNISHED BY GRADALL. Gradall's maximum
liability under this Warranty shall be the purchase price paid to Gradall with respect to the
warranted product.
*Throughout the document, "Gradall", "Gradall Industries, Inc. ': "the Gradall Factory", 'the Factory': "the
Company" and "we" are used interchangeably.
A.~AMO GROUP
_..._,.0'
ft'
~i
f.,i
f 1
';;I'
~!
~ ~
l\
~; {
~ ~
~ j
II
:~ ~
I ~
Iii
:ii,
I;
i!
II
r
~J
II
11
A'
~ ,g;'~~~~~~~~;:~~~~~::~~~~<<~:"_. rn T
i~l
I ~ I
!~l
Gtill
Hi!
l,*l
1~1
Ii'
1~1
:i~I i
it;!
! ~ I
l~'
, ~I
l ~ ~
P'l
~ t. ;
Iii
1 ;i i
jijl
~ a (
UI
lr
I~
,~
I~l
III
i Ii
Iii
III
iil
I~f
III
ill
III
I
I I
II
III
j
..---~
~~.:: li\f~'~'-';''i~ii';
Ii
1:,1
m i
Ii
I', i,I.".
.1
;i
I
II
I",",:,',
1
;'i
F '~
t;
~ ;
S i
.~. '
i!
i-" '."
i
p-I
i I
II
II
\
,
I
i
I
I
I
(
,
1
1 I
t1i'" ""(C' '/;" '~:f1';'I2'
,', i "j",':;~', ,- "~I ,',:,
',':, / "",1(':') ",:', c' ," ,,,'I,, ,,' ,-f::, , ,,~,:I
: "-L.,.\ "'....",",' , ',' ™
C I~ A J) A I. I.
1i\~[)lISTRIES,
1 N C ,
ALUMINUM WATER TANK WARRANTY CERTIFICATE
Gradalllndustries, Inc. Warrants to its Account Holders that each new Aluminum Water Tank made by it to
be free of defects in material and workmanship. This Warranty is limited to repairing or replacing, at
Gradall's option, any Aluminum Water Tank proven defective under normal use provided the machine is on
record with the Company as being delivered and that all required reports are current.
The Warranty Period for Aluminum Water Tanks sold to a retail customer is 10 Years from the date of
delivery to the customer.
Reimbursement for warranty work will be at the rates set by the Company as defined in the appropriate
section of the Warranty Policy. The Company shall have the opportunity to inspect all components in
question and have them returned to the Company, if so desired.
This Warranty does not cover damage caused by abusive usage or extreme applications. This Warranty
shall not include any liability for indirect or consequential damages or delay resulting from any defects. Any
operation beyond the rated capacity or the improper use or application of the machine or the substitution of
parts not approved by the Company or the failure to release the machine for warranty work may void this
Warranty.
The Owner is responsible for all normal preventative maintenance and scheduled maintenance as detailed
in the machine's Operator and Safety Manual. The Owner is also responsible for:
.
Keeping the Operator and Safety Manual available to the Operator/user(s).
Having the Operator use the machine in accordance with the Operation and Safety Manual.
Ensuring that the Operator has been properly trained in the safe and proper use of the machine.
Releasing the machine for warranty work.
Reporting accidents immediately to Gradalllndustries.
Using the machine for safe, approved applications and using only approved attachments.
Complying with factory initiated Field Campaigns.
Using only Company approved components for maintenance and replacement parts.
.
.
.
.
EXCEPT AS PROVIDED HEREIN, GRADALL MAKES NO WARRANTIES OF ANY KIND, EXPRESS OR
IMPLIED, INCLUDING NO WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR
USE WITH RESPECT TO PRODUCTS OR PARTS FURNISHED BY GRADALL. Gradall's maximum
liability under this Warranty shall be the purchase price paid to Gradall with respect to the
warranted product.
*Throughout the document, "Gradall': "Gradalllndustries, Inc. ", "the Gradall Factory", "the Factory", "the
Company" and "we" are used interchangeably.
07/01/09
PIN 412WC050
A~LAMO GROUP
"'<<'
-"'~"'''''--'''
l;
"-.' "
'. i
;;~ ~.
ii.;
& I
HI
,\ I
''i ~
'~( !
'-'I
.; ~
:j~:~, j
~ ,~.:' ~
L~ 1
;":,t
\1.:..1
~ t
141
I. )'.1
d
t ~ t
I~l
I ~l
"j
l~ I
\':1
i 11
! ~ I'
J:~ "
1%)
! ~~ j
~ I~
oj: ~
l'i
.i~'
/,
I {~
;"?-
Ul
I~..'l
! ~
Iii
! ~ I
j~ I
i~ I
HI
;1:'.~.11
~ '"""
I ~
l' ~ ~
L.".'. i
;~ 1
! ~.,
i ~!
I\!I
1111
I.
I
I
i 07/01/09
! J L.,~_~ PIN 412WC048
L~;'~:":>:~::';:':~ ~ ~:;.
, -'(~
.t
t
th
"
~
~
I
I
i
!
I
~
Ii
;t
i
.
j]
~
?,i
I
I
I
I
I
I
I
A~~G::3~
::.......:..:.:....:.:..:
"' ~'" ",.-" ..~.". ........- "".~.~_....._,-.-.......-"
~'~~~::;,::.';~~,:~;:;~==::,,:=:"4Ji?.::;~nmt:::'2~=~ HI
gl
~l
~~ i
~r ~
~l
to. f
1.w11!~
_ ~i "
U1i "f' ['t.
,- ....;' ""'-::' -', ;,_:
'.' ........ ,,,,,-- '.' .... '. ......, ....:
.. .........' ....... . . ......... ..... . ... ..... .'.... '.. ..' .' ..'
i/~L.""1....' TM
~.;
-#, ~
C I~ 1\ [) 1\ I. I.
I 1\ [) II S T R I E S
I 0! C .
DEBRIS BODY WARRANTY CERTIFICATE
Gradalllndustries, Inc. Warrants to its Account Holders that each new Debris Body made by it to be free of
defects in material and workmanship. This Warranty is limited to repairing or replacing, at Gradall's option,
any Debris Body proven defective under normal use provided the machine is on record with the Company
as being delivered and that all required reports are current.
The Warranty Period for Debris Bodies begins with the Date of Delivery to a retail customer and is:
5 Years for untreated Debris Bodies.
· 1 0 Years for galvanized Debris Bodies.
Reimbursement for warranty work will be at the rates set by the Company as defined in the appropriate
section of the Warranty Policy. The Company shall have the opportunity to inspect all components in
question and have them returned to the Company, if so desired.
This Warranty does not cover damage caused by abusive usage or extreme applications. This Warranty
shall not include any liability for indirect or consequential damages or delay resulting from any defects. Any
operation beyond the rated capacity or the improper use or application of the machine or the substitution of
parts not approved by the Company or the failure to release the machine for warranty work may void this
Warranty.
The Owner is responsible for all normal preventative maintenance and scheduled maintenance as detailed
in the machine's Operator and Safety Manual. The Owner is also responsible for:
Keeping the Operator and Safety Manual available to the Operator/user(s).
Having the Operator use the machine in accordance with the Operation and Safety Manual.
Ensuring that the Operator has been properly trained in the safe and proper use of the machine.
Releasing the machine for warranty work.
Reporting accidents immediately to Gradalllndustries.
Using the machine for safe, approved applications and using only approved attachments.
Complying with factory initiated Field Campaigns.
Using only Company approved components for maintenance and replacement parts.
EXCEPT AS PROVIDED HEREIN, GRADALL MAKES NO WARRANTIES OF ANY KIND, EXPRESS OR
IMPLIED, INCLUDING NO WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR
USE WITH RESPECT TO PRODUCTS OR PARTS FURNISHED BY GRADALL. Gradall's maximum
liability under this Warranty shall be the purchase price paid to Gradall with respect to the
warranted product.
-Throughout the document, "Grada//': "Gradall Industries, Inc. ': "the Gradall Factory", "the Factory': "the
Company" and "we" are used interchangeably.
;1 ~~ ~ -