Loading...
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 ~~ ~ -