Loading...
HomeMy WebLinkAboutM-B Companies, Inc. g; d • ,21 c 44 'em5- _LI ZCo Path 5fe e Cd ►' 1i-di , c) LC-3 " Y re% 1-o1.4 ! I . A •. 5Adc. 1elfaLoc / a u; .Jeit D C4c/ip;et Oel ;cje e,j: g—Zar/ (Id cd MS . Suz .( cc...ha /46- C :iy Clerk I 715 lit Jer/' Si/'Ge-t �a "6---v /Un., S-6 763 14 Aka - ect 3 -fq - cagy- 6 y3 Ju /y lo, Z l l :no fin? City of Waterloo Waterloo Regional Airport Notice to Bidders FAA AIP Project #3-19-0094-043 Snow Removal Equipment Carrier Vehicle with Rotary Plow Thursday, July 10, 2014 ,ray i �{# ' e tr v- i t -Ft` F ik 1 Limn 4 17.tri 7. f s 1 I City of Waterloo, Waterloo Regional Airport, Notice to Bidders, FAA AIP Project#3-19-0094-043 Snow Removal Equipment, Carrier Vehicle with Rotary Plow, Thursday,July 10, 2014 M July 8, 2014 ICity of Waterloo 715 Mulberry Street 111 Waterloo, Iowa 50703 Dear Sir/Madam: IIThank you for allowing the M-B Companies, Inc. to bid on this project. I M-B Companies confirms that the equipment proposed in this bid meets or exceeds the applicable standards of the FAA Advisory Circular 150/5220-20. Any exceptions to the published specifications are detailed on the enclosed Clarifications and Information sheets. IIPlease see the additional enclosed information. We have been designing, manufacturing, integrating, and servicing Airport snow removal equipment for many years with great success. The enclosed customer reference listing prominent 1111 airports can attest to this fact. Thus, M-B has successfully provided equipment of similar size and specification to that specified in the bid specifications. IM-B Companies, Inc. will stand behind your equipment and will support your efforts. Please check our website at www.m-bco.com where a history of our 100-year tradition is described. All questions, concerns, issues or omissions that need to be addressed can be forwarded to me. My Idirect telephone number is 920-898-1080. Thank you again for allowing us to participate in this project. ISincerely, I Steve Karlin NSenior Vice President II I n '. i itA, 7�pmkSti ` � P1fAIRBKINC� -iA PA4F/iABIr1Ai1WONfiA�tr-9R 1SIiAQi1H11SDM9ON- 61tlG '. —.l;Y4At, Cgy���l{{4ppf�1ry,5?�0-14 $►17751 S tR9%3G1 3�i€WIIIFisitA A�S3OG3 tW- a '(_� p ,r---T- r �uy ..X scow 'ssi - ` - too-stt-w vi W 1f ..M- V L V w,4'0 m El SNOW REMOVAL EQUIPMENT (CARRIER VEHICLE WITH ROTARY PLOW) AT THE WATERLOO REGIONAL AIRPORT IN THE CITY OF WATERLOO,IOWA FAA AIP PROJECT#3-19-0094-043 AECOM PROJECT NO.60323419 ADDENDUM NO. 1 DATE: July 3,2014 BIDS CLOSE: July 10, 2014, at 1:00 p.m. Local Time 111 TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT: All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it Iconsideration in the preparation of their Bid. I. The following are revisions to the Specifications: 1. Specification for Carrier Vehicle With Rotary Plow: a) In Appendix 1, Specification for Carrier Vehicle, Item 7g., change to read "g. Air ride operator's seat." b) In Appendix 1, Specification for Carrier Vehicle, Item 7h., add the word "minimum" after 700 HP. c) In Appendix 1, Specification for Carrier Vehicle, Item 7i. change to read "i. All driving lights shall be Xeon type bulbs." d) In Appendix 1, Specification for Carrier Vehicle, Item 7k., change to read "k. Air-to-ground communications - Bendix-King Model 97A, or equal, with 2 sets of AVCOMM A900 headphones, or equal." e) In Appendix 1, Specification for Carrier Vehicle, Item 7n., change to read "n. Single point battery disconnect for both carrier vehicle and auxiliary engines." II. Attachments: None III. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. IV. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the spaces provided on Page 2 of the FORM OF BID OR PROPOSAL. AECOM David B. Hughes, P.E. P16032341910000000O\4OO-Technicah401 SPECS\Carrie'Vehicle W Rotary PIow\Addendum 1-Carrier Vehicle With Rotary Plowdoc.doc I 1 PROPOSAL FORM AIP Project: 3-19-0094-43 I TO: City of Waterloo Black Hawk County, Iowa 715 Mulberry Street 111 Waterloo, Iowa 50703 The undersigned,in compliance with the request for bids for furnishing the following Equipment: IIISnow Removal Equipment(SRE) (Carrier Vehicle With Rotary Plow) ghereby proposes to furnish all necessary labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for furnishing the equipment identified below in strict accordance with the project III documents and all issued Addenda within the specified time of performance for the unit prices stated below: BID SCHEDULE 1111 Bid Specification Reference Item and Item Description Quantity Unit Unit Price Extension 1 Carrier Vehicle With Rotary Plow 1 LS $5Y5 d1 d . co $l`1S '(a.co I TOTAL BASE BID(Numeral Format) $ S Y 5 i '�9 . TOTAL BASE BID (Written Format) r- Ib�„ � �, ,.,,taC, J^J' , � °°/&.:..) it ACKNOWLEDGEMENTS BY BIDDER a. The Waterloo Airport Board will select the lowest responsive proposal based on the lowest total bid submitted. A bid is required with respect to all items of the bid. Failure to submit a bid with respect to one or more of the items will cause the bid to be rejected as not responsible. b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the Instructions to Bidders.The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal,the undersigned encloses a bid guaranty in the form of a certified check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids and to waive any minor informality in any Bid or solicitation procedure. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not issue a notice-of-award for a period not to exceed calendar days from the stated date for receipt of bids. During this evaluation period, the BIDDER agrees to honor the stated price(s) without any adjustment. f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within fifteen (15) days of the notice-of-award and furthermore and provide executed payment and performance bonds within fifteen (15)days from the date of contract execution.The undersigned accepts that AECOM PROJECT#60323419 PF-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport I 1 falOre to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the owner as a liquidated damage. g. Time of Performance: By submittal of this proposal,the undersigned acknowledges and agrees to commence I work within ten (10) calendar days of the date specified in the written "Notice-to-Proceed" as issued by the OWNER. The undersigned further agrees to complete the Project within 180 calendar days from the commencement date specified in the Notice-to-Proceed or Purchase Order. h. The undersigned acknowledges and accepts that for each and every Calendar/Working day the project 111 remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of $100 per CalendarNVorking day as a liquidated damage to the OWNER. i. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged Business Enterprise III goal of 0%for this project. The BIDDER acknowledges and accepts the requirement to apply and document good faith efforts, as defined in Appendix A,49 CFR Part 26,for subcontracting a portion of the prime contract to certified Disadvantaged Business Enterprises(DBE), as defined in 49 CFR Part 26 for purposes of meeting the OWNER'S established goal. The BIDDER, in complying with this requirement, proposes participation by air El Disadvantaged Business Enterprises as stated on the attached forms, "Utilization Statement" and "Letter of Intent' j. The undersigned acknowledges receipt of the following addenda: ii Addendum Number_I_dated...):I v 31 z:,a`j Receive Addendum Number_dated Receive 111 Addendum Number dated Received REPRESENTATIONS BY BIDDER By submittal of a proposal(bid),the BIDDER represents the following: a. The BIDDER has read and thoroughly examined the bid documents including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work. d. The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work. e. The BIDDER has complied with all requirements of these instructions and the associated project documents. CERTIFICATIONS BY BIDDER a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER'S has direct or indirect financial interest in this proposal. b. Certification of Non-Segregated Facilities: (41 CFR Part 60-1.8) The BIDDER, as a potential federally-assisted contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause,which the Owner will incorporate into the contract. As used in this certification, the term "segregated facilities" means any waiting rooms,work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion,or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. PF-2 Snow Removal Equipment AECOM PROJECT#60323419 (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport U c. Trade Restriction Certification: (49 CFR Part 30) The Bidder, by submission of an offer certifies that it: 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. d. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion: (49 CFR Part 29) The Bidder certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. e. Buy American Certification: (Title 49 U.S.C.Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidders must complete the Buy American certification that is attached to this proposal form. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as the low bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. ATTACHMENTS TO THIS BID The following documents are attached to and made a p rt of this Bich: • 1. Bid Guaranty in the form of d6 �%, r�;r C•.2(f1 2. Completed DBE forms"Utilization Statement"and"Letter of Intent". 3. Buy America Certification 4. Evidence of good faith efforts required by 49 CFR Part 26, Appendix A. If proposed DBE goal is met, submittal of evidence of good faith efforts is not required. 5. Evidence of BIDDER'S qualifications per the requirements of the Instructions-to-Bidders. AECOM PROJECT#60323419 PF-3 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport U itSIGNATURE OF BIDDER IF AN INDIVIDUAL: I Name: By: (Signature of Individual) I Doing Business as: Business Address: ITelephone Number: IF A CORPORATION: ICorporation Name: ^ .zt ✓ . : s" Mc --44 (Aro tic) I'4 disc"./s.`) By: vl �jl/1/t (Buttrezed Signature) (Attachch Evidence of Authority to sign) ///1 Name and Title:III �j�e r'- c�! (r n S �n�'c r 11/�i /� 11 NC I. t Business Address: t`Z eo %t/c S t C c t (CORPORATE SEAL) �ZLa� / Ll) iJ L &i f/1 S3o i y Telephone Number: 7Zc� _Sf - /� O ATTEST: Qiit /UBy: ) ILL (( (Authorized Signature) Name and Title: ��1 IF A JOINT VENTURE: (Attach copy of Joint Venture Agreement) iiiJoint Venture Name: By: (Authorized Signature) II (Attach Evidence of Authority to sign) Name and Title: IIII Business Address: Telephone Number: I Joint Venture Name: By: (Authorized Signature) II (Attach Evidence of Authority to sign) Name and Title: Business Address: II Telephone Number: I I AECOM PROJECT#60323419 PF-4 Snow Removal Equipment II (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport i i Buy America Certification (Title 49 U.S.C. Section 50101) 1 PROJECT NAME: Snow Removal Equipment(Carrier Vehicle With Rotary Plow) AIRPORT NAME: Waterloo Regional Airport AIP NUMBER: 3-19-0094-043 solicitation and anyresultingcontract are subject to the Buy America requirements of 49 U.S.C. Section 50101. It Thissbidde 111 The bidder certifies it and all associated subcontractors will comply with the Buy American preferences established under Title 49 U.S.C. Section 50101 as follows: U.S.C. Section 50101 - Buying goods produced in the United States I (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to carry out section 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e),48106,48107,and 48110)of this title for a project only if steel and manufactured goods used in the project are produced in the United States. i (b) Waiver.-The Secretary may waive subsection(a)of this section if the Secretary finds that- (1) Applying subsection(a)would be inconsistent with the public interest; 5 (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality; (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section 47127),or chapter 481 (except sections 48102(e),48106,48107, and 48110)of this title- II A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment;and B. Final assembly of the facility or equipment has occurred in the United States;or iii (4) Including domestic material will increase the cost of the overall project by more than 25 percent. (c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating the cost of components. 111 * * * * * * * As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid proposal. The bidder must sign and date the certification. The bidder/offeror must indicate how they propose to comply with the Buy America provision by selecting one of the following certification statements. ❑ The bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel and manufactured products produced in the United States of America. The bidder further agrees that if chosen as the apparent low bid, it will submit documentation to the owner that demonstrate all steel and manufactured products are 100% manufactured in the United States. ►-1 The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section 50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section 50101(b). The bidder further agrees that upon notification from the Owner,the bidder identified with the apparent low bid agrees to prepare and submit a waiver request and component calculation information to the owner within f r calendar days of the date of the notice of apparent low bid. 44 -6 CO'ot Nl� r r'�/ 1G Date Bidders Firm Name / i Si Si nat�tir �- Gt C- 9 .� f't iul V !Ce' CSi en AECOM PROJECT#60323419 PF-5 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport I i Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) I For Equipment and Vehicles Procured under the Airport Improvement Program Type of Waiver Request: The bidder may request a waiver subject to the provisions of Section 50101(b)(3) or Section 50101(b)(4). The bidder may not request a waiver under Section 50101(b)(1)or Section 50101(bX2). Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. The bidder must select one of the following applicable waiver provisions: II ra Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3). The bidder further certifies that f?7 % of the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly 111 occurs with the United States. (Bidder must attach a copy of the component cost calculation table) In Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4). The bidder asserts provision of domestic material increases the cost of the overall project by more than 25%. (This type of waiver is rare) Certification Signature In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above certification and attached documentation. 41 �-t_/�/ ( s""")-t/a ;r'1 Zn L 7- 7- C4/ Bidder's Firm Name �., Date re ef l zt I• j a urer SCE, (r(, I/ Ice_ f9/'e Prt Instructions for Section 50101(b)(3)Waiver: 1. "Equipment"in Section 50101 shall mean AIP-funded vehicle or single piece of equipment. 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format.Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request.The component breakout shall be along major elements/systems of the equipment. 3. Components are the material and products directly incorporated into the"vehicle"at the place of final assembly.F eal assembly is 4. The final assembly of the AIP-funded"equipment'must be within the USA (Section 50101(b)(3)( )). the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the"Equipment"must be produced in the USA. FAA will not approve a waiver for products made with non-domestic steel. ii. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide sufficient documentation that indicates origin of manufacturer and percentage of domestic manufactured product. it 7. The bidder is hereby advised there is no implied or expressed guarantee that the Federal Aviation Administration(FAA) will approve any requested waiver.The FAA CANNOT concur with any waiver request for less than 60%US component participation. Instructions for Section 50101(b)(4)Waiver: pi 1. This waiver is rarely applied.Consult Owner before making this request. 2. Prepare detailed proposal costs using domestic product(s)and the overall project cost. Prepare detailed altemate proposal costs of the non-domestic product(s) and the overall project cost. If the proposal with domestic product(s)is more than 25%of the proposal with non-domestic product(s),the bidder may request a waiver under 011, 50101(b)(4). 3. Bidder must attach adequate documentation that supports the use of domestic products results in an increase in the overall project costs that exceeds 25%. The bidder must certify under signature and date that the submittal information is correct and accurate. ilit North America Free Trade Act(NAFTA) The NAFTA does not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign 111111 made products. PF-6 Snow Removal Equipment AECOM PROJECT#60323419 (Gamer Vehicle With Rotary Plow) lig Waterloo Regional Airport 1 ®\\ (� \ @ ' _ J 2 0 $ ( �) 5 \\ E 0 cr cD §- ) §f ® \4 I ii ) § & t \ i g a $ CO k k k $ ! %IIIIIIIIII1H1 co _Ili CO k \ IIIiIIIIIIL! n. 222a \g \ ; ( > ei « 2 ` Cli Cn \ ! § z § k )No \ � k \ % o w % f \ \ \ A i \ z ° ° mt * ) k t S� 0 ` § = 3 f & § � + = @c ■ ® % ( % S % o � te , I Q # k � \ � e . � [ 3 0 Ef \ 0 ƒ \ k � - \ / \ 11 o } � © k = . \ _ E \ f O. % 7 tilt ) / ®� - ° *» $am ;I 't � \ m / L) _ 4 q ill M-B Companies, Inc. Buy American Analysis li 7/7/2014 MB4 Rotary Plow I Prepared for Waterloo Regional Airport A-I.P Project#3-19-0094-043 Buy American Country MB4 Qty Manufacturer Sell Price illUS&others Cat C13&C18 engines 2 Caterpillar $ 51,243.00 Indeterminable Tires 4 Bridgestone $ 4,074.20 Czech Republic Blower caster tires 2 Continental $ 667.52 . Indeterminable Electrical controllers, lights, modules 1 Indeterminable $ 4,804.29 IliIndeterminable Opreating control screen 1 Indeterminable $ 2,787.14 Indeterminable Electrical Harnesses 1 Indeterminable $ 3,638.57 It Indeterminable Nuts, bolts,fittings 1 Indeterminable $ 1,610.00 11111 Non-USA sell price $ 68,824.72 ISell price less final assembly,warranty, freight, training $ 546,761.97 IINon-USA components $ 68,824.72 USA components $ 477,937.25 111 Percent USA components 87.4% 1/ G 6 cA,IS r `- 1 r hcx f/ /4 s� e:zi 1) J : I 7 6 "—C_.) IISir,, �r 7 j e- ll I I I g UTILIZATION STATEMENT Disadvantage Business Enterprise iThe undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) ll ❑ The bidder/offeror is committed to a minimum of ' % DBE utilization on this contract. III ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith 111 efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and 111 that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. itv Bidder's/Offeror's F. N e � ��, (///t..1 7- 7 -/ Y Signature / Date Ll� A/J,f(ir\ J c I^- CS/ 1)6 iiS t C4 Pn t- DBE UTILIZATION SUM ARY 111 Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ CU.c)U 7),6 % DBE Subcontractor $ x 1.00 = $ % DBE Supplier $ x 0.60 = $ DBE Manufacturer $ x 1.00 = $ % Total Amount DBE $ o,(' % DBE Goal $ l�, U % * If the total proposed DBE participation is less than the established DBE goal,Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. AECOM Project#60323419 DBE-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport I 1 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) AJd D g z, s ,.,-(mod/e Bidder/Offer Name: Address: I. City: State: Zip:__ DBE Firm: DBE Firm: I Address: City: State: Zip:__ 111 DBE Contact Person: Name: Phone: ( ) DBE Certifying Agency: Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. 1111 Classification: ❑Prime Contractor 0 Subcontractor El Joint Venture ❑Manufacturer ❑Supplier Work item(s) Total to be performed Description of Work Item Quantity by DBE The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: AFFIRMATION: The above-named DBE firm affirms that it will erform the portion of the contract for the estimated dollar value as stated abo L-1=it. I, t,LL —1 By' (Title) (Signature) In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. AECOM Project#60323419 DBE-2 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport Y C4zei f V M-B Companies-Chilton Plant DBE Survey 3/31/14-Bill Hecker Businesses highlighted in yellow did not respond to request Supplier N/A WOB MOB DBE S Corp VOB N/A means no catagories apply IOmega Metals X Lenz Inc. X Kelburn X IHenderson products X Monarch Ind. X i. J&D Tube Benders X Falcon Ind. X Power Systems X- Prop Shaft Supply X 111 Arntzen Corp. X Northern Iron and Machine X II McNeilus Steel X Aurelius MFG. X Trimark Corp. X II Gemini Plasatics X Waytek Wire X Cross MFG. X II Diesel Components Inc. X Burns Industrial X Jay MFG. X I Fuel Systems X Therma-Tech X Safety Vision X • Arrowhead Plastic Engineering X Russel Metals X Enginaire X I Dana Corp. X Sawbrook Steel X Schofield Enterprises X I Durst X HED X Weimer Bearing X I Behcall Rubber X N&M Transfer X IAP Fan X It Dufeck Wood X Road Equipment X Knopf X I Motion Ind. X Hentzen X GS Hydraulics X I Industrial Nameplate X Applied Shelby X JTD X Applied I S. Sterling X Machine Service X I Il M-B Companies-Chilton Plant DBE Survey 3/31/14 Bill Hecker Businesses highlighted in yellow did not respond to request Supplier N/A WOB MOB DBE S Corp VOB I Endries N/A means no catagories apply X Ray's Tire X I Rychtik X Images on Metal X Hotstart X I Actia X Flambeau X Inland Power X. I Fleet Pride X OTR Wheel X Purosil X If Connector Concepts X Packer City Trucks X - ESCO Corp. (Bucyrus) X I Olson Trailer X R.H. Sheppard X Commercial Vehicle Group X 1 SunSource X Rocore X United Rotary Brush Corp. X w American Cooling Systems, LLC X Appleton Packing& Gasket Brunner Enterprises I Dexter Axle Engman-Taylor Faster Inc. X II Fertilizer Dealer Supply Guenther Supply Jagemann Plating Co. X III Kahlenberg Indusrtries Inc. X Kaman Industrial Technologies Corporation X Kundinger Fluid Power I Lisowe Fab Weld &Machine LLC X Logan Clutch Corporation X Milcut X I Molded Dimensions X MSC Industrial Supply X Spies Painting, Inc. X I Steelwind Ind. Baum Machining X Centerline Machining and Grinding X I I Corporate Resolution Resolved, that the following officer of M-B COMPANIES, INC. a/k/a M-B COMPANIES, INC. OF WISCONSIN a/k/a M-B COMPANY, INC. OF WISCONSIN a/k/a M-B COMPANY, INC., a Wisconsin corporation, to-wit: Steven Karlin, Assistant-Secretary, is hereby authorized for and on behalf of and in the name of said corporation to execute Invitation for Bids and contracts on behalf of the M-8 Companies, Inc. I, Susan A. Torrison, do hereby certify that I am the duly elected and qualified Vice- President/Treasurer of said corporation and custodian of the records of M-B COMPANIES, INC. a/k/a M-8 COMPANIES, INC. OF WISCONSIN, a/k/a M-8 COMPANY, INC. OF WISCONSIN, a/k/a M-B COMPANY, INC., a Wisconsin corporation, organized and existing under and by virtue of the laws of the State of Wisconsin; that the foregoing is a true and correct copy of a certain resolution duly adopted in accordance with the law and the By-Laws of said corporation. IN WITNESS WHEREOF, I have affixed by name as Vice-President/Treasurer of the corporation. Ill :t0Gt\- Date Susan A. Torrison, Vice resident/Treasurer I, Susan A.Torrison, Vice-PresidentfTreasurer of said corporation, do hereby certify that the foregoing is a true copy of the resolution passed as above set forth. \)„,,T,La 6410-, Date Susan A. Torrison, Vice President/Treasurer lF� CIO �I �,:: F� 1'r :'�� II 44,114 ' :,tql _ G,E�L,E,{A,T 11.11133) �, 'Ms``�,.;T_'+< `�' ..„.�" xa. r f w 3o13s a4 €-s. '�+^s�s� x r{a,->�:3KY�.� s� _.:n%.•. a4-„+;, I 1 BID BOND IKNOW ALL MEN BY THESE PRESENTS, that we, M-B CLMPPNIES, INC. as Principal, and TRAVELERS CASUALTY & SLREIY (IMPANY CF k RICA Ias Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called"OWNER,"in the penal sum 57 CF IHE ESTEI'TED ONIRACT PRICE Dollars($ 5% (IF FCP ) lawful money of the United States,for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, I jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 10th day of JULY 2014 , 2t 0,for 3NUJ REM:VAL B IR1ENT (CARRIER VFHIC7 F WITH RCJTAR( PLOW), WA') 0 RFI?ICRAL AIRFCRF, FAA AIP FR JECT#3-19-009— 3 INOW, THEREFORE, I (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of I all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly I understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. I By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. I The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. I IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- I ents to be signed by their proper officers this 2rd day of JUIY ,A.D.20 14 M-B C129PPNIFS, INC. (Seal) Principal } ' ' \ (� y I By V t C \ "4,L. ,Lt c p).d l,i (Title) I TRAVELERS CASUALTY& 4: Ii /ll44 a., SURETY (TMPANY CFAMFRTCA _ (Seal)_ fitness / Surety r, l Or j B G? I Witness KAIItY 10.407 Attorney-In-aci IAECOM Project#60323419 BB-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport I r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER , TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company _ Attorney-In Fact No. 227350 Certificate No. 0 05700 68 9 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Carol F.Tasciotti,Evonne Brown,Adele M. Korczak,Grace Villarreal,Gail Schroeder,Gina M.Damato,Thomas A.Pictor,Michael Damewood, Kathy Anderson,Vaenessa Sims,Luisa Seymour,Thomas N.Tague,Brenda D.Hockberger,Carlina A.Oswald,Tara S.Petersen,Todd D.Baraniak, Dale F.Poquette,Oscar F.Rincon,Moises Alcantar,James P.Fagan,Heather J.Meneghetti,Stephanie Miller,Grace Lawrence,Ann Mulder, Matthew Tobias,Launa Reidenbach,William Matthews,Mary D.Thomas,Anthony Engeltjes,Richard Valente,Brendan Reilly,Amber Derkson, Dan Hasson,Dan Orna,Kristan Retusnic,Kathleen Stewart,Mary Jo Campbell,Carrie Smith,and Adam Kveton of the City of Naperville/Chicago ,State of Illinois their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 7th day of November 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company �� St.Paul Guardian Insurance Company GASU4 /yt11i \ r (f` /Cr3'- J FIRE 6 S \t'N �ySG Y IN9U 1.TY qy p O:'7;ft: P A N ° f1 �9. r OFVOR f LJ:. 9S.S 9///J \�\��\\BL404u4 "-V7 t6t .,'a" I 7 1951 ® - �. S SE AI rrn ]t w*SEAL 6P N ' 8 A'' 0. `, pi ` ..' .'L° ��.. I. 's\SSAL;3E ° .tat AJ USANCE 'S..!: Yg..+*Pa> �L( Pggi fa._AN State of Connecticut City of Hartford ss_ By' [ Robert L.Raney, enior Vice President On this the 7th day of November 2013 be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Compafore me ny,Fidelity appearedlly and Guaranty Insuran ehUndero writers,Incwledged himself St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,TET \� ^ , In Witness Whereof,I hereunto set my hand and official seal. I 'TAR " \ . C d.,e* an.. V♦. My Commission expires the 30th day of June,2016. n'OMP * `- \` 't'`'u`^"^�l Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fid and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insur Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United S Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on be of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal witi Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a c thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional underta shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any- President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed wit! Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the pc prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice Presic any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bi and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and bindin the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insur: Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foreg. is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. Pr, IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this:,_./ I day of ��_,� f- ,20 - Kevin E.Hughes,Assistant S tary G�SI:a�fi :.� \KAA 6.4 got y. \�� G p. �XSUA if" �a p Ci tY y.:' 9 ,.........9,1, ugG9 t` "`6� riAA ,,,#• ,on ® t. .;;;;lot Pam: 4oX (•1 0 1982 � ir>ah m — m f!eoA bf.�t < o- S 'o,L s'> ' 1951 `^fIr �\S6 n ai or I' e r y too. �., AL o 93 e: w s LF E e• /at' y.,. d� W\y y! l� 1Q �Xc IS AMt 1p.. .. "* M� ter/ dF' To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number, above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Clarifications and Information City of Waterloo, Waterloo Regional Airport, Notice to Bidders,FAA AIP Project#3-19-0094- 043 Snow Removal Equipment, Carrier Vehicle with Rotary Plow, Thursday,July 10,2014 CV-1, 3.c: Specified: Five forward speeds Provided: Six forward speeds Advantage: Using all six of the transmission's forward speeds, we provide low speed power that can overcome the traction of all four tires on wet pavement, yet provide a top speed above 45 mph. CV-1, 4.a: Specified: Two speed transfer case Provided: Single speed transfer case; see above Rotary Plow Specifications, 3.a: The specifications do not address whether the rotary plow should flat cast to the right or to the left ("either to the left or right"). Our standard is flat cast to the right, which is what we are bidding. Our MB4 rotary plow is certified for up to 7,500 tons per hour. We recommend you contact those who have purchased our MB4 as well as those who have used our demonstrator. AO {mil j I . e '2e- -Z /a9 g .t ICustomer Reference List Q Q i M-B Airport Snow Removal Chassis ¢ F M N _ MB5 — Twenty Seven Units I I Lambert Int'l Airport, St. Louis, MO Sloulin Field, Williston, ND Contact: Michael Bernich Contact: Steven Kjergaard Phone#: 314-426-8062 Phone#701-774-8594 I7 Units Delivered 1 Unit Delivered Indianapolis International Airport Kalamazoo Battle Creek Intl. Airport I Contact: David St. Louis Contact: Dave Reid Phone# 317 487 5246 Phone# 269-388-3690 9 Units Delivered 1 Unit Delivered IWillow Run Airport, Ypsilanti, MI Yellowstone Regional Airport, Cody, WY Contact: Joe Galea Contact: Bob Hooper IPhone#734-485-6666 Phone# 307 587 5096 1 Unit Delivered 1 Unit Delivered ISpokane International Airport Lincoln Airport, Lincoln, NE Contact: Ryan Sheehan Contact: Jon Large Phone# 509-455-6418 Phone#402-458-2400 2 Units Delivered 1 Unit Delivered Fairbanks International Airport Fort Wayne International Airport IContact: John Moutrey Contact: Dave Falk Phone# 907-474-2545 Phone#260-747-4146 1 Unit Delivered 2 Units Delivered 111 Baltimore/Washington International Airport I Contact: Larry Hewitt Phone#: 410-859-7553 1 Unit Delivered I I I WORISNOVICOA09ALSONSWIr PAVEMEWMMINGEWMENI-PA PVFMBITMAINDIGE POIFOR 09IMI![SDIVISION 1 t; 1 Mc n y eet 2990E"dAremieSE"`- 1619Y Avenue ' i.** eryPA17152 Salern,01197342 NewliolsipvitVib061 800458- -- -3B 9DD at-t3-2 O9 _, W W is . na_ s C d . C-o eM '> MB4 Twelve Units tip_ Cleveland/Hopkins International Airport Skagway Alaska Airport Contact: Kevin Ferguson Contact: Missy Tyson Phone#216-265-6125 Phone#907-983-2323 2 Units Delivered 1 Unit delivered IThief River Falls Regional Airport Sheridan,WY County Airport Contact: Joe Hedrick Contact: John Stopka Phone# 218-681-7680 Phone# 307-674-4222 1 Unit Delivered 1 Unit Delivered Natrona County International Airport Kansas City International Airport Contact: Glenn Januska Contact: Kenny Williams Phone#307-472-6688 Phone# 816-243-5055 ,+ 1 Unit Delivered 2 Units Delivered Niagara Falls International Airport Baltimore/Washington International Airport Contact: Bill Walsh Contact: Larry Hewitt 11/ Phone#716-297-4494 Phone#: 410-859-7553 1 Unit Delivered 1 Unit Delivered IIPierre Regional Airport Billings Logan International Airport Contact: Mike Isaacs Contact: Scott Stopple I Phone #605-773-7447 1 Unit Delivered Phone#406 237 6299 1 Unit On Order 1 The following airports have used our snow blower during snow events Denver International Airport Milwaukee International Airport I Contact: Victor Lovato Contact: Ken Skowronski Phone# 303 342 2860 Phone#414-747-6221 I Pittsburgh International Airport Contact: Tom Voelske Anchorage International Airport Phone#412-472-5651 Contact: Zaramie Lindseth Phone#907-266-2428 Detroit Metro Airport Contact: Ken Masiarczyk Fairbanks International Airport IPhone#734-247-7123 Contact: John Moutrey Phone#907-474-2545 IAustin Straubel Int'l Airport, Green Bay Contact: Dick Powers Phone#920-498-4800 111 '.. ., ,.., ; M MB3 Sixteen Units -_ ,. _� Bismarck Municipal Airport Contact: Tim Thorsen Minot International Airport Phone#701 222 6502 Contact: Andy Solsvig 1 Unit Delivered Phone#701 857 4724 1 Unit Delivered Spokane International Airport Contact: Ryan Sheehan Bishop International Airport, Flint MI. Phone#509 455-6418 Contact: John Barsalou 2 Units Delivered Phone#810 235 6560 1 Unit Delivered Grand Forks Int'l Airport, Grand Forks, ND Contact: Richard Audette Oakland County Int'1 Airport, Pontiac, MI Phone#701 738 4644 Contact: Gordon Marshall 1 Unit Delivered Phone#248-721-0109 1 Unit Delivered Pierre Regional Airport Contact: Mike Isaacs Mason City, IA Municipal Airport Phone# 605 773 7447 Contact: David Sims 1 Unit Delivered Phone# 641 430 0480 1 Unit Delivered Blue Grass Airport Contact: Les Sandusky Worcester Regional Airport Phone# 859-425-3100 Contact: Jay Woodman 1 Unit Delivered Phone#508-799-1351 1 Unit Deliverd Greater Binghamton Airport, Binghamton, NY Contact: Jeff Kliment King County International Airport, Seattle Phone#607 763 4451 Contact: Raleigh K. Salazar 1 Unit Delivered Phone#206-296-7380 2 Units Delivered Ronald Reagan Washington National Airport Contact: Tom Ruhl FedEx, Alaska Phone#703-417-8380 Contact: David Ulm 1 Unit Delivered Phone#901-434-7412 1 Unit Delivered Beijing International Airport = ` ` ' 6 Units On Order yam, a. F1A4 BnMWIKIN6 IPM9ICPX; ' -;;':4, 47 G£6EB g0.T171 Gi1 p� -�W[�(v�a Xy-�p�. 'mow s v < , ' apy, ` ss - RP� ZN� va .cds'iN.! A �� t 6K� fp p t t _ `� h K 4. ar yn;F"s - .} k ^s i,'at <3 4Y H4 q? '3+ it '^' Y "�i 'Y.=+Yx x I i E MB2 — Six Units Denver International Airport Contact: Victor Lovato, Phone# 303-342-2860 2 Units Delivered Austin Straubel International Airport, Green Bay, WI Contact: Dick Powers, Phone# 920-498-4800 1 Unit Delivered Elmira/Corning Regional Airport Contact: Bill DeGraw, Phone#607-739-5622, ext.232 1 Unit Delivered Plattsburgh International Airport Contact: William C. Malott Phone#518-565-4016 1 Unit Delivered Kodiak Alaska Airport Contact: Robert Greene Phone#907-487-4952 1 Unit On Order ,ram. MB 1 15 Units Great Falls International Airport Contact: Rod Hall Phone#406-727-3404 1 Unit Delivered Jamestown ND Regional Airport Contact: Matthew Leitner Phone# 701-252-6466 1 Unit Delivered Dallas Love Field Contact: Timothy Smith Phone# 214 670 6174 4 Units Delivered Seattle-Tacoma International Airport Contact: Benny Austin Phone#206-248-6884 4 Units Delivered Spokane International Airport Contact: Ryan Sheehan Phone#509-455-6418 2 Units Delivered Lambert International Airport, St. Louis, Contact: Michael Bernich Phone#: 314-426-8062 1 Unit Delivered Los Alamos Airport Contact: Peter Soderquist Phone#505-662-8420 1 Unit Delivered Cordova Airport—Alaska Contact: Robert Mattson Phone#907-424-3202 1 Unit Delivered THIEF RIVER FAL ` k REGIONAL AIRPORT AUTHORITY 3 � �V ix.,� .5 April 26, 2013 To whom it may concern: E This letter serves as a confirmation that the'M-B Companies have tested MB4, Front Mount Snow Blower performance to increase the snow moving capacity. I witnessed the testing that was conducted at Thief River Falls Airport the week of ,,,, March 11, 2013. t � # ,«� This certifies that snow blower testing conducted by the M-B Companies 1, complies with the requirements and procedure as outlined in FAA AC 150/5220- . ° 20, section 47. k }� £ Further, this certifies that snow blower testing conducted by the M-B Companies complies with the requirements and procedures outlined in SAE ARP (Society of . _ Automotive Engineers Aerospace Recommended Practice) #5539, "Rotary Plow 44" With Carrier Vehicle." �•• " ' ' Joe Hedrick Airport Manager ya' t- y+ k v f 2.' yy 13722 Airport Drive PO Box 672 Thief River Falls MN 56701 (218) b$1-7680 email: trfairport@mneable.net . _ ... . ....__ f b Airport Snow Removal Products TM MB4 Custom Chassis Sno w Blower Waterloo Regional Airport a , 1 • t . ., r _ - a fr ` k ky.,l #r1- to-_. AI - mix ' 2 r gg S'$ 13* - % :x 'i .,�- _-. -Z � ':f4",- • Designed and manufactured completely by M-B • Rear engine type chassis with full time four wheel drive and four wheel steer • 164 inch wheel base for tight turning circles and excellent maneuverability • Snow blower engine mid-ship with fiberglass butterfly doors for easy access. • Drive engine in rear with fiberglass butterfly door for easy access. • Caterpillar C13, 475 HP, electronic turbocharged diesel drive engine with block heater and ether starting assist • Allison RDS 4000, 6 speed transmission producing a wide torque/speed range. Low speed power with speeds up to 45 MPH. • M-B "Torque Flow"transfer case featuring the Eaton Tru-Trac differential • Single speed, automatically and constantly proportions torque delivery between front and rear axles • Uses helical gears for positive and smooth torque transmission • M-B 29,000 pound front driving/steering axle with limited slip differential and 35°cramp angle • M-B 27,000 pound rear driving/steering axle with limited slip differential. • Tapered parabolic leaf spring suspension for smoother ride and increased driver control • ABS air brake control system(4-channel) with automatic traction control • Dual 125 gallon fuel tanks for drive and blower engines for up to12 hours of operation • 445/65R22.5 LR L traction tread front and rear tires • M-B two-man, air-ride cab • Panoramic view. All flat glass for easy and local replacement. Forward slope windshield • Four windshield wipers with three motor system, for better snow removal from windows • Air-ride driver and passenger seats with adjustable lumbar support • Side light bars, high capacity cab heater with air conditioning, heated power mirrors, power windows, heated windshield and side window wipers, two HID (Xenon)front work lights, front and rear LED strobes,Airport's specified radios, battery trickle charger, rear pintle hook and dual tow loops, Airport logos,number"17"and reflective eight inch stripe as specified, 5 lb. fire extinguisher,two remote control spot lights, tire wrench, bottle jack, and frame mounted tool box. • Operator friendly, cab integrated microprocessor CAN bus controls with MDC (Monitor,Diagnose, Control)color screen display and CAN joystick for chassis, blower, plow,broom,underbody scraper and other attachments • Includes all equipment called for in bid specifications except a six speed transmission is provided as is a single speed transfer case,per the enclosed Clarifications and Information sheet. nriL1M-B Companies, Inc. /Airport Snow Removal Products b 200 Park Street/Chilton,Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629/sales@m-bco.com/www.m-bco.com 04/12 TM In the interest of continuous product improvement,M-B Reserves the rinht to rhannn e.,e,.;A..,s:....a...:,..,,..,.,_,:__ r Av Airport Snow Remova l Products 1 MB4 High Performance Airport Snow Blower Package r • More than 1,000 HP available to power snow blower head o Caterpillar C18 diesel engine with block heater and ether starting assist • Delivers a full 700HP to the impeller • Turbocharged intake air system • Electronic engine controls o Ribbon powered by chassis engine r • More than 300 HP available from chassis engine to drive ribbon • Capacity up to 7500 tons per hour • In excess of 150 feet cast distance depending on conditions r • Cutting height of 58 inches, cutting width of 102 inches • 52.5"diameter ribbon, hydrostatic drive o Variable speed ribbon automatically adjusts to ground speed o Independently reversible ribbon to free obstructions and clogs • 59"diameter impeller with replaceable blades, mechanical drive o Shear bolts to protect impeller with six spare sets • Rotating impeller housing and discharge chute for adjustable cast direction o 140 degree counterclockwise rotation from flat cast right • Steel cutting edge • Pneumatic casters • Integrated carbide skid shoes M-B Companies, Inc. /Airport Snow Removal Products b MIIIII1200 Park Street/Chilton, Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629 I sales@m-bco.corn/www.m-bco.com In the interest of continuous product improvement.M-B Rema.,,o.ae.o-i...- 04/12 tnOAvi d9nixr¢ioa-eIffi-4¢N I a., I m a„ e a ^, 1 , in\."P' -, \ \\--\\ ' - - ak \ 1181rirr 111 los i im3:-44,x,,, -1.4 /13,?*..-,- N° -II \-" Illk. , \.% 'X *'' 1 I a.*m R. ' \ `f•.` ® 4 ti * l,�C +�/X. ' _ 'a_ ir e \ /'(//-...,;.41.).;',,,N07' oil air vir V ,4441V- • mmvi OBYJix9-fio2-NMI-tee I V I m I IDdAY11d9Y]INY[102-0.91-18N 00$LHN`H11M-gM691Y131.1 a I ° I m I a a amT m gi d 0i x 1. I r. INR'6 a`s a`,_ a r 1'"Ii I a co oi N 1II1 ,III w 01 _x L_ I Jr g; II�- a el! a •—,iJ ! f$ ax I9Pj:s p e64_llee >- 6a;u pei F 6t:9.2 Z 111,IIIIII 0 co — W °D U � �5 y Z og W 1 C W 1 11 1/4': , .— liicvi.t1'ff-a.---_,__.--_.i-L-i I1 7.,.0ml—l—,,-i.4l; ..; Ct 7 =a e•. . . n]. �i#1_ Ir L_. 1 [ A�la_Yi/ 1 i 4\._ iii ' iU DI i 1`fi�(=-' - 0111 i` ' m r W ``` 5 o O Ii. m I o] M = F Z m .... a �r.:„1 - ;. /� - JIk%II2ti• 1 i I c CD — KIWI• 0090H41Y411M-QM691.-61311 I ° ° I co 00$LHYhHivuremro9l W a" ii moan Y. '9r>Ixrslo2-epsr�n 1 I V I m s - I 1 I A.1 = 'sue Mil I 0 1 S:• -°`� ;f - Cl; . r. w.10 i x4JI . 'Ilk illIl - ,t bPwMaNRoaiItI - : .fir !1 ei •_..—1:i 6. Iii.......i--. wwl illie .o , lil 1 I 1 _ ►1 I� M O ia�. ® e71. -- I L _ °IIl _ 1 — i L .R4 ; .1 •_ — ^II h, ^O Ix. 0 V M • aii:: • ilia • Ilk 4 u MI - • u 4` 1111 f Imo/\/ IYr '.3" '.{ e —-aM M cn V M �•��.►0 • - III 4t .61.11 11 �/ � � Imo.-= ►� _ 4. fin. ,rffiii di il „ - I m ;_ - -- 0 1110Atl?0OYDIH-E 192-Bat 919BN I V I m I N0An109YDIH}fl o 2-DI 9I-PR I I C13 ACERT"" CAT® Industrial Engine Tier 3/Stage IIIA / 354 bkW/475 bhp @ 2100 rpm I _ CA✓T® ENGINE SPECIFICATIONS �,. . I-6,4-Stroke-Cycle Diesel B ,.. `;� Bore 130.0 mm (5.12 in) I • % Stroke 157.0 mm (6.18 in) Displacement 12.5 L (762.8 in') Aspiration Turbocharged Aftercooled Compression Ratio 17.3:1 i ,, Rotation (from flywheel end) Counterclockwise Weight, Net Dry (approximate kg, lb) 939 kg, 2070 lb 4':- a I Image shown may not reflect actual engine FEATURES IEmissions Full Range of Attachments Meets U.S. EPA Tier 3, EU Stage IIIA emission Wide range of bolt-on system expansion Irequirements. attachments,factory designed and tested. Worldwide Supplier Capability Unmatched Product Support Offered Through Caterpillar Worldwide Caterpillar Dealer Network I - Casts engine blocks, heads, and cylinder liners. More than 1,500 dealer outlets. - Machines critical components Caterpillar factory-trained dealer technicians service -Assembles complete engine every aspect of your industrial engine. Ownership of these manufacturing processes 99.7% of parts orders filled within 24 hours I enables Caterpillar to produce high quality, worldwide. dependable product. Caterpillar parts and labor warranty. Factory-designed systems built at Caterpillar ISO Preventive maintenance agreements available for certified facilities. repair before failure options. ITesting Scheduled Oil Sampling program matches your oil sample against Caterpillar set standards to Prototype testing on every model: determine: I - proves computer design internal engine component condition -verifies system torsional stability - presence of unwanted fluids -tests functionality on every model -- presence of combustion by-products Every Caterpillar engine is dynamometer tested I under full load to ensure proper engine Web Site performance. For all your industrial power requirements,visit www.cat-industrial.com. I I I 9 March 2011 6:58 AM I I 111 CAT® C13 ACERT' Industrial Engine Tier 3/Stage IIIA STANDARD ENGINE EQUIPMENT 354 bkW/475 bhp @ 2100 rpm Air Inlet System Fuel System Air to air aftercooled (ATAAC) MEUI injection Turbocharged Fuel filter, secondary (2 micron high performance) Fuel transfer pump Control System Fuel priming pump 1111 Electronic governing, PTO speed control ACERTT"'Technology Programmable ratings Cold mode start strategy Automatic altitude compensation Lube System . Power compensation for fuel temperature Crankcase breather Programmable low and high idle and total engine Oi cooler limit Oi filler Electronic diagnostics and fault logging Oi filter Engine monitoring system Oi pan front sump J1939 Broadcast(diagnostic and engine status) Oi dipstick ADEMT" A4 Oi pump (gear driven) Cooling System General Thermostats and housing, vertical outlet Paint, Caterpillar Yellow Jacket water pump, centrifugal Vibration damper Water pump, inlet Lifting eyes 011 Exhaust System I Exhaust manifold, dry Optional exhaust outlet Flywheels and Flywheel Housing SAE No. 1 Flywheel housing r I r ■ ■ ■ 2 9 March 2011 6:58 AM N CAT® C13 ACERV Industrial Engine Tier 3/Stage IIIA IPERFORMANCE CURVES 354 bkW/475 bhp @ 2100 rpm IND - D - DM7688-02 I 1544 111 1426 -- __ —f i - Engine 1307 r I English Torque Ib.ft 1188 I 475 I 416 Engine357 416 Power bhp 299 1 369 358 Ib/bhp-hr 347 336 li1200 1400 1600 1800 2000 2200 idEngine Speed rpm Engine Speed Engine Power Engine Torque BSFC lb/bhp-hr Fuel Rate ii rpm bhp 1b•ft gal/hr 2100 475 1188 .367 24.9 2000 475 1248 .361 24.5 1900 475 1314 .355 24.1 I 1800 475 1387 .349 23.7 1700 462 1426 .346 22.8 1600 446 1466 .344 22.0 id 1500 430 1505 .343 21.1 1400 412 1544 .343 20.2 1350 394 1533 .341 19.2 1300 376 1521 .339 18.3 I 1200 337 1474 .337 16.2 1100 299 1426 .369 15.7 I I I 3 9 March 2011 6:58 AM a OATC13 ACERT" Industrial Engine Tier 3/Stage IIIA RATINGS AND CONDITIONS 354 bkW/475 bhp @ 2100 rpm IND- D For service where maximum power is Engine Performance Diesel Engines—7 liter and required for periodic overloads. higher All rating conditions are based on SAE J1995, inlet air standard conditions of 99 kPa (29.31 in. Hg) dry barometer and 25°C (77°F)temperature. Performance measured using a standard fuel with fuel gravity of 35°API having a lower heating value of 42,780 kJ/kg (18,390 btu/lb) when used at 29°C (84.2° F) with a density of 838.9 g/L. 9 9 1202.6 [47.35] 1011.1 [39.B1] lV iskli 7��11 iip®,taYl � �'. Hass [a6.67] ` �r ,�-. l m ofmrI `vial1 ii.i. M1 0 9 0 Engine Dimensions (1) Length 47.35 in Note: Do not use for installation design. (2)Width 39.87 in See general dimension drawings for detail (Drawing #2741593 ). (3) Height 46.67 in Performance Number:DM7688-02 ©2011 Caterpillar Feature Code:C130103 Arr.Number:2364575 All rights reserved. Materials and specifications are subject to change without notice. The International System of Units(SI)is used in this publication. 16287063 CAT,CATERPILLAR,their respective logos,"Caterpillar Yellow,"the "Power Edge"trade dress,as well as corporate and product identity used herein,are trademarks of Caterpillar and may not be used without permission. ki 1. FABI !` CAT Power Systems www.fabco.com May 19, 2011 mityv Jim Steiner s MB Companies NI 1200 Park St. N Chilton, WI 53014 " IRef: Engine Audit for the MB Chassis/sweeper Truck E ., Engine S/N: LGK19560 Caterpillar C13 EauC'- ;on IIDear Jim, i Fa, I Thank you for your cooperation and assistance in completing the 2 • multiple tests of the new engine installations. The installation audit ensures 6J 62 {..1 I the machine owner receives the intended performance from the equipment including the Caterpillar engine. The mounting, cooling, air intake, exhaust, electrical, charge air cooler ' I (CAC) and fuel systems were all tested. In addition,the various engine Ba components are evaluated for access to insure that adequate service is "' a q B:.xI ' - provided when needed. 0' szt FABCO found that the installation meets an ambient air temperature T2 s capability of 103 degrees F. wausau Thank you again for your continued cooperation. , +u III Sincerely, v 5,o . , . s. .. _'� II Jesse Whitney FABCO Power Systems I I I I Ya e'.`.� .. . rT 4 ' ,ter € _ } vie _in.,...:.:-.a_ • it = y O a • . 1. t'. i'x yC § Zt.- - x y{ 414 . ii i i i ,,„ -- t t a_ i r. CU . ,, . } _ . ` . tl. � LI ,. -• Ratings and Specifications RATINGS MODEL RATIO PARK INPUT POWER' INPUT TORQUE' INPUT TORQUE TURBINE TORQUE' GVW GCW PAWL W/SEM'. hp(kW) lb-ft(N•m) lb-ft(N•m) lb-ft(N•m) Ihs(kg) Ihs(kg) 1000 RDS Close Ratio Yes 340(254) 550(746) 565(766) 850(1152) 19,500(8,845) 26,000(11,800) 2100 RDS Close Ratio No 340(254) 550(746) 565(766) 850(1152) 26,000(11,800) 26,000(11,800) 2200 RDS Close Ratio Yes 340(254) 550(746) 565(766) 850(1152) 26,000(11,800) 26,000(11,800) 2500 RDS -On/Off Highway Wide Ratio No 300(224) 550(746) 565(766) 850(1152) 33,000(15,000) 33,000(15,000) -Refuse Wide Ratio No 300(224) 550(746) 565(766) 850(1152) 24,200(11,000) - 3000 RDS -On/Off Highway Close Ratio - 370(276) 1100(1491) - 1600(2169) 80,000(36,288) 80,000(36,288) -Mixer Close Ratio - 350(261) 960(1300) - 1575(2135) 62,000(28,123) - -Refuse Close Ratio - 350(261) 1000(1356) - 1575(2135) 62,000(28,123) - -Specialty PTO,HET Close Ratio - 370(276) 1200(1627) - 1700(2305) - - 3500 RDS -On/Off Highway Wide Ratio - 300(224) 800(1085) - 1420(1925) 80,000(36,2138) 80,000(36,288) -Refuse,Mixer Wide Ratio - 300(224) 800(1085) - 1420(1925) 60,000(27,216) - -Specialty PTO,HET Wide Ratio - 315(235) 950(1288) - 1450(1966) - - 4000 RDS -On/Off Highway Close Ratio - 500(373) 1550(2102) - 2450(3322) - - -Specialty PTO,HET Close Ratio - 540(403) 1590(2156) - 2600(3525) - - 4500 RDS -On/Off Highway Wide Ratio - 500(373) 1550(2102) - 2450(3322) - - -Specialty PTO,HET Wide Ratio - 505(377) 1550(2102) - 2600(3525) - - 4700 RDS -On/Off Highway Wide Ratio - 500(373) 1550(2102) - 2450(3322) - - -HET Wide Ratio - 540(403) 1590(2156) - 2600(3525) - - 1 Gross ratings as defined by ISO 1585 or SAE 11995. 2 SEM=engine controls with Stet Energy Management 3 Turbine torque limit based an ISCAAN standard deductions. BASE MODEL FULL LOAD GOVERNED SPEED IDLE SPEED IN DRIVE OUTPUT SHAFT SPEED Min-Max(rpm) Min-Max(rpm) rpm 1000 2200-46001 500-900 5000 2100/2200 2200-4600' 500-900 4500 2500 2200.4500' 500-800 36002 3000 2000-2800 500.800 36002 4000 1700-2300 500-800 - 1 Engines with full lead governed speed greater than 3200 rpm require Application Engineering review. 2 Retardercquipped models only. [ MODEL FIRST SECOND THIRD FOURTH FIFTH SIXTH SEVENTH REVERSE 1000 ROS 3.10:1 1.81:1 1.41:1 1.00:1 0.71:1 -4.49:1 2100 RDS 3.10:1 1.81:1 1.41:1 1.00:1 0.71:1 - - -4.49:1 2200 RDS 3.10:1 1.81:1 1.41:1 1.00:1 0.71:1 - - -4.49:1 11 2500 RDS 3.51:1 1.90:1 1.44:1 1.00:1 0.74:1 -5.091 3000 RDS 3.49:1 1.86:1 1.41:1 1.00:1 0.75:1 0.65:1 - -5.03:1 3500 RDS 4.59:1 2.25:1 1.54:1 1.00:1 0.75:1 0.65:1 - -5.00:1 9i 4000 RDS 3.51:1 1.91:1 1.43:1 1.00:1 0.74:1 0.64:1 -4.80:1 4500 ROS 4.70:1 2.21:1 1.53:1 1.00:1 0.76:1 0.67:1 - -5.55:1 i4700 ROS 7.63:1 3.51:1 1.91:1 1.43:1 1.00:1 0.74:1 0.64:1 -4.80:1 € ALLISON TRANSMISSION __SERIES i a ,. 1 .ax •. ...,.,x _ _ .-w..- . . t _ --.._.,.. ...,_ .. _ ..__.... BASE MODEL MOUNTING PAD POSITIONS DRIVE GEAR RATING DRIVE GEAR RATING DRIVE BASE MODEL TORQUE POWER VIEWED FROM REAR WITH ONE PTO WITH TWO PTOS CAPACITY CAPACITY lb-ft(N•m) lb-ft(N•m) lb-ft(N•m) hp(kW) 1000 3 and 9 o'clock 250(339) 200(271) Turbine 3000 250(339) 200(271) Turbine -High 1600(2110) 600(447) 2000 3 and 9 o'clock -Medium 1300(1760) 500(373) 3000' 4 and 8 o'clock 485(660) 685(930) Engine -Low 11D0(1490) 400(298) 4000' 1 and 8 o'clock 685(930) 1175(1595) Engine 4000' 1 PTO-delete option available. -High 2000(2710) 600(447) -Medium 1600(2170) 600(447) BASE MODEL LENGTH' DEPTH'W/DEEP DEPTH'W/SHALLOW DRY WEIGHT OIL PAN/SUMP OIL PAN/SUMP -Low 1300(1760) 500(373) 1 Only medium-capacity available on 4700 ROS in(rum) in(mm) in(mm) lbs(kg) 1000 - -SAE No.3 mounting 28.01(711.4) 11.22(284.9) 10.71(272.0) 330(150) QE -SAE No.2 mounting 28.29(721.1) 11.22(284.9) 10.71(272.0) 330(150) BASE MODEL TORU NOMINAL CONVERTER STALL TORQUE 2000 1000 -SAE No.3mounting 28.01(711.4) 11.22(284.9) 10.71(272.0) 330(150) TC-210 2.05 -SAE No.2 mounting 28.29(721.1) 11.22(284.9) 10.71(272.0) 330(150) TC-211 2.00 3000 TC-221 1.73 -Basic model 28.16(715.3) 12.90(327.7) 11.13(282.7) 535(243) TC-222 1.58 -With PTO only 32.36(822.0) 12.90(327.7) 11.13(282.7) 575(261) 2000 -With retarder only 28.16(715.3) 12.90(327.7) 11.13(282.7) 615(279) TC•210 2.05 -With PTO&retarder 32.36(822.0) 12.90(327.7) 11.13(282.7) 655(298) TC-211 2.00 4000/4500 TC•221 1.73 -Basic model 30.75(781.1) 14.75(374.7) 13.17(334.6) 831(377) TC-222 1.58 -With PTO only 33.62(854.0) 14.75(374.7) 13.17(334.6) 893(405) 3000 -With retarder only 30.75(781.1) 14.75(374.7) 13.17(334.6) 906(411) TC-411 2.71 -With PTO&retarder 33.62(854.0) 14.75(374.7) 13.17(334.6) 968(439) TC-413 2.44 4700 TC-415 2.35 -Basic model 38.04(966.3) 14.89(378.2) - 1087(493) TC-417 2.20 -With PTO only 40.91(1039.2) 14.89(378.2) - 1149(521) TC-418 1.98 -With retarder only 38.04(966.3) 14.89(378.2) - 1162(527) TC-419 2.02 -With PTO&retarder 40.91(1039.2) 14.89(378.2) - 1224(555) TC-421 1.77 1 Length measured from flywheel housing to end of output shaft 2 Depth measured below transmission centerline. 4000 i TC-521 2.42 TC•531 2.34 BASE MODEL CAPACITY' MAIN CIRCUIT FILTER LOBE CIRCUIT FILTER ELECTRONICSENSOR OILS)L LEVEL TC-541 1.90 quarts(liters) TC-551 1.79 1000 Spin-On Canister - - TC-561 1.58 -Deep Oil Pan 19(18) [ 2000 Spin-On Canister - - -Deep Oil Pan 19(18) 3000 Integral Integral Standard -Deep Oil Sump 29(27) 4000 Integral Integral Standard' -Deep Oil Sump and PTO 51(48) -Deep Oil Sump 48(45) Recommended oil types for all models are TranSynd t"or Dexronm-lll. 1 Transmission only.Dees not include cooler,hoses or fittings. 2 4700 ROS retarder model must use 4-inch sump without OLS. ` INLAND POWER GROUP May 22, 2012 Jim Steiner Chief Engineer M-B Companies, Inc. 1200 Park Street Chilton, Wisconsin 53014 Dear Jim, M-B Companies, Inc. is recognized by Allison Transmission Inc. as a Distributor Managed Original Equipment Manufacturer through Inland Power Group. M-B Companies, Inc. has been a DMOEM since 2010. Allison Transmission requires a transmission Installation Review to be performed on new installations of Allison Transmission Product. The Installation Review results are meant to be a template to be followed by M-B Companies for future installations of Allison Transmissions in your vehicles. This review is only applicable to the vehicle examined. It is the responsibility of the vehicle manufacturer to assure the conformance of the vehicles that they produce to the requirements and guidelines published in Allison Transmission Tech Data. Inland Power Group performed an Allison Transmission Installation Review for M-B Companies, Inc. on April 23, 2012. There are no outstanding issues regarding the installation of the 4000 series Allison Transmission E020497. I Sincerely, 1 Ryan DeGeorge Application Engineer I 13015 W.Custer Avenue•Butler,Wisconsin 53007-0916 Wisconsin:Milwaukee&DePere,Michigan:Iron Mountain,Illinois:Carol Stream&Rockford,Indiana:Gary www.inlandpowergroup.com I (TV p Air ort Snow Removal Products M-B Transfer Case Assembly 44 U --'-� I] ,�\. 1 r o d .,:i ' ( , , ' ' -'., i ,i# '(( . ; Eaton True Trac Differential The M-B Transfer case is designed to transfer power from the drive engine to the front and rear axle assemblies.The transfer case automatically distributes power to the correct axle with infinite biases ranging from 75%front/25%rear to 25%front/75% rear and anywhere in between as needed. • MB Transfer Case features: • 1.52 : lgear ratio • Automatic biasing full time AWD • Two-piece gear case halves. The two-piece design makes servicing easy. • Forged and heat treated helical cut gear shafts reduce operating noise • Adjustable tapered roller bearings provide long life even in tough running conditions • Splash lubrication is standard • Full pressure lubrication is available as an option 11111T M-B Companies, Inc. /Airport Snow Removal Products 1200 Park Street/Chilton, Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629/sales@m-bco.com/www.m-bco.com 4/11 V In the interest of continuous product improvement,M-B Reserves the right to change specifications without notice. ' Airport now - emova ' ro I uc s Z-B Front Driving / Steering Axle Assembly /71 m� y l ' M-B front axle assemblies are designed to efficiently transfer power from the drive engine to the wheels.M-B front axles are rated at 29,000 lbs. and include limited slip differentials. • MB front axles feature: • Maximum cramp angle of 35 degrees, offers a short turning radius • Fabricated steel axle housings are lightweight and high strength • Components made from high strength steel castings • Hardened steel spline drive flange • Forged and heat-treated axle shafts • Maintenance free spherical kingpin bushings • Fully adjustable tie rod ends allow for easy alignment adjustments • Dual steering arms help provide excellent steering feel and control • Maintenance free universal joints inside the trunnion balls • Tapered spring suspension provide optimal ride comfort • ABS air brakes help control vehicle in extreme environments • Bendix 16.5 x 7 inch s-cam brake provide plenty of stopping power • Front axles 29,000 lbs.capacity • Axles include driver controlled limited slip differential. • MB front axles come with Dana R190(MB2 and MB5) or Dana 23 (MB 1,MB3 and MB4) series carriers. 1111 • Dana 190 features single reduction hypoid gearing • Dana 23 series features reverse cut gearing N frt.) I M-B Companies, Inc. I Airport Snow Removal Products 1200 Park Street/Chilton,Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629/sales@m-bco.com/www.m-bco.com 4/11 rrn In the interest of continuous product improvement,M-B Reserves the right to change specifications without notice. } nrwAirport Snow Removal Products 5 M-B Rear Axle Assembly is i L' • "fif A 5 * Aa.." - -0.(. .e.w(.. 444.44,„ F, r � ��1►'11r'� e i .46-,,,,... 0,, dolt M-B Rear axle assemblies are designed to efficiently transfer power from the drive engine to the wheels.M-B rear axles are rated at 27,000 lbs. and come in both straight and fully steerable configurations. • MB rear axles feature: • 27,000 lbs. capacity • Driver controlled differential lock • Fabricated steel axle housings are lightweight and high strength I • Components made from high strength steel castings • Hardened steel spline drive flange • Forged and heat-treated axle shafts I • Maintenance free spherical kingpin bushings • Fully adjustable tie rod ends allow for easy alignment adjustments • Maintenance free universal joints inside the trunnion balls I • Tapered spring suspension provide optimal ride comfort • ABS air brake control sensor and tone ring helps control vehicles in extreme environments • Bendix 16.5 x 7 inch s-cam brake provide plenty of stopping power • MB rear axles come in straight and full-steering configurations • Fully steerable rear axles can be locked in straight from within the cab • Cramp angle of up to 30 degrees, offers a short turning radius • Dual steering arms help provide excellent steering feel and control • MB rear axles come with Dana R190 or Dana 23 series carriers. • Dana 190 features single reduction hypoid gearing • Dana 23 series features reverse cut gearing I nvkb M-B Companies, Inc. / Airport Snow Removal Products I 1200 Park Street/Chilton,Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629/sales@m-bco.com/www.m-bco.com 4/11 In the interest of continuous product improvement,M-B Reserves the right to change specifications without notice. 4 Page lot1 i M-B Companies, Inc. i i I t Attachments Division, Pavement Marking Division Airport Snow Removal Products Brush Replacements, 79 Montgomery Street 1200 Park Street Administration Montgomery,PA 17752 Chilton,WI 53014 Illriki TM 1615 Wisconsin Avenue Phone: 888-323-2900 Phone; 800-558-5800 P.O.Box 200 Fax: 570-547-1629 Fax: 920-849-2629 New Holstein,WI 53061 Phone: 800-558-5800 Fax: 920-898-4588 Drive Components Certification I To: Airport Snow Removal Products Marketing ISUBJECT: MB1, MB2, MB3,MB4, MB5 Series Components Rating Removal M-B Companies Engineering certifies that the following MB manufactured components Iinstalled in the subject vehicles are rated for these vehicles as delivered. Front Drive/Steer Axles I 27K drive/steer axle w/S-cam brakes 29K drive/steer axle w/S-cam brakes I Single Rear Drive/ Steer Axles (Rear steer axle) 27K drive/steer axle w/S-cam brakes I Transfer Cases MB Nose box assembly 1.63 ratio MB Up/Down transfer box 1:1 MB Transfer case w/Trutrac differential I . Snow Blower Drive Gearbox MB4 series single speed clutch/drop box MB4 series single speed impeller drive I Jam teiner Chief Engin er IM-B Companies I I I i rN C18 ACERT'" CAT111 ® Tier 3 Ili 4,3 tr ` n J 522 bkW/700 bhp Qa 2100 rpm f? II CAT® ENGINE SPECIFICATIONS Image shown may not reflect 1-6,4-Stroke-Cycle Diesel actual engine Bore 145.0 mm (5.71 in) 1111 Stroke 183.0 mm (7.2 in) Displacement 18.1 L (1,104.53 in') Aspiration Turbocharged Aftercooled Compression Ratio 16.3:1 III Rotation (from flywheel end) Counterclockwise Weight, Net Dry (approximate) 1769 kg (3900 Ib) FEATURES Worldwide Supplier Capability Full Range of Attachments Caterpillar Wide range of bolt-on system expansion - Casts engine blocks, heads, cylinder liners, and attachments,factory designed and tested. flywheel housings - Machines critical components Unmatched Product Support Offered Through -Assembles complete engine Worldwide Caterpillar Dealer Network - Factory-designed systems built at Caterpillar ISO9001 More than 1,800 dealer outlets Ownership2000 certifiedfth facilitiesm Caterpillar facto trained dealer technicians service of these manufacturing processes p factory-trained Caterpillar to produce high quality, every aspect of your industrial engine dependable product. 99.7% of parts orders filled within 24 hours . worldwide Caterpillar parts and labor warranty Testing Preventive maintenance agreements available for Prototype testing on every model: repair before failure options - proves computer design -verifies system torsional stability Scheduled Oil Sampling program matches your oil -functionality tests every model sample against Caterpillar set standards to determine: Every Caterpillar engine is dynamometer tested - internal engine component condition under full load to ensure proper engine - presence of unwanted fluids performance. - presence of combustion by-products Web Site For all your industrial power requirements,visit www.cat-industrial.com. 19 October 2011 7:13 AM CAT® C18 ACERT" Tier 3 STANDARD ENGINE EQUIPMENT 522 bkW/700 bhp @ 2100 rpm Air Inlet System Flywheels and Flywheel Housing Turbocharged Aftercooled --429-470 bkW(575-630 SAE No. 1 Flywheel housing bhp) Twin Turbocharged Aftercooled -- 522-597 bkW (700-800 bhp) Fuel System ATAAC MEUI injection Fuel filter, secondary (2 micron high performance) Fuel transfer pump Fuel priming pump Charging System ACERTTM Technology Charging alternator 24 volt, 50 amp Lube System Control System Crankcase breather Oi cooler Electronic governing Oi filler PTO speed control Oi filter Programmable ratings Oi pan front sump Cold mode start strategy Oi dipstick Automatic altitude compensation Oi pump (gear driven) Power compensation for fuel temperature Programmable low and high idle and total engine General limit Electronic diagnostics and fault logging Paint, Caterpillar Yellow Engine monitoring system Vibration damper J1939 Broadcast (diagnostic and engine status) Lifting eyes ADEMTM A4 Cooling System Thermostats and housing, vertical outlet Jacket water pump, centrifugal Water pump, inlet Exhaust System Exhaust manifold, dry Optional exhaust outlet 2 19 October 2011 7:13 AM L1J C18 ACERT"" RATINGS AND CONDITIONS Tier 3 522 bkW/700 bhp @ 2100 rpm IND-C (Intermittent) Intermittent service where Engine Performance Diesel Engines—7 liter and maximum power and/or speed are cyclic (time at full higher load not to exceed 50%). All rating conditions are based on SAE J1995, inlet air standard conditions of 99 kPa (29.31 in. Hg) dry barometer and 25°C (77°F)temperature. Performance measured using a standard fuel with fuel gravity of 35°API having a lower heating value of 42,780 kJ/kg (18,390 btu/lb)when used at 29°C (84.2°F) with a density of 838.9 g/L. I I Engine Dimensions (1) Length 55.67 in Note: Do not use for installation design. (2) Width 38.35 in See general dimension drawings for I. detail (Drawing#3176072 I. (3) Height 49.47 in Performance Number: DM9661-00 ©2011 Caterpillar I Feature Code:C18DP02 Arr. Number:2410021 All rights reserved. Materials and specifications are subject to change without notice. The International System of Units(Si)is used in this publication. 16303704 CAT,CATERPILLAR,their respective logos,"Caterpillar Yellow,"the S 'Power Edge"trade dress,as well as corporate and product identity used herein,are trademarks of Caterpillar and may not be used without permission. k Airport Snow Removal Products l c M-B Snow Blower Drop Box �F e rsr,s.,1 \IIii\A ' 116.1 ,:,1,''' ill 2 • '':•, le# ' ) r , \ . 1,.` .7, tll I ' , cu tThe M-B snow blower drop box is designed to transfer power from the auxiliary engine to the snow blower impeller. M-B snow blower drop box features: I • 2.54 : 1 gear ratio • 750hp capacity • Hydraulically applied clutch with soft start for smooth engaging I • Automatic driveline disconnect when driveshaft support stand is raised • Full pressure lubrication is standard • Two-piece gear case halves. The two-piece design makes servicing easy 1 • Forged and heat treated helical cut gear shafts reduce operating noise • Adjustable tapered roller bearings provide long life even in tough running conditions I I I M-B Companies, Inc. / Airport Snow Removal Products I rq, 1200 Park Street/Chilton,Wisconsin 53014 1-800-558-5800/Fax: 920-849-2629/sales@m-bco.com I www.m-bco.com 4/11 rM In the interest of continuous product improvement,M-B Reserves the right to change specifications without notice. il Limited Warranty I Limited Warranty: Subject to the limitations set forth herein, M-B Companies, Inc. Airport Maintenance Products division ("M-B") warrants its products to be free from defects in material and Iworkmanship for one year from the date of delivery of the product to its original owner. Parts used for warranty repairs shall be warranted to the end of the Limited Warranty period or ninety days, whichever is longer. This warranty is not transferable without the written consent of M-B. This warranty is not Itransferable without the written consent of M-B. Notice: M-B's obligations under this Limited Warranty are conditioned on M-B receiving, within the I warranty period, written notice from Buyer specifying the nature of any alleged defect and requesting corrective action by Seller. I Remedies: M-B, at its option, will repair or replace, or provide a credit to the buyer for defective warranted items. If requested by M-B, products or parts for which a warranty claim is made shall be returned, transportation prepaid by M-B, to M-B's factory. Buyer shall not return any product for Irepair, replacement or credit without M-B's advance written consent. Other Manufacturer's Warranty: On products furnished by M-B, but manufactured by any other II manufacturer, the warranty of said manufacturer, if any, will be assigned to the buyer, if the said warranty is assignable. This includes any portion of said manufacturer's warranty which is longer than the M-B standard warranty. However, M-B does not represent or guarantee that the other manufacturer 111 will comply with any of the terms of their warranty. Exclusions: Anyimproper use, o operation beyond capacity, or substitution ofparts not approved P Y PP by II M-B, or alteration or repair by others in such a manner as in M-B's judgment materially and/or adversely affects the product shall void this warranty. This warranty does not apply to defects caused by damage or unreasonable use while in the possession of the owner, including but not limited to: S failure to provide reasonable and necessary maintenance, normal wear, routine tune-ups or adjustments, improper handling or accidents, operation at speed or load conditions contrary to published specifications, improper or insufficient lubrication, or improper storage. IIThe batteries, tires, rubber materials,brushes and material normally consumed in operation, are excluded from this warranty S Limitations of liability: M-B shall not be liable for any incidental, consequential, punitive or special damages of any kind, including, but not limited to,consequential labor costs, transportation charges, and rental costs, in connection with the repair or replacement of defective parts, or lost time or lost IIprofits or expense which may have accrued because of said defect. M-B disclaims all other warranties, whether expressed or implied, including but not limited to any II implied warranty of merchantability or fitness for a particular purpose. This warranty is the exclusive remedy of buyer. This warranty cannot be extended,broadened or changed in any respect except in writing by an authorized officer of M-B. 5 Notwithstanding anything in this warranty to the contrary, in no event shall M-B's total liability hereunder exceed the purchased price of the particular product. ; . "Lee RATtNG /D 111�ORTAiQtN PR1t1�ABifMAl80H6EQ�A�lf-PA PJWHYt9i1N /0' 1Sf�94)i 1 I 244Paek500it ' _ 79i1odaimeOriet` 242Obvalditaii3E" 1815YiiAm aiW'taizte S . .aionNIS i4 MZPiit7752 SaestOR973O2 : ; iigstflo ittjE61 SO4 5585800 i 333-29ce $43353 2989• 60$5S8-5Epa ,1 W W W . M - B C O . CO M