Ordinance No. 16,224 ORDINANCE NO. 16,224
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN,TEXAS,
ACCEPTING THE BID OF IVM SOLUTIONS, LLC, FOR THE PURCHASE OF ONE
HERBICIDE TRUCK WITH ROADSIDE SPRAYER FOR THE CITY OF BAYTOWN
PARKS AND RECREATION DEPARTMENT; AUTHORIZING PAYMENT BY THE
CITY OF BAYTOWN IN AN AMOUNT NOT TO EXCEED ONE HUNDRED
SEVENTY-FOUR THOUSAND FIVE HUNDRED NINETY-THREE AND 25.100
DOLLARS ($174,593.25); MAKING OTHER PROVISIONS RELATED THERETO;
AND PROVIDING FOR THE EFFECTIVE DATE THEREOF.
WHEREAS, the City Council of the City of Baytown did authorize the Purchasing Division of the
City of Baytown to advertise for bids for the purchase of one Herbicide Truck with Roadside Sprayer to be
received on April 24, 2025; and
WHEREAS, notice to bidders as to the time and place, when and where the contract would be let
was published pursuant to the provisions of Chapter 252 of the Texas Local Government Code; and
WHEREAS, all bids were opened and publicly read at Baytown City Hall at 1:00 p.m., Thursday,
April 24, 2025, as per the published notice to bidders; NOW THEREFORE,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS:
Section 1: That the City Council of the City of Baytown hereby accepts the bid of IVM
Solutions, LLC, for the purchase of one Herbicide Truck with Roadside Sprayer for an amount not to exceed
ONE HUNDRED SEVENTY-FOUR THOUSAND FIVE HUNDRED NINETY-THREE AND 25,100
DOLLARS (S174,593.25)and authorizes payment thereof.
Section 2: That the City Council of the City of Baytown, Texas, hereby authorizes and directs
the City Manager to execute and the City Clerk to attest to a Purchase Agreement with IVM Solutions,
LLC, for the purchase of a Herbicide Truck with Roadside Sprayer. A copy of said agreement is attached
hereto as Exhibit "A" and incorporated herein for all intents and purposes.
Section 3: That pursuant to the provisions of Texas Local Government Code Annotated
§252.048, the City Manager is hereby granted general authority to approve any change order involving a
decrease or an increase in costs of FIFTY THOUSAND AND NOA00 DOLLARS ($50,000.00) or less,
subject to the provision that the original contract price may not be increased by more than twenty-five
percent (250,o) or decreased by more than twenty-five percent (25%) without the consent of the contractor
to such decrease.
Section 4: This ordinance shall take effect immediately from and after its passage by the City
Council of the City of Baytown.
INT—OpUCED, READ and PASSED by the affirmative v e the ty Co cil of the City of
Bayl y nithis the 2 '.'r day of August, 2025.
N C RLES J ON, Mayor
�4TES - • 1
GE AG O)_ :City Clerk
O)VED A O F )RM:
11-1
SCOTT LE U1t-lutions-Ordinance
L),cityttorney
R'.Ordinances and Re Drafts 2025.08.28'--wthori7tng Purchase of Herbicide Truck.]VM Solutions.kh docx
EXHIBIT "A"
AGREEMENT FOR THE PURCHASE OF Herbicide Truck with Roadside Sprayer
STATE OF TEXAS
COUNTY OF HARRIS §
This Agreement (this "Agreement") is entered into by and between IVM Solutions LLC
(hereinafter "Vendor") and the City of Baytown, a home-rule municipality located in Harris and
Chambers Counties, Texas(the"City").
1. Scope
This Agreement is for the purchase of one [Herbicide Truck with Roadside Sprayer attachment]
(the "Goods") for and on behalf of the City. This Agreement shall commence on the date of
execution by the City Manager or his designee ands all terminate the earlier of. (a) delivery of
the Goods in accordance with paragraph 2, or(b) _(_j months following execution by the
City Manager or his designee. The Scope of Work from RFP #25:0148 is attached to this
Agreement as Exhibit "A"and is fully incorporated by reference for all purposes.
2. Price and Delivery
a. The City shall pay Vendor the sum of One-hundred seventy-four thousand, five
hundred ninety-three dollars and 25/100's ($174,593.25)for delivery of the Goods
as follows.
i. Chassis Mounted Sprayer Unit ..................................................$109,293.25
ii. Ford F-550 Chassis .... . ...................... . ....................................$65 300.00
iii. See Schedule A for Equipment Itemized List.............................I........$0.00
iv. ........................................... ...................................................................S0.00
v. ........................................... ........................................S0.00
vi. Total Not to Exceed..................................................................$174,593.25
b. Vendor shall not exceed the fixed contractual amount without written authorization
in the form of contract amendment.
C. Vendor shall invoice based upon conforming Goods actually delivered to the City
Vendor shall not invoice the City for services or expenses that were incurred more
than sixty (60) days before the date of the invoice. Failure to timely invoice the
City for services or expenses shall result in Vendor's invoice being denied.
d. In the event of a disputed or contested invoice, the City may withhold from payment
that portion so disputed or contested. and the undisputed portion wil I be paid.
C. The City shall pay Vendor the maximum rate permitted by Chapter 2251 of the
Texas Government Code on any pact due payment not received within thirty (30)
days after the payment due date_ In accordance with §2251.043. in a formal
administrative or judicial action to collect an invoice payment or interest due under
Aun:emcnt for the Purchase of Goods, Page I Rev. 7 29.2025
this chapter, the opposing party, which may be the City or Vendor, shall pay the
reasonable attorney fees of the prevailing party_
f. Vendor is not authorized to ship the Goods under reservation and no tender of a bill
of lading will serve as a tender of Goods.
g, The title and risk of loss of the Goods shall not pass to the City until the City
actually receives and takes possession of the Goods at the point or points of delivery
in Baytown,Texas.
h. Every tender or delivery of Goods must fully comply with all provisions of this
Agreement as to time of delivery, quality and the like. If a tender is made which
does not fully conform, this shall constitute a breach and Vendor shall not have the
right to substitute a conforming tender, provided, where the time for performance
has not yet expired, the Vendor may reasonably notify the City of its intention to
cure and may then make a conforming tender within the contract time, but not
aflerward unless evidenced by the City's consent executed by the City Manager or
his designee.
3. Insurance
Vendor shall procure and maintain at its sole cost and expense 1br the duration of the Agreement,
insurance against claims for injuries to persons or damages to property which may arise from or
in connection with the purchase of the Goods hereunder by Vendor, its agents, representatives,
volunteers, employees or subcontractors.
a. Vendor's insurance coverage shall be primary insurance with respect to the City, its
officials,employees and agents. Any insurance or self-insurance maintained by the
City, its officials, employees or agents shall be considered in excess of Vendor's
insurance and shall not contribute to it. Further, Vendor shall include all
subcontractors, agents and assigns as additional insureds under its policy or shall
furnish separate certificates and endorsements for each such person or entity. All
coverages for subcontractors and assigns shall be subject to all of the requirements
stated herein
The following is a list of standard insurance policies along with their respective
minimum coverage amounts required in this Agreement:
1. Commercial General Liability
■ General Aggregate: S2.000.000
■ Products& Completed Operations Aggregate: S2,000,000
■ Personal & Advertising Injury: S 1.000.000
■ Per Occurrence: $1,000,000
■ Fire Damage S500,000
■ Waiver of Subrogation required
■ Coverage shall be broad form
Agreement for the Purchase of Goods, Page 2 revised 7.29 2025
■ No coverage shall be deleted from standard policy without
notification of individual exclusions being attached for review and
acceptance.
ii. Business Automobile Policy
■ Combined Single Limits: $1,000,000
■ Coverage for"Any Auto"
■ Waiver of Subrogation required.
iii. Errors and Omissions
■ Limit: $1,000,000
■ Claims-made form is acceptable
■ Coverage will be in force for one(1)year after delivery of the Goods
■ Waiver of Subrogation required.
iv. Workers'Compensation
■ Statutory Limits
■ Employer's Liability$500,000
■ Waiver of Subrogation required.
b. The following shall be applicable to all policies of insurance required herein:
i. Insurance carrier for all liability policies must have an A.M. Best Rating of
A:VIII or better.
ii. Only insurance carriers licensed and admitted to do business in the State of
Texas will be accepted.
iii. Liability policies must be on occurrence form. Errors and Omissions can
be on claims-made form_
iv. Each insurance policy shall be endorsed to state that coverage shall not be
suspended, voided,canceled or reduced in coverage or in limits except after
thirty (30) days prior written notice by mail, return receipt requested, has
been given to the City.
V. The City, its officers, agents and employees are to be added as Additional
Insureds to all liability policics, with the exception of the Workers'
Compensation and Errors and Omissions Policies required herein.
vi. Upon request and without cost to the City, certified copies of all insurance
policies and/or certificates of insurance:shall be fumished to the City.
vii. Upon request and without cost to the City, loss runs (claims listing)of any
and/or all insurance coverages shall be furnished to the City.
Agreement for the Purchase of Goods,Page 3 revised 7.29.2025
viii. All insurance required herein shall be secured and maintained in a company
or companies satisfactory to the City, and shall be carried in the name of
Vendor. Vendor shall provide copies of insurance policies and
endorsements required hereunder to the City on or before the effective date
of this Agreement.
4. Indemnification and Release
VENDOR AGREES TO AND SHALL INDEMNIFY AND HOLD
HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS,
AND EMPLOYEES (HEREINAFTER REFERRED TO AS THE
"CITY") FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES,
DAMAGES, CAUSES OF ACTION, SUITS AND LIABILITY OF
EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION,
COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY TO OR
DEATH OF ANY PERSON, FOR DAMAGE TO ANY PROPERTY OR
FOR ANY BREACH OF CONTRACT TO THE EXTENT ARISING
• OUT OF OR IN CONNECTION WITH AN ACT OF NEGLIGENCE,
INTENTIONAL TORT, INTELLECTUAL PROPERTY
INFRINGEMENT,OR FAILURE TO PAY A SUBCONTRACTOR OR
SUPPLIER COMMITTED BY THE VENDOR OR THE VENDOR'S
AGENT, VENDOR UNDER CONTRACT, OR ANOTHER ENTITY
OVER WHICH THE VENDOR EXERCISES CONTROL
(COLLECTIVELY, VENDOR'S PARTIES). IT IS THE EXPRESS
INTENTION OF THE PARTIES HERETO, BOTH VENDOR AND
THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS
PARAGRAPH IS INDEMNITY BY VENDOR TO INDEMNIFY AND
PROTECT THE CITY FROM THE CONSEQUENCES OF
VENDOR'S PARTIES' OWN WILLFUL MISCONDUCT, JOINT OR
SOLE NEGLIGENCE, AS WELL AS THE VENDOR'S PARTIES'
INTENTIONAL TORTS, INTELLECTUAL PROPERTY
INFRINGEMENTS, AND FAILURES TO MAKE PAYMENTS
ARISING OUT OF OR IN CONNECTION WITH THIS
AGREEMENT. SUCH INDEMNITY SHALL NOT APPLY,
HOWEVER, TO LIABILITY ARISING FROM THE PERSONAL
' INJURY, DEATH, OR PROPERTY DAMAGE OF PERSONS THAT
IS CAUSED BY OR RESULTS FROM THE NEGLIGENCE OF ANY
PERSON OTHER THAN THE VENDOR'S PARTIES. IN THE
EVENT THAT ANY ACTION OR PROCEEDING IS BROUGHT
AGAINST THE CITY FROM WHICH THE CITY IS INDEMNIFIED,
VENDOR FURTHER AGREES AND COVENANTS TO DEFEND
Aareement for the Purchase orGoodl,Page 4 revises!7 29 2025
THE ACTION OR PROCEEDING BY LEGAL COUNSEL
ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED
HEREINABOVE SHALL SURVIVE THE TERMINATION AND/OR
EXPIRATION OF THIS AGREEMENT.
By this Agreement, the City does not consent to litigation or suit,and the City hereby
expressly revokes any consent to litigation that it may have granted by the terms of
this Agreement or any other contract or agreement, any charter, or applicable state
iaw. Nothing herein shall be construed so as to limit or waive the City's sovereign
immunity. Vendor assumes full responsibility for its services performed hereunder
and hereby releases, relinquishes and discharges the City, its officers, agents, and
employees from all claims,demands,and causes of action of every kind and character,
including the cost of defense thereof,for any injury to or death of any person(whether
they be either of the parties hereto, their employees, or other third parties) and any
loss of or damage to property (whether the property be that of either of the parties
hereto, their employees, or other third parties) that is caused by or alleged to be
caused by, arising out of, or in connection with Vendor's services to be performed
hereunder. This release shall apply with respect to Vendor's services regardless of
whether said claims, demands, and causes of action are covered in whole or In part
.by insurance.
5. Records
Within ten (10) days of the City's request and at no cost to the City, the City will be entitled to
review and receive a copy of all documents relating to the purchase and delivery of the Goods.
6. Supervision of Vendor
Vendor is an independent contractor, and the City neither reserves nor possesses any right to
control the details of the Goods provided by Vendor under the terns of this Agreement.
7. Billing
The City shall have thirty (30) days to pay Vendor's invoices from the date of receipt of such
invoices and necessary backup information. All invoices must identify the Goods with specificity
and the date(s)of the Goods' delivery, In the event of a disputed or contested invoice, the parties
understand and agree that the City may withhold the portion so contested. but the undisputed
portion will be paid. Vendor shall not invoice the City for Goods not provided. Invoices shall be
received by the City no later than sixty(60)calendar days from the date Vendor delivers the Goods
to the City. Failure by Vendor to comply with this requirement shall result in Vendor's invoice being
denied and the City being relieved from any liability for payment of the late invoice.
8. indebtedness
If Vendor, at any time during the term of this Agreement. incurs a debt, as that word is defined in
section 2-662 of the Code of Ordinances of the City of Baytown, it shall immediately notify the
City's Director of Finance in writing. if the City's Director of Finance becomes aware that Vendor
has incurred a debt, the City's Director of Finance shall immediately notify Vendor in writing. If
Vendor does not pay the debt within thirty(30)days of either such notification,the City's Director
Aerevrrrrnt for the Purchase of G ods. Page 5 rcmed 7.29.2025
of Finance may deduct funds in an amount equal to the debt from any payments owed to Vendor
under this Agreement, and Vendor waives any recourse therefor.
9. Verifications
If Vendor has ten (10) or more full-time employees and Vendor's total compensation under this
Agreement has a value of One Hundred Thousand Dollars (S100,000.00) or more, Vendor makes
the following verifications in accordance with Chapters 2271 and 2274 of the Texas Government
Code:
a. the Vendor does not boycott Israel and will not boycott Israel during the term of
the contract to be entered into with the City of Baytown;
b. the Vendor does not boycott energy companies and will not boycott energy
companies during the term of the contract to be entered into with the City of
Baytown, and
C. the Vendor does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association and will not
discriminate during the term of the contract against a firearm entity or firearm trade
association.
10. Governing Law
This Agreement has been made under and shall be governed by the laws of the State of Texas.
The parties further agree that performance and all matters related thereto shall be in 1 larris County.
Texas.
11. Notices
Unless otherwise provided in this Agreement, any notice provided for or permitted to be given
must be in writing and delivered in person or by depositing same in the United States mail,postpaid
and registered or certified,and addressed to the party to be notified, with return receipt requested,
or by delivering the same to an officer of such party. Notice deposited in the mail as described
above shall be conclusively deemed to be effective, unless otherwise stated in this Agreement,
from and after the expiration of three (3)days after it is so deposited.
For the purpose of notice, the addresses of the parties shall be as follows unless properly changed
as provided for herein below:
For the City:
CITY OF BAYTOWN
Attn: City Manager
P. O. Box 424
Baytown. Texas 77522-0424
-Fur Vendor:
IVM SOLUTIONS LLC
2458 LEE Road 88
Waverly,AL,36879
Aercement for the Purchase of Goods. Page 6 revised 7.29.2U25
Each party shall have the right from time to time at any time to change its respective address and
each shall have the right to specify a new address, provided that at least fifteen (15) days written
notice is given of such new address to the other party.
12. No Third-Party Beneficiary
This Agreement shall not bestow any rights upon any third party,but rather,shall bind and benefit
Vendor and the City only.
13. No Right to Arbitration
Notwithstanding anything to the contrary contained in this Agreement,the City and Vendor hereby
agree that no claim or dispute between the City and Vendor arising out of or relating to this
Agreement shall be decided by any arbitration proceeding, including, without limitation, any
proceeding under the Federal Arbitration Act (9 U.S.C. Sections 1-14), or any applicable State
arbitration statute, including, but not limited to, the Texas General Arbitration Act. provided that
in the event that the City is subjected to an arbitration proceeding notwithstanding this provision.
Vendor consents to be joined in the arbitration proceeding if Vendor's presence is required or
requested by the City of complete relief to be recorded in the arbitration proceeding_
14. Waiver
No waiver by either party to this Agreement of any term or condition of this Agreement shall be
deemed or construed to be a waiver of any other term or condition or subsequent waiver of the
same term or condition.
15. Complete Agreement
This Agreement represents the entire and integrated agreement between the City and Vendor in
regard to the subject matter hereof and supersedes all prior negotiations, representations or
agreements, whether written or oral, on the subject matter hereof. This Agreement may onty be
amended by written instrument approved and executed by both of the parties. The City and Vendor
accept and agree to these terms.
16. No Assignment
Vendor may not sell or assign all or part interest in this Agreement to another party or parties
without the prior express written approval of the City Manager or his designee of such sale or
assignment. The City may require any records or financial statements necessary in its opinion to
ensure such sale or assignment will be in the best interest of the City.
17. Headings
The headings used in this Agreement arc for general reference only and do not have special
significance.
18. Severability
All parties agree that should any provision of this Agreement be determined to be invalid or
unenforceable, such determination shall not affect any other term of this Agreement, which shall
continue in full force and effect.
A rcement for the Purchase gfGoods, Page 7 revised 7.29.2025
19. Ambiguities
In the event of any ambiguity in any of the terms of this Agreement, it shall not be construed for
or against any party hereto on the basis that such party did or did not author the same.
20. Authority
The officers executing this Agreement on behalf of the parties hereby represent that such officers
have full authority to execute this Agreement and to bind the party he/she represents.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple
copies, each of which shall be deemed to be an original, but all of which shall constitute but one
and the same Agreement on the_ day of , 20 , the date of execution by the City
Manager or his designee of the City of Baytown.
CITY OF BAYTOWN
(Signature)
(Printed Name)
(Title)
ATTEST:
ANGELA JACKSON, City Clerk
APPROVED AS TO FORM:
(Signature)
(Printed Name)
(Title)
Aereement for the Purchase of Goods,Page 9 revised 7.29 2025
VENDOR:
j1VM Solutions LCI
(Signature)
(1�1 �-I' I ICA
(Printed Nary } J
Ick'o
r� (Title)
STATE OF TEXAS
COUNTY OF §
Before me on this day personally appeared in his/her
capacity as [Add Ti tic(,on behalf of such (Add Vendoes Lce Name1, -TV w `;,'+Lu Ices, U—'C--
('r�s
known to
proved to me on the oath of _: or
] proved to me through his/her current
(description of identification card or other document issued by the federal
government or any state government that contains the photograph and signature of
the acknowledging person
(check one)
to be the person whose name is subscribed to the foregoing instrument and acknowledged to me
that he/she executed the same for the purposes and consideration therein expressed.
SUBSCRIBED AND SWORN before me this ( ' day of . l,llu , 20 i.C
L
ANGELA T.MCGINTY ' I
NOTARY PUBLIC Notary Pub c in and for the State o
ALABAMA STATE AT LARGE
COMM.EXP 06/08/27
R tiseaitlCunimu%Contm-c TemplairSC%wds TonplawNun Gmw(Fetlrble)JMX
,&wxement for the Purchase of Goods, Page 9 revised 7.29 2025
AR
41
WK �
ift
i
C *Ity of Baytown
y �k
CHASSIS MOUNTED SPRAYER UNIT
Proposal
Introduction
I hope this letter finds you in good health and high spirits. I am writing to introduce IVM
Solutions LLC and express our enthusiasm to collaborate with City of Baytown in the
development of a specialized chassis mounted sprayer unit tailored to meet your
unique needs and requirements.
IVM Solutions LLC is a reputable and innovative leader in the field of manufacturing
specialized vehicles for various industries. With 35+ years of experience, we have
consistently delivered high-quality, custom-designed vehicles that empower our clients
to excel in their respective fields.
City of Baytown has long been an esteemed name in the vegetation management
industry. Your commitment to environmental stewardship and excellence in service
aligns perfectly with our own values and mission. We understand the critical role that
herbicide application plays in maintaining the health and safety of urban forests, right-
of-ways, and utility corridors.
Our team of experts is well-versed in the design and manufacturing of chassis
mounted sprayer units that offer exceptional performance, safety, and efficiency. We
are confident in our ability to develop a solution that meets your specific requirements,
from tank capacity to specialized equipment and technology integration. Our goal is to
provide you with a state-of-the-art sprayer unit that enhances the effectiveness and
precision of your operations.
We would welcome the opportunity to meet with you to discuss your unique needs,
goals, and expectations for this project. Our team is ready to work closely with City of
Baytown to ensure that the final product not only meets but exceeds your standards.
What our product can do for you:
At IVM Solutions LLC, we provide innovative solutions to
• Increa'se Efficiency: Our herbicide truck streamlines the application process,
saving time and resources It allows your teams to cover more ground in less
time, improving productivity and reducing operational costs.
• Precision Application: The sprayer unit is equipped with advanced technology
and specialized equipment to ensure precise herbicide application. This
minimizes damage to non-target plants and maximizes the effectiveness of your
treatments
• Environmental Responsibility: We prioritize environmental sustainability,
offering options for eco-friendly herbicides and spill containment systems.
• Customization: We understand that every lob is unique. Our herbicide truck can
be customized to meet your specific requirements, from tank capacity to
equipment integr ation, ensuring It per fectly is your open atronal needs.
• Safety First: Safety is paramount in your Industry. Our truck includes features
and safety measures that protect your crew and the environment, reducing risks
associated with herbicide application
7�
Your Investment
We understand that different clients have different needs and we have a range of
options to reflect this:
Name Price QTY Subtotal
Chassis Mounted Sprayer Unit $109,293 25 1 S109,293 25
IVM-535A1-31NJ
Pf(�as(-- RefelPlit•r 10 hl.- Jrllc° A fkA I'fA)1/-'!1
I ist of Bu11d SPV(
Please Hefvrt'rwo to `,['llr[ uk, I; f!)I Photo , ! f
l)levicus surril'ir hulld'-
,'Ouoled ,,a'1 ;"i : t,,,llo.-r 1awk— ,'-i,
`;clledule A foi oddil-oiml Do_taik
Ford F-550 Chassis NEW (2023) Model $65,300 00 1 $65.300 00
Ext� lufe;l f'�rf�
I)u-Sri
1.r� lrzelivrn , 1f l ilil
VIN I%DOXW
S174,593.25
Subtotal $174,593.25
Tax $0.00
Relivety $0.00
Total $174,593.25
Our Guarantee
At IVM Solutions LLC, we are committed to delivering products of the highest quality and
performance. We stand behind our chassis mounted sprayer units with a comprehensive guarantee
to ensure your peace of mind.
We guarantee that our chassis mounted sprayer units will be free from defects in materials and
workmanship for a period of(1) Year from the date of delivery. During this guarantee period, we will
repair or replace, at our discretion, any components or parts found to be defective due to materials or
workmanship, without additional charge to you.
This guarantee does not cover damages resulting from normal wear and tear, misuse, accidents,
neglect, unauthorized modifications, or any other non-standard use. Regular maintenance, as
outlined in the product manual, must be performed to maintain the guarantee's validity.
Our priority is your satisfaction and the reliable performance of our products. if you encounter any
issues or have concerns during the guarantee period, please contact our customer service team at
334-887-1373. We are committed to resolving any concerns promptly and effectively.
Rest assured that when you choose IVM Solutions LLC, you are investing in a product backed by a
solid guarantee, ensuring that your chassis mounted sprayer unit will meet and exceed your
expectations in terms of quality and performance.
ScheduOe A - EquOpment OtemDozed Lost
BED ASSEMBLY
TRUCK BED FRAME (STEEL) 1
MUD FLAPS WITH PAINT 3
TOOLBOXES 1
BUMPER ASSEMBLY
ACTUATORS
SWING BUMPER
SPRAY HEAD MOUNTS
TANK &ASSEMBLIES
735 BLACK TANK I
BAFFLES 25
30 GALLON CONE BOTTOMS 3
QUICK FILL,
9 GALLON EYEWASH TANK
150' HOSE REEL
CHEMICAL LOAD SYSTEM
12V 13GPM TRANSFER PUMP
CHEMICAL LOAD & UNLOAD SYSTEM 1
BALL VALES & FITTINGS 1
SPRAY HEADS
7 SECTION AIR INDUCTION TURF SPRAY HEAD (36 FOOT SWATH COVERAGE) 1
CONSOLES
IVM-6300 ELECTRICAL SWITCH BOX CONSOLE 1
TEEJET TASC 6300 COMPUTER CONSOLE 1
MT500 PUMPS-LEG INJECTION PUMP 3
6 SECTION TEEJET 430 SERIES MANIFOLD 1
LIQUID PRESSURE GAUGE 2
CALIBRATION STANDS 3
SHUTOFF/BYPASS 1
FLOWMETER KIT 1
PUMPS
ACE Water Pump 1
9HP DRIVE PUMP GAS ENGINE (Main Spray System) 1
LIGHTING
LIGHT BOARD (Arrow Board) 1
BEACON LIGHTS (2 Above Cab & 2 on Rear Bed) 4
BED LIGHTS (ALL RUN. LIGHTS W PIGTAIL) 7
TAIL LIGHTS (4 RED, 2 WHITE) 7
BACKUP ALARM 1
LICENSE PLATE LIGHT 1
**Additional Clause:Tank Size and DOT Compliance"
In reference to the tank size specifications for the truck-
Standard Quoted Tank Size: The tank size as quoted is 735 gallons. However, it is important to note
that this larger tank may result in weight issues that could affect compliance with DOT regulations.
Schedule ■ - Equipment Photos
Aw
a�
4