1 NMMI IFB 2020/21-07

Page 1 of 10

NEW MEXICO MILITARY INSTITUTE Invitation for Bid No. 2020/21-07 Proposals for: Kitchen Equipment

MAIL SEALED PROPOSALS TO: Office of the Chief Procurement Officer New Mexico Military Institute 101 West College Blvd. Roswell, NM 88201

BID OPENING DATE: Tuesday, May 4, 2021 TIME 2:00 PM/MT (Mountain Time) At the above date and time, bids will be opened with at least one witness present. Bids will be opened publicly via Zoom. Any bid received after the stated date and time will not be considered and will be returned unopened.

Note any questions are to be addressed to the Chief Procurement Officer, Cole Collins, email:[email protected]

Offeror agrees to comply with all conditions that are stated in this IFB.

Items to be delivered to: New Mexico Military Institute - Bates Hall – 101 West College Blvd., Roswell, NM 88201

By the signature hereon affixed, the Offeror hereby certifies that neither the Offeror nor the firm, corporation, partnership or institution represented by the Offeror, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this state, or the Federal antitrust laws, nor communicated directly or indirectly the bid made, to any competitor or any other person engaged in such line of business.

OFFEROR MUST FILL IN AND SIGN:

NAME OF FIRM, COMPANY ______

ADDRESS______(Street) (City) (State) (Zip)

AUTHORIZED SIGNATURE ______

______(Title) ______

DATE ______TELEPHONE NO. ______EIN #______

This requirement is assigned Commodity Code # 16507 – Cafeteria and Kitchen Equipment (Not Otherwise Classified)

In submitting their bid, Offerors represent that they have examined and acknowledge receipt of addendum(s) (if any have been issued) identified below:

No. _____ Title: ______Date: ______

No. _____ Title: ______Date: ______

No. _____ Title: ______Date: ______2 NMMI IFB 2020/21-07

INVITATION FOR BID

Sealed bids will be received until 2:00 p.m. Mountain Time, on May 4, 2021, at the Office of the Procurement Officer, New Mexico Military Institute, Roswell, New Mexico for the following:

KITCHEN EQUIPMENT

The Invitation for Bid may be secured free of charge at the NMMI, Office of the Procurement Officer, 101 West College Blvd., Roswell, NM 88201 or available on the NMMI website at www.nmmi.edu The Board of Regents reserves the right to reject any and all bids and to waive all technicalities or informalities in the bid.

Board of Regents New Mexico Military Institute By: /s/ Bradford Christmas

ATTEST: /s/ John Garcia Secretary/Treasurer 3 NMMI IFB 2020/21-07

Procurement law requires sealed bids. Therefore, NMMI cannot accept bids which are transmitted using electronic media or facsimile equipment. Please reference the IFB # 2020/21-07 on the outside of your sealed bid packaging.

13-1-21 B. Application of preferences.

When a public body makes a purchase using a formal bid process, the public body shall deem a bid submitted by a:

(1) resident business to be five percent lower than the bid actually submitted; or

(2) resident veteran business with annual gross revenues of up to three million dollars ($3,000,000) in the preceding tax year to be ten percent lower than the bid actually submitted.

A certificate from the Taxation & Revenue Department must be included in your proposal in order to receive preference.

1. PURPOSE

New Mexico Military Institute (NMMI) invites qualified Offerors to submit bids for the equipment items and services as listed below.

2. SCOPE OF WORK

New Mexico Military Institute is requesting bids for:

. Two (2) Vulcan 60 Gallon Floor Mounted Tilting Commercial Steam Kettles (Model # K60GLT)

. Two (2) Vulcan VG Series Modular Gas Tilting Braising Pans (Model #VG40)

. All items bid shall be in new, first-class condition

. Any bid received that does not address installation of the equipment items will not be considered. Installation may be subcontracted, so long as the installation is performed by a vendor authorized by the manufacturer. If a subcontractor is to be used for installation, Offerors must name the subcontractor being used, and indicate the total dollar amount of work to be performed by the subcontractor.

. NMMI holds a type-9 NTTC (Non-Taxable Transaction Certificate) and is exempt from paying tax on tangible items. NMMI does pay tax on services. However, Offerors are not to include tax in their pricing list below. 4 NMMI IFB 2020/21-07

. Offerors must include all attachments (hoses, plumbing materials, etc.) necessary for installation in pricing

. Offerors must include shipping costs in their bid (if applicable)

. Offerors must include all labor costs associated with unloading items, items, installing items, startup of equipment to ensure proper functionality, brief training/demonstration of equipment features to staff, and cleanup. The cafeteria does have a loading dock.

. Offerors must include all travel-related costs in their bid

. Bids must be all-inclusive of any and all costs that will be passed along to NMMI.

3. BRAND NAMES

It is intended that bid specifications permit maximum competition. Brand names or model numbers, where used, are for reference as to standard of character, quality and/or operation and are not indicative of preference on the part of NMMI. Equal item(s) will be considered, provided the bid clearly describes the item by brand, model number, level of quality, and operation. Minor differences between brands are to be expected. The intent of this solicitation is to provide our kitchen staff with top of the line equipment that is built to last. Therefore, if Offerors are bidding a different brand than Vulcan, Offerors must provide descriptive literature that explains how the equipment proposed meets or exceeds the specs in attachments A & B. Failure to provide this information may disqualify your bid. Determination by NMMI as to what item(s) are equal shall be final and conclusive. When brand, model or other identification is not stated, it shall be understood that the bidder is quoting as specified.

4. TERMINATION

Should either party be in material breach of any of its obligations or responsibilities under this Agreement and such breach is not remedied within sixty (60) days after receipt of written notice of default, then the non-defaulting party shall have the right to terminate this Agreement, or such part of this Agreement as to which there has been delay or failure to properly perform, immediately by giving written notice of termination to the defaulting party. Either party hereto may terminate this Agreement at any time without cause and without penalty on thirty (30) days prior written notice to the other party. NMMI expressly retains all its rights and remedies provided by law in of such breach, and no action by NMMI shall constitute a waiver of any such rights or remedies. In the event of termination for default, NMMI reserves the right to purchase its requirements elsewhere.

5 NMMI IFB 2020/21-07

5. AVAILABILITY OF FUNDS

A contract shall be deemed executory only to the extent of appropriations available to each department for the purchase of such articles or services. NMMI’s extended obligations on those contracts that envision extended funding through successive fiscal periods shall be contingent upon actual appropriations for the following years.

6. CONFLICT OF INTEREST

Offeror warrants that it presently has no interest and shall not acquire any interest directly or indirectly which would conflict in any manner or degree with the performance of services required under this invitation. The Procurement Code, Section 13-1-28 at seq. NMSA 1978, as amended imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose criminal penalties for bribes, gratuities and kickbacks.

7. INFORMATION REFERRAL, ADDENDA AND INTERPRETATIONS

No interpretations of the meaning of the specifications will be made to any contractor orally.

Every request for such interpretations must be made in writing to be given consideration and must be received no later than April 27, 2021. Any and all such interpretations and any supplemental instructions will be emailed or mailed to all prospective Offerors (at the respective addresses furnished for such purposes). Such addendum of interpretations shall not relieve Offeror from obligations under his/her proposal as submitted. All addenda so issued shall become part of the contract documents.

8. LAWS AND REGULATIONS

All applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. The laws of the State of New Mexico shall govern this Agreement.

9. NON-DISCRIMINATION

In connection with the performance of work under this Contract, the successful Offeror agrees not to discriminate against any NMMI employee, student or guest because of race, color, religion, national origin, sex, and marital status, or status with regard to public assistance, disability or age.

6 NMMI IFB 2020/21-07

10. AMBIGUITIES

Should any ambiguity or conflict in the specifications become apparent to any Offeror, they shall forthwith apply to the Chief Procurement Officer. The interpretation will be sent to all Offerors who have requested specifications. Any addendum to the specifications will be issued by the Chief Procurement Officer of NMMI in writing or by email and must be acknowledged by Offerors on page 1 (Letter of Transmittal). No oral statements, explanations or commitments, by whosoever made, shall be of any effect except as same are confirmed in writing by the Chief Procurement Officer.

11. INDEMNITY

The Offeror shall indemnify and hold harmless NMMI, its agents or employees from and against all claims, damages, losses, and expenses, including attorneys’ fees arising out of, or resulting from the operation or performance of the contractor or any subcontractor under this agreement. The liability of NMMI will be subject is all cases to the immunities and limitations of the New Mexico Tort Claims Act, Section 41-4-1 Et Seq. NMSA 1978, as amended.

12. ASSIGNMENT

No right or interest in any contract arising from this invitation for bid shall be assigned or delegated by the successful Offeror without the written permission of NMMI

13. NEWS RELEASES

Upon receipt of a contract agreement with NMMI, the Offeror(s) shall not in any way or in any form publicize or advertise in any manner the fact that it is providing services to NMMI, without the written approval from the Chief Procurement Officer or designated representative, obtained in advance, for each item of advertising or publicity. However, nothing shall preclude successful Offeror from listing NMMI on its routine client list for matters of reference.

14. PROPRIETARY VISITATIONS

NMMI discourages the submission of any information deemed “proprietary” or “protected” and undertakes to provide no more than reasonable efforts to protect the proprietary nature of such information. NMMI, as a public entity, cannot and does not warrant that proprietary information will not be disclosed.

7 NMMI IFB 2020/21-07

15. COST OF BID

Each Offeror is responsible for any cost associated with submitting a bid and response to this invitation for bid. Each Offeror is responsible for any cost incurred in making visits to NMMI for any purpose associated with this invitation for bid.

16. LATE SUBMISSIONS

Late submissions of offers will not be considered unless it is determined by New Mexico Military Institute that the late receipt was due solely to mishandling by the Institute after receipt by the Institute or the offer is the only offer received. NMMI will not be responsible for any lost or misdirected mail sent by common carrier. The time clock in the Office of the Chief Procurement Officer shall serve as the official record of time. Late submissions will be returned unopened.

17. NMMI OPTIONS

The New Mexico Military Institute, notwithstanding any other provision of this invitation for bid, expressly reserves the right to:

a. Waive any insignificant defect or informality in any bid or bid procedures;

b. Reject any or all bids;

c. Reissue an invitation for bid;

18. CHANGES/ALTERATIONS AFTER AWARD

Changes or alterations after the award can only be made if agreed to in writing by New Mexico Military Institute.

19. CANCELLATION

New Mexico Military Institute reserves the right to cancel without penalty, this invitation for bid, the resultant contract or any portion thereof for unsatisfactory performance or unavailability of funds.

8 NMMI IFB 2020/21-07

20. AWARD

Each bid will be evaluated on the basis of all of its contents and a contract awarded to the lowest responsive/responsible Offeror whose bid is, in the opinion of NMMI, determined to be most advantageous to NMMI, when all factors are considered.

NMMI shall have the right to waive technical irregularities in the form of the bid of the Offeror, which do not alter the quality of the services. (13-1-132 NMSA 1978).

21. LICENSES, PERMITS AND TAXES

Offeror will obtain and pay for all Federal, State and local licenses and permits required for the equipment provided for herein.

22. CONTRACT DOCUMENTS

If a separate contract is not written, the contract entered into by the parties shall consist of the invitation for bid, the signed bid submitted by the Offeror, the specifications including all modifications thereof, a purchase order or letter of agreement, all of which shall be referred to collectively as the Contract Documents.

23. RIGHT TO PROTEST

Any Contractor who is aggrieved in connection with this invitation for bid may protest the award to New Mexico Military Institute Chief Procurement Officer as provided by the New Mexico State Procurement Code 13-1-172. The protest shall be submitted in writing with 15 (fifteen) calendar days after knowledge of the facts or occurrence giving rise thereto.

24. OBLIGATION OF OFFEROR

At the time of the opening of bids, each Offeror will be presumed to have read and be thoroughly familiar with the specifications and regulations, including all addenda. The failure or omission of any Offeror to examine any form, instrument, or document shall in no way relieve any Offeror for any obligation in respect of his/her bid.

25. WARRANTIES

Materials, supplies or services furnished under this order shall be covered by the most favorable commercial warranties the Seller gives to any customer for the same or substantially similar materials, supplies or services. The rights and remedies provided 9 NMMI IFB 2020/21-07

herein shall extend to NMMI and are in addition to and do not limit any rights afforded to NMMI by any other clause of this order.

26. PACKING, SHIPPING AND INVOICING

Offeror agrees to deliver all item(s) inclusive of all cost, insurance, freight, drayage, express or other charges. Title to materials or supplies shall pass directly from bidder to NMMI at the F.O.B. point shown, subject to the right of NMMI to reject upon inspection. All bids must be F.O.B. destination.

27. QUALIFICATION OF OFFERORS

NMMI may make such investigations, as necessary to determine the ability of the Offeror to perform the work required. Offeror shall furnish all necessary information and data as may be requested. NMMI reserves the right to reject any bid if the evidence submitted or the investigation of an Offeror fails to satisfy NMMI that the Offeror is qualified to carry out the obligations of the contract and to complete the work described herein.

28. PRICING LIST

A pricing list must be included with your bid submission. The pricing list must include any and all costs that will be passed along to NMMI, with the exception of tax. Tax is not to be included in any of the prices given below. Offerors may use their own pricing list if needed.

EXTENDED QTY DESCRIPTION MODEL # PRICE PRICE

Vulcan 60 Gallon Floor Mounted Tilting 2 K60GLT Commercial Steam Kettles

Vulcan VG Series 2 VG40 Modular Gas Tilting Braising Pans

Shipping Cost (If 2 Applicable)

2 Installation Cost 10 NMMI IFB 2020/21-07

2 Travel-related Cost

TOTAL

COST =

• Number of days (once order is received) to deliver equipment to NMMI?______

Delivery date may be used as a tie-breaker should identical bids occur.

Item # C.S.I. Section 11420 STEAM

VG SERIES MODULAR GAS TILTING BRAISING PAN

VG30 36" wide open base. VG40 46" wide open base. STANDARD FEATURES ■■ Stainless steel front, back, sides and 12" legs with adjustable flanged feet. ■■ Front hinged polished stainless steel pan body with coved interior corners and embossed gallon markings. Stainless steel cooking surface bonded to steel plate. Full width 4" return flange with formed pouring lip and removable strainer. ■■ Stainless steel spring assist cover with wrap around cool to the touch handle and condensate lip. ■■ stops in place for vented cooking. ■■ Faucet mounting bracket (non-enclosed) field reversible “L” bracket either side. ■■ Drop away food receiving pan support mounted under pouring lip. ■■ Manually operated anti-jam pan tilting mechanism with removable handle. Pan can be fully tilted to empty completely with approximately 30 crank revolutions. ■■ One 30,000 BTU/hr. burner for each 12" pan width. Burners shut Shown with enclosed faucet bracket off when pan is tilted 5°. Electronic ignition system for automatic burner lighting. ■■ Solid state temperature controls, adjustable from 50°F to 425°F. ■■ Water tight controls and enclosures. ■■ Requires a 120/60/1 electrical power supply, 9.0 amps. 3 ■■ ⁄4" rear gas connection. ■■ One year limited parts and labor warranty. CERTIFIED ■■ Combination gas valve with built-in regulator. OPTIONS SPECIFICATIONS Motor driven pan lift with removable manual crank handle. Two inch draw-off valve – left front straight with strainer. Modular gas tilting braising pan. 36"/46" wide open base. Stainless (BPDOV-1) Pan support will be removed on VG30. steel front, sides and 12" legs with adjustable flanged feet. Stainless Two inch draw-off valve – left front 90° left with strainer. steel back. Front hinged polished stainless steel pan body with coved (BPDOV-2) Pan support will be removed on VG30. interior corners and embossed gallon markings. Pan depth is 9.75". Two inch draw-off valve – left side 90° front with strainer. Stainless steel cooking surface bonded to steel plate. Full width 4" (BPDOV-3) return flange with formed pouring lip and removable strainer. Stainless Standard security package includes: • Security screws and tackwelds. steel spring assist cover with wrap around handle and condensate lip. - Includes securing crank handle, pan strainer and non-door Faucet mounting bracket (non-enclosed) field reversible “L” bracket type panels. either side. Drop away food receiving pan support mounts under pouring • Controls protected by lockable cover. lip. Manually operated pan tilting mechanism with removable handle. • Perforated flue cover. Pan can be fully tilted to empty completely with approximately 30 crank Second year extended limited parts and labor warranty. revolutions. One 30,000 BTU/hr. burner for each 12" pan width. Burners­ shut off when pan is tilted 5°. Electronic ignition system for automatic ACCESSORIES (Packaged & Sold Separately) burner light. Solid state temperature controls. Water tight controls and Set of four casters, (two locking). enclosures. ­Requires a 120/60/1 electrical power supply, 9.0 amps total Faucet bracket assembly (adds 3" to width) enclosed. 3 draw. ⁄4" rear gas con­nection and internal gas combination valve with (12") (18") double jointed single pantry faucet. integral regulator. (12") (18") double jointed double pantry faucet. Double pantry washdown hose with 16" add-on faucet with Exterior Dimensions: backflow preventer. 1 1 ____"w x 35 ⁄2"d x 40 ⁄2"h on 12" legs. Double pantry washdown hose with backflow preventer. CSA design certified. Classified by UL to NSF Std. #4. Double pantry pot and backflow preventer. Steaming pan insert rack to hold 12" x 20" pans. (Qty. ____) SPECIFY TYPE OF GAS WHEN ORDERING. 12" x 20" x 4" stainless steel drain waste pan with clear plastic SPECIFY ALTITUDE WHEN ABOVE 2,000 FT. hose. Catch can with bail handle and drain hose for draw-off valve. Stainless steel perforated boiling basket (12" x 20" x 6" deep) with handles.

a division of ITW Food Equipment Group LLC P.O. 696 ■ Louisville, KY 40201 ■ Toll-free: 1-800-814-2028 ■ Local: 502-778-2791 ■ Quote & Order Fax: 1-800-444-0602

F32577 (08/19) STEAM

VG SERIES MODULAR GAS TILTING BRAISING PAN

4. These units are manufactured for installation in accordance with SERVICE CONNECTIONS: ANSZ223.1A (Latest edition), National Fuel Gas Code. Copies 3 GAS INPUT: ⁄4" N.P.T., Nat. 7"-10.5" W.C.; Propane, 11"-13" may be obtained from the American Gas Association, 1515 Wilson W.C. See capacity schedule. Blvd., Arlington, VA 22209.

7 ELECTRICAL CONNECTION: Control circuit ⁄8" dia. 120 volt, 5. Clearances: Combustible Non-combustible 1 phase, 15 amps, power cord. Rear 6 0 Sides 2 0 IMPORTANT: 6. This appliance is manufactured for commercial installation only 1. A pressure regulator sized for this unit is included. Natural gas and is not intended for home use. 7" W.C., propane gas 11" W.C. supply pressure. 3 2. Gas line connecting to appliance must be /4" or larger. If flexible COOKING 4 OZ. hose with quick connects are used the hose and quick connects MODEL SURFACE AREA CAPACITY PORTIONS BTU flow rate must be a minimum of 120% of the appliance data plate BTU rate. VG30 29" x 23" 30 gal./114 liters 960 3. An adequate ventilation system is required for commercial cooking equipment. Information may be obtained by writing to the VG40 39" x 23" 40 gal./152 liters 1280 National Fire Protection Association, Batterymarch Park, Quincy, MA 02289. When writing, refer to NFPA No. 96.

2.27 BTU/HR. MODEL INPUT VG30 90,000 VG40 120,000 7.46 5.12 add 2” for open 1.274 2" Draw-off valve – left front straight (BPDOV-1) 2.42

7.25 add 2” for open 1.10 1.422 .68 2.06 1.063 7.61 add 2” for open 2" Draw-off valve – left front 90° left (BPDOV-2) 2" Draw-off valve – left side 90° front (BPDOV-3)

a division of ITW Food Equipment Group LLC P.O. Box 696 ■ Louisville, KY 40201 ■ Toll-free: 1-800-814-2028 ■ Local: 502-778-2791 ■ Quote & Order Fax: 1-800-444-0602

NOTE: In line with its policy to continually improve its products, Vulcan reserves the right to change materials and specifications without notice. F32577 (08/19) Item # C.S.I. Section 11420 STEAM KGLT SERIES GAS FLOOR MOUNTED 2 TILTING ⁄ 3 JACKETED KETTLE

■ K20GLT 100,000 BTU/hr., 20 gallon true working capacity ■ K40GLT 100,000 BTU/hr., 40 gallon true working capacity ■ K60GLT 100,000 BTU/hr., 60 gallon true working capacity STANDARD FEATURES

2 ■ Gas self-contained, stainless steel, ⁄3 jacketed floor mounted tilting steam kettle. ■ Ellipsoidal bottom kettle liner formed and fully welded standard type 316 and type 304 stainless steel exterior. 1 5 3 ■ Heavy bar rim ( ⁄4 x ⁄8 inch 20 gallons) ( ⁄8 x 1 inch 40 gallons and greater). ■ Embossed gallon/liter markings. ■ 50 psi (3.4 kg/cm2) steam jacket rating. ■ Stainless steel enclosure for “water resistant” controls, self-locking tilt mechanism and faucet bracket. ■ Controls include a power switch, power “on” light, solid state temperature control, vacuum/pressure gauge, Model K60GLT pressure relief valve, low water light and lower water shut-off.­ ■ Elevation from sea level to 8,999 feet standard. ■ Kettle tilts forward 95° to completely empty. ■ Tubular stainless steel legs with flanged feet. ■ One year limited parts and labor warranty.

OPTIONS ■ Two inch bolt on compression tangent draw-off valve with perforated strainer. ■ Two inch bolt on plug tangent draw-off valve with SPECIFICATIONS perforated strainer. 2 Gas self-contained, stainless steel fully insulated, ⁄3 jacketed ■ Three inch bolt on compression tangent draw-off valve floormount ­­­ ­ed tilting steam kettle. Ellipsoidal bottom kettle liner with perforated strainer increases height of kettle. formed and fully welded type 316 and type 304 stainless steel ■ Security facility package: 1 5 3 exterior with ( ⁄4 x ⁄8 inch 20 gallons) ( ⁄8 x 1 inch 40 gallons a. Security type fasteners with tack welds. and greater) heavy bar rim, embossed gallon/liter markings. b. Controls protected with lockable cover. 50 psi (3.4 kg/cm2) steam jacket rating. Stainless steel splash ■ Stainless steel protector for the draw-off valve with chain. proof enclosure for controls, self-locking tilt mechanism and ■ Second year extended limited parts and labor warranty. faucet bracket. Controls include a power switch, power “on” light, solid state temperature control with graduated warm, ACCESSORIES (Packaged & Sold Separately) simmer and boil setting, vacuum/pressure gauge, pressure ■ Spring assist hinged stainless steel cover with condensate relief valve, low water light and low water shut-off. Gas control ring and drop down lift handle. with combination gas valve with internal regulator, flame failure ■ Pouring lip strainer. and gas type is field convertible. High efficiency Power Burner ■ Clean-up kit, includes draw-off brush, clean-up brush and Heating System (64% to 68% efficiency). Kettle tilts forward paddle scrapper with 40" handle. 95° to completely empty. Tubular stainless steel legs with ■ Stainless steel 48" whip. removable section and flanged feet. Steam jacket permanently ■ Non-perforated strainer to prevent food from entering the filled with treated, distilled water. 110-120V, 50-60 Hz, 5A, with draw-off during cooking. 6 foot cord and three-prong grounding plug. ■ (12") (18" double jointed) single pantry lead-free faucet. ■ (12") (18" double jointed) double pantry lead-free faucet. UL Certified to ANSI Z83.11/CSA 1.8. Certified to NSF Standard ■ #4. Meets ASME. Double pantry washdown hose with 16" add-on lead-free faucet with vacuum breaker. SPAN GAS TECHNOLOGY ENABLES FIELD ADJUSTABLE TO ■ Double pantry washdown hose with lead-free vacuum PROPANE GAS AND ALTITUDE. breaker. ■ Double pantry pot filler with lead-free vacuum breaker.

a division of ITW Food Equipment Group LLC P.O. Box 696 ■ Louisville, KY 40201 ■ Toll-free: 1-800-814-2028 ■ Local: 502-778-2791 ■ Quote & Order Fax: 1-800-444-0602

F37459 (11/19) STEAM KGLT SERIES GAS FLOOR MOUNTED 2 TILTING ⁄ 3 JACKETED KETTLE

SERVICE CONNECTIONS TRUE WORKING CAPACITIES (in 4 oz. servings) Electrical Connection: 110-120V, 50-60 Hz, 5A, with 6 foot 80 quarts/20 gallons/76 liters/640 servings cord and three-prong grounding plug. 120 quarts/40 gallons/152 liters/1,280 servings

3 160 quarts/60 gallons/228 liters/1,920 servings Gas Connection: ⁄4" NPT supply line required. NOTE: EMBOSSED GALLON/LITER MARKINGS • Dimensions which locate the above connections have a tolerance 20-GALLON 40-GALLON 60-GALLON of + or -3" (+ or -75mm). Normal dimensions are in inches. 20 - 76 40 - 151 60- 227 Dimensions in ( ) are in millimeters. 18 - 68 35 - 132 55 - 209 • Installation of backflow preventers, vacuum breakers and other 16 - 61 30 - 114 50 - 189 specific code requirements is the responsibility of the owner and 14 - 53 25 - 95 45 - 171 installer. It is the responsibility of the owner and installer to comply 12 - 46 20 - 76 40 - 151 with local codes. 10 - 38 15 - 57 35 - 132 • Do not use plastic drains. 25 - 95 • Do not connect this unit to a ground-fault circuit-interrupter (GFCI) 20 - 76 125-volt, single-phase, 15- and 20-ampere receptacle. Electronic burner ignition systems are prone to nuisance tripping and possible ignition failure. • This appliance is manufactured for commercial installation only and is not intended for home use.

"L" "G"

SHOWN WITH OPTIONAL DRAW-OFF VALVE "H" (2" PLUG VALVE) "S"

"Q" "P" "A" 10.5 [266[266]] "K"

"B" 17.5 [446[446]] "E" 31.6 [803] "C""C" "R"

"F" 13.22 [335,9] SHOWN WITH OPTIONAL DRAW-OFF VALVE AND LID ADD 2" FOR ELEC CONNECTION (3" COMPRESSION VALVE) PLUG VALVE "J"J"" "M" 1.845 [46,86[46,86]] GAS CONNECTIOCONNECTIONN GAS CONNECTION

"D" SHOWN WITH OPTIONAL DRAW-OFF VALVVALVEE "N" 12.0 [305] (2" COMPRESSION VALVEVALVE))

TRUE WORKING MODEL CAPACITY A B C D E F G H J K L M N P Q R S 20 gallons 21.8 15.3 38.3 42.7 26.8 16.0 21.4 8.1 6.9 67.1 20.7 28.0 10.8 16.7 8.5 20.4 25.0 K20GLT 76 liters 554 389 973 1085 681 406 544 206 175 1704 526 711 274 424 216 518 635 40 gallons 25.8 21.2 39.9 46.8 28.8 18.1 17.1 6.6 6.9 71.0 16.3 31.3 12.8 20.8 8.5 16.1 29.4 K40GLT 152 liters 655 538 1013 1189 732 460 434 168 175 1803 414 795 325 528 216 408 747 60 gallons 29.7 24.1 43.6 50.8 30.8 19.3 17.8 6.7 6.9 78.3 17.0 34.6 14.9 24.8 8.5 16.8 32.7 K60GLT 227 liters 754 612 1107 1290 782 490 452 170 175 1989 432 879 378 630 216 427 831

a division of ITW Food Equipment Group LLC P.O. Box 696 ■ Louisville, KY 40201 ■ Toll-free: 1-800-814-2028 ■ Local: 502-778-2791 ■ Quote & Order Fax: 1-800-444-0602

NOTE: In line with its policy to continually improve its products, Vulcan reserves the right to change materials and specifications without notice. F37459 (11/19)