Loading...
HomeMy Public PortalAbout134-2015 - Shirk's International-International Truck w roll off container bed. P I t ORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this !__Q_ day of A)U,4A/wNJ)0,/ , 2015, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Shirk's International, 1026 North Lincoln Street, Greensburg, Indiana 47240 (hereinafter referred to as the "Contractor"). SECTION L STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one 2016 4300 SBA International Truck with an installed Stellar Shuttle Loader Model 120-16-20 and related accessories, delivered. A Request for Quotes containing Specifications sent out October 14, 2015, has been made available for inspection by Contractor, is on file in the offices of the Richmond Sanitary District, is attached hereto as Exhibit "A," consisting of three (3) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same, and shall provide said equipment conforming to the requirements outlined in the Specifications. Delivery of any equipment that does not meet all specifications listed on Exhibit "A" will be considered a breach of this Agreement, except as noted in Contractor's exception listed on Exhibit «A The response of Contractor to said Request for Quotes and Specifications (in addition to Contractor's response on Exhibit "A") is attached hereto as Exhibit `B," which Exhibit is dated October 27, 2015, consisting of nine (9) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all equipment, services, and warranties, listed on Exhibits "A" and `B." Contractor shall not modify or alter any standard warranty from the manufacturer of the above described vehicle or equipment. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, services, and warranties necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a)(2); and 3. A purchase order has been issued by the Purchasing Department. Contract No. 134-2015 Page 1 of 6 SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. COMPENSATION City shall pay Contractor a total sum of Eighty -Six Thousand One Hundred Eighty -Four Dollars and Seventeen Cents ($86, l 84.17) for the above described equipment, delivered. SECTION N. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Page 2 of 6 Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days Page 3 of 6 after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and Page 4 of 6 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such assignment or delegation without the prior written consent of the other party shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. Both parties expressly agree that this document supersedes all previous negotiations, discussions, or conversations relating to the subject matter herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising under this Contract, must be filed in said courts. By signing this agreement, both parties are estopped from bringing any action in alternative courts or venues. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in Wayne County Circuit or Superior Court. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a court or tribunal, all other portions shall remain in full force and effect. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: ue iller, President —B Gil Klose, Vice'�President— Ni, Member Date: / a APPROVED: Sarah L. Hutton, Mayor Date: "CONTRACTOR" SHIRK' S INTERNATIONAL By: /i 9, Printed name: ( 6 n R Title: le rO fI4& d Date: Z k 311 Page 6 of 6 City of Richmond -- Sanitary District The Richmond Sanitary District wishes to receive bids for the purchase of a single axle cab and chassis with a hook lift unit. Bidders must check YES or NO. Failure to complete the list below will render your bid non- responsive, causing bid to be rejected.. The unit must meet all specification except you may submit a proposal on equipment not conforming to specs. Only if such difference is pointed out in writing within the bid. Consideration will be given to such deviations based on their relative merit and compatibility. MINIMUM SPECIFICATIONS Cab and Chassis must be a cunent model International 4300 SBA 2016 4x2 with G WR: 33000 and a Calc. 33000. YES LNO Cab is to be painted White YES �No Detailed Specs for Cab and Chassis are included with this Bid Paelcaee. MINIMUM SPECIFICATION FOR HOOK LIFT UNIT 1. Minimum lift and dump capacity must be 20,000 pounds with a Maximum operating pressure of 4,200 PSI YES NO 2. Maximum Dump angle must be 48 degrees. YES NO 3. Hook height must be a minimum of 58 inches and a maximum of 62 inches from skid rails to the bottom of hook bar. YES NO 4 i 4. Loader must have a pivoting front tilt section to provide a low degree for loading/unloading angle. YES NO 5. An automatic mechanical safety latch which disengages only when container/body is in proper position to be picked up or set off. YES NO 6. Hot Shift PTO with Direct -coupled high pressure piston pump. YES NO k I { EXHIBIT RA City of.Richmond chmtond -- Sanitary Di's The Richmond Sanitary District wishes to receive bids for the purchase of a single axle cab and chassis with a hook lift unit Bidders must check YBs or NO. Failure to complete the list below will render your bid non- responsive, causing, bid to be rejected. The unit must meet all specification except you may submit a,pmposal on equipment not conforming to specs. Only if such difference is pointed out in writing within the bid. Consideration will be given to such deviations base on their relative merit and compatibility. MNIl4= MCIFICATIONS Cab and Chassis must be a current model International 4300 SBA 2016 4x2 with OVVVR: 33000 and a Calc. 33000. YES NO Cab is to be painted White YES NO Detailed S ers for Cab and Chassis are included with thin Bid P_ ackaffe I_VIIWIMM SPEC—M- CATIQN FOR HQfiK LTFi' UNIT I . Minimum lift and dump capacity mint be 20,000 pounds with a Maximum operating pressure of 4,200 PSI YES, NO I Maximum Damp angle roust be 48 d%rees. YES NO 3. Hook height must be a minimum of 58 inches and a maximum of 62 ,inches f om skid rails to the bottom of hook bar. YB k NO 4. Loader must have a pivoting front tilt •section to provide a low degree for IoadingAinloading angle. 'YES < NO 5 An automatic mechanical safety latch which disengages only when container/body is in proper position to be picked up or s ft off. 'YES NO 6. Hot Shift PTO with I3imet-coupled hi4h prepare piston pump. YES No J.W. DEVEFS & SON INC. 5 North Broadway Trotwood, Ohio 45426-3s99 ('037) 854.3040 EXHIBIT PAGE 7. Frame ,Mounted hydraulic tank with Stack -type valve mounted on top; ball valve, on suction line, spin -on return line Ter. YES .� NO 8. Hydraulic cylinders: All cylinders must be double acting and include pilot operated counterbalance valves to prevent cylinder collapse in case of hose £allure. YES .,X NO 9. Unit must have a hydraulic lock out devise to prevent operation of the tilt section while in the dumping mode. YES - NO 10. Dump/Tilt Interlock: Tilt and Lift sections must lords into a rigid frame to provide Support for the container while in the dump mode. Sections form #his frame without the use of mechanical latches whicli rely on gravity, springs or container/body mounted latches. YES X NO I I . Rear Body hold Clowns. Must have dual fixed hold downs to secure the body of the loader. Hold downs must secure ocutainer through all ranges of dump mode. This must be accomplished without the Use of springs and/or hydraulic devises. Must be compatible with existing City owned containers, YES No 12. All Pins must be 17-44 stainless steel bnd all bushing to be permanently lubricated.. YES � NO 13. Unit must be capable of picking up, hauling And dumping contaners 13 feet to 17 feet long. YESr><NQ 14. Hydraulic Controls: Must be mounted in cab near the right side of dd seat. �S ND 15. Hydraulic controls must be dual manual levers with sealed cable actuators to allow full feathering of all loader Amotions. YES No 16. l pair poly ma fenders with short flaps YES NO 17. ICC bumper tubing cons ruction with Red Clearance lights on ends. YES < No J.W. DEVERS & SON INC. 5 North zBroadway Trotwood, Ohio 45426-3599 (937) 854-3040 EXHIBIT -.A— PAGE .3 OFa- PRICE REQUEST T CITY OF MCI3MOM WMMM4rvi? *Wa* OM I?4 'THIS IS NOT AN ORDER 23itf T.tDGlt7YAVENUGRiC[1Nt0A�, lNDIANA 47374 Pt MF (769i 983 7450 AX (765) M2W INSTRUC77ONS This to a request for a price for the services of materials descrh)ed below, Any additional specifications may he attached hereto This is 140T an order and tie City reserves the tight to ampt,all'or part, a decline the snore proposal. Please canplete your fell name and phone number below vv th signature; itemize all prices and charges where requested:and .attach any explanation for any sulfon to speclkatioms alleted. Return in a seMed envelope, in care of Richmond sanitary District Board of Commissioners to the admrdStrofloti bull tirtq at the address above ' by the enacFW datA and finis to ha rnmWpmd PAYMENT TERMS: DELIVERY REQUIRED: Octolter 114.205 100 AM. on October 27, 201b UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase a single axle cab and chassis with a hook lift °unit. Please see attached specifications. Please include,ali warranty Information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, Information enclosed, i tetarn this sheet and the proposal sheet In a sealed gnvelppe addressed to: Rkh mond Sanitary Wetrict Denise Johnson,, Customer Service Mgr 2380 Liberty Avenue Richmond IN 47374 Re, Hook Truck Quote Valid IJntit _,jR C Is r 2 o i r Questions? Cali Tim Ungar at 766-983-7478. STATE TAX EXEMPTION # OW121ti09-001 Richmond Sanitary District cost=$ f3 61 Sq ,1 -7.' DATE TIM ,64?Z PHONE NUMBER EXHIBIT ,Z PAGE __1-_OFj---I PROPOSAL SHEET One (1) Hook -Lift Loader Price Per Unit $"2 r,', Make and Model Number: Cab and Chassis %Bnb A , ,-Al b►+a i S Gi Hook -Lift Loader =�� A Q /2o •- I (. — 26 Warranty: Cab and Chassis 5 e,.j 4 -a - 7uJa Sjg - ICAAJ/ l o ZI v- �StOQd M, Hook -Lift Loader S412 1 W A Awarding dealer will be responsible for warranty work during the duration of the warranty period including transportation or other expenses incurred if warranty work is done at any other location than that of the awarding dealer Delivery Time once PO has been issued. U N D t P q o J-2Ay 5 Bid firm for how long. Bid to include all shipping and handling charges. Hook -Lift Loader to be delivered to the Richmond Sanitary District 2380 Liberty Avenue, Richmond, IN 47374. Awarding Dealer will instruct Sanitary personnel on operation of the unit at the time of delivery. S � it- ti 0 Company .Ql._.?. 6 6 3.7/I l Phone Number 2-12 -. J (- Date uthorized Signa re 14AQK J=z>we Contact Person rEXMIBIT $ PAGE _�___OF_ MITE 43-Ou", �wo%2 Sales Proposal For: CITY OF RICHMOND Presented By: SHIRK'S INTERNATIONAL IEXHIBIT_b PAGEJ-0E-j- INTERNATIONAL° October 27, 2016 Prepared For: Presented By: CITY OF RICHMOND SHIRKS INTERNATIONAL VICKI ROBINSON Mark Lowe 50 N 5th St. 1026 N. LINCOLN ST Richmond, IN 47374-4247 GREENSBURG IN 41240 - (765)983 - 7200 (812)663-7111 Reference ID: NIA Thank you for the opportunity to provide you with the following quotation on a new International truck. I am sure the following detailed specification will meet your operational requirements, and I look forward to serving your business needs. Model Profile 2016 4300 SBA 02 (MA025) APPLICATION: Flat Dump MISSION: Requested GVWR: 33000. Calc. GVWR: 32900 Calm Start / Grade Ability: 20.20% / 1.40% @ 55 MPH Calc Geared Speed: 79.8 MPH DIMENSION: Wheelbase: 207.00, CA:139.90, Usable CA: 9.90, Axle to Frame: 63.00 ENGINE, DIESEL: (Cummins ISB 240) EPA 2010, 240 HP @ 2400 RPM, 560 lb-ft Torque @ 1600 RPM, 2600 RPM Governed Speed, 240 Peak HP (Max) TRANSMISSION, AUTOMATIC: (Allison 2500 RDE P) 5th Generation Controls; Wide Ratio, &Speed, With Overdrive; On/Off Hwy; 33,000 lb GVW & GCW Max„ With PTO Provision, Less Retarder CLUTCH: Omit Item (Clutch & Control) AXLE, FRONT NOWDRIVING: (Dana Spicer E-1202Q 1-Beam Type, 12,000-lb Capacity AXLE, REAR, SINGLE: (Navistar Select) Single Reduction, 23,000-lb Capacity, 200 Wheel Ends Metric, Gear Ratio: 5.38 CAB: Conventional TIRE, FRONT: (2)11 R22.5 ECO PLUS HS3 (CONTINENTAL) 495 rev/mile, bad range G, 14 ply TIRE, REAR: (4)11R22.5 HDR2 (CONTINENTAL) 491 rev/mile, load range G, 14 ply SUSPENSION, RR, SPRING, SINGLE:Vad-Rate; 23,500-lb Capacity, With 4500 lb Auxiliary Rubber Spring PAINT: Cab schematic 100GA Location 1: 9219, Winter White (Std) Chassis schematic N/A 2 Proposal: 2066-01 EXHIBIT PAGE _q_OF INTERNATIONAL° Vehicle Specifications October 27, 2015 20% 4300 SBA 4X2 (MA025) Code Description FIR Wt Tot Wt (lbs) (lbs) MA02500 Base Chassis, Model 4300 SBA 4X2 with 207.00 Wheelbase, 139.90 CA, 9.90 5567/2901 8468 Usable CA, and 63.00 Axle to Frame. 1CAD FRAME RAILS High Strength Low Alloy Steel (80,000 PSI Yield); 10.250" x 3.092" 1651315 480 x 0.375" (260.4mm x 78.5mm x 9.5mm); 427.0" (10846mm) Maximum DAL 1LLD BUMPER, FRONT Full Width, Aerodynamic, Steel; 0.142" Material Thickness 0/0 0 1WEJ WHEELBASE RANGE 199" (505cm) Through and Including 254" (645cm) 0/0 0 2AGB AXLE, FRONT NON -DRIVING (Dana Spicer E-1202Q I -Beam Type, 12,000-lb -1610 -16 Capacity 3ADC SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf, 12,000-lb Capacity; With 69/0 69 Shock Absorbers 4091 BRAKE SYSTEM, AIR Dual System for Straight Truck Applications 100/30 130 4196 BRAKES, FRONT, AIR CAM 16.5" x 5", Includes 24 Sgln Long Stroke Brake 15010 150 Chambers 4AZA AIR BRAKE ABS (Bendix AntiLock Brake System) Full Vehicle Wheel Control 9/21 30 System (4-Channel) 4EBS AIR DRYER (Bendix AD-9) With Heater 23/4 27 4EVH BRAKE CHAMBERS, REAR AXLE (MGM TR3030LP3TSHD) 30/30 Spring Brake 0/0 0 4EXV BRAKE CHAMBERS, FRONT AXLE (Bendix) 24 Sgln 010 0 4LAA SLACK ADJUSTERS, FRONT (Haldex) Automatic SO 6 4LGA SLACK ADJUSTERS, REAR (Haldex) Automatic 0/0 0 4NDB BRAKES, REAR, AIR CAM S-Cam;16.5" x 7.0' ; Includes 30130 Sq.1n. Long Stroke 0/211 211 Brake Chamber and Spring Actuated Parking Brake 4SPA AIR COMPRESSOR (Cummins)18.7 CFM Capacity 36/0 36 5AAA STEERING COLUMN Stationary 0/0 0 5CAL STEERING WHEEL 2-Spoke, 18" Diam., Black '0/0 0 5PSA STEERING GEAR (Sheppard M-100) Power 25/0 25 7BJY EXHAUST SYSTEM Inline, Horizontal Aftertreatment Device Frame Mounted Right 0/0 0 Side, Includes Short Horizontal Tail Pipe 7WCW TAIL PIPE Horizontal, Exits Right Side, 90 Degree Turnout 0116 16 8000 ELECTRICAL SYSTEM 12-Vo[t, Standard Equipment 010 0 8GXD ALTERNATOR (Leese -Neville AV1160P2013) Brush Type;12 Volt 160 Amp. 0/0 0 Capacity, Pad Mount, With Remote Sense 8HAB BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended 2/0 2 or Crew Cab at Left Frame; Includes Sealed Connectors for Tail/Amber Turn/ Marker/ Backup/Accessory Power/Ground and Sealed Connector for Stop/Turn 8MEP BATTERY SYSTEM (International) Maintenance -Free (2)12-Volt 130OCCA Total 0/0 0 8VAY HORN, ELECTRIC Disc Style 0/0 0 8WTK STARTING MOTOR (Delco Remy 38MT Type 300)12 Volt; less Thermal Over- 0/0 0 Crank Protection 3 Proposal: 2066.01 EXHIBIT _a_ PAGE S 0F_j_ INTERNATIONAL• Vehicle Specifications October 27, 2015 2016 4300 SBA 02 (MA025) Code Description FIR Wt Tot Wt (Ibs) (ibs) 8WWJ INDICATOR, LOW COOLANT LEVEL With Audible Alarm 0/0 0 8WZK HEADLIGHTS Halogen; Composite Aero Design for Two Light System 0/0 0 9HAD GRILLE Chrome 0/0 0 9WAY FRONT END Tilting, Fiberglass, With Three Piece Construction 0/0 0 10D60 PAINT SCHEMATIC, PT-1 Single Color, Design 100 0/0 0 10761 PAINT TYPE Base Coat/Clear Coat, 1-2 Tone 0/0 0 10985 FRAME, SPECIAL RATING Limited to 32,900-lb GVWR;12,000-lb Front Axle Will 0/0 0 Be De -rated to 11,00D-ib Capacity; When Applicable 11001 CLUTCH Omit Item (Clutch & Control) -651-10 -75 12EES ENGINE, DIESEL (Cummins ISB 240) EPA 2010, 240 HP Q 2400 RPM, 5W lb-ft 010 0 Torque @ 1600 RPM, 2600 RPM Governed Speed, 240 Peak HP (Max) 12TSY FAN DRIVE (Borg-Warner SA85) Viscous Type, Screw On 0/0 0 12UYE RADIATOR Aluminum; 2-Row, Cross Flow, Over Under System, 717 Sqln 35/4 31 Louvered, With 313 Sqln Charge Air Cooler. Wdh In -Tank Transmission Cooler 12VBR AIR CLEANER With Service Protection Element 010 0 12VXT THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary, 0/0 0 Variable Speed; Mounted on Steering Wheel 12VYP ENGINE CONTROL, REMOTE MOUNTED - No Provision Furnished for Remote 0/0 0 Mounted Engine Control 12WPV OIL PAN 15 Quart Capacity, For Cummins ISB Engines 0/0 0 12WZE EMISSION COMPLIANCE Federal, Does Not Comply With California Clean Air Idle 0/0 0 Regulations 12X86 FEDERAL EMISSIONS EPA, OBD and GHG Certified for Calendar Year 2015; ISB 0/0 0 Engines 13ASP TRANSMISSION, AUTOMATIC (Allison 25M RDS P) 5th Generation Controls; 0/0 0 Wide Ratio, 5-Speed, With Overdrive; OrdOff Hwy; 33,000 lb GVW & GCW Max., With PTO Provislon, Less Retarder 13WLN TRANSMISSION OIL Synthetic; 20 thru 28 Pints 0/0 0 13WYY SHIFT CONTROL PARAMETERS Allison 1000 or 2000 Series Transmissions, 5th 0/0 0 Generation Controls, Performance Programming 14AJW AXLE, REAR, SINGLE (Navistar Select) Single Reduction, 23,0004b Capacity, 200 0/229 229 Wheel Ends Metric, . Gear Ratio: 5.38 14VAH SUSPENSION, RR, SPRING, SINGLE Vad-Rate; 23,500-lb Capacity, With 4500 0166 66 lb Auxiliary Rubber Spring 14WMG AXLE, REAR, LUBE (EmGard FE-75W-90) Synthetic Oil; 30 thru 39.99 Pints 010 0 15SWU FUEL TANK Top Draw; D-Style, Non -Polished Aluminum, 16'Tank Depth, 40 U.S. 0/0 0 Gal., 151 L Capacity, with Quick Connect Outlet, Mounted Left Side, Under Cab 15WDG DEF TANK 7 U.S. Gal. 26.5L Capacity, Frame Mounted Outside Left Rail, Under 0/0 0 Cab 16030 CAB Conventional 0/0 0 4 Proposal: 2066-01 EXHIBIT PAGE (o OF INTERNATIONAL` Vehicle Specifications October 27, 2016 2016 4300 SBA 4X2 (MA025) Coe Description FIR Wt Tot Wt (lbs) pbs) 16HBA GAUGE CLUSTER English With English Electronic Speedometer 0/0 0 16HKT IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge 0/0 0 Cluster 16HLJ GAUGE, DEF FLUID LEVEL 0/0 0 16JNT SEAT, DRIVER (National 2000) Air Suspension, High Back With Integral Headrest, 210 2 Vinyl, Isolator, 1 Chamber Lumbar, With 2 Position Front Cushion Adjust, -3 to +14 Degree Angle Back Adjust 16SMN SEAT, PASSENGER (National) Non Suspension, High Back, Fixed Back, Integral 17/6 23 Headrest, Vinyl 16SNA MIRRORS (2) (Lang Mekra) Rectangular, Black Heads, Brackets and Arms, -3/0 -3 Breakaway Type, 7.55" x 14.1" Integral Convex Both Sides,102" Inside Spacing 16WCT AIR CONDITIONER {Blend -Air) With Integral Heater & Defroster 66/5 71 16WJS INSTRUMENT PANEL Center Section, Flat Panel 0/0 0 16WRX CAB INTERIOR TRIM Deluxe 0/0 0 27DTJ WHEELS, FRONT (Maxion 905411 DISC; 22.V' Painted Steel, 2-Hand Hole, 10• 1/0 1 Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs 28DTJ WHEELS, REAR (Maxion 90541) DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, W69 769 10 Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs 29PAR PAINT IDENTITY, FRONT WHEELS Disc Front Wheels; With Vendor Applied 010 0 White Powder Coat Paint 29PAS PAINT IDENTITY, REAR WHEELS Disc Rear Wheels; With Vendor Applied White 0/0 0 Powder Coat Paint 7372135423 (4) TIRE, REAR 11 R22.5 HDR2 (CONTINENTAL) 491 revlmile, load range G, 14 0/184 184 ply 7372135429 (2) TIRE, FRONT 11R22.5 ECO PLUS HS3 (CONTINENTAL) 495 revlmile, load 7410 74 range G,14 ply Services Section: 40116 WARRANTY Standard for Durastar 1000/4000 Series, Effective with Vehicles Built 0/0 0 January 2, 2015 or Later, CTS-2475P Total Component Weight: 6263/4743 11006 1 stellar shuttle loader 0/0 0 Total Body Allied: 0/0 0 The weight calculations included in this proposal are an estimate of future vehicle weight. The actual weight as manufactured may be different from the estimated weight Navistar, Inc. shall not be liable for any consequences resulting from any differences between the estimated weight of a vehicle and the actual weight. 5 Proposal: 2066.01 EXHIBIT 8 PAGE -7OF------------ 9 J.W. DEVERS & SON, INC. Truck Body Manufaewrem Since 1806 COMPLETE LINES OF TRUCK EQUIPMENT QUOTATION 5 NORTH BROADWAY F-1 ORDER TROTWOODj OHIO 46426-3599 PHONE (937) SS44M FAX (937) 85"017 QUOTE NUMBER 4600 QUOTATION DATE: October 20,2015 ATTENTION- mark Lam Model 120-1620 20,000 lb capacity for dumping and loading 48 &,Vw maximum dump angle for 12-51 to 15, containers and up to 17" flatbeds 114" to 13 0" C/A chaWs required Custom Stellar Engagement Hook and hold downs for book rods 59" to 62" Counter-balarice valves on all cylinders All pivot pins 17A stainless Hot Shift PTO will duect mount pump for automatic transmission Frame mounted hydraulic tank withcontrol valve mounted on top (2) Section control valve, for loader operation only Stainlesssteel bonnatted controls ,Spin -on return line filter All hoses and fittings included (1) pair,poly rear fen4m Tubing ICC bumper with clearance lights on ends Chasse lights remounted Loader fiame painted h1wk Installed complete Total _Add Yed0n4F AL* TNX ----- 1 THIS S PRICE IS FIRM FOR _,g:�4p DAYS x- doliocutificaft OrExa1 npaw Given manufacturing conditions, smokes, fires, secIdents, delays of can . - to rewive material or any other causes beyond our reasonable cont'nI A Iota tharge will be added on past due bailances at on Intereal customer "",44ML psr month {An annual nercentede rate of 18%). BY $25,950.00 EXHIBIT _B PAGE v INTERNATIONAL' Description Factory List Prices: Product Items Service Items Total Factory List Price Including Options: P&D Total Preparation And Delivery: Freight Total Freight: Total Factory List Price Including Freight: Less Customer Allowance: Total Vehicle Price: Total Body/Mlied Equipment: Total Sale Price: Total Per Vehicle Sales Price: Net Sales Price: Financial Summary 2016 4300 SBA 4X2 (MA025) (US DOLLAR) $91,938.00 $0.00 $250.00 $2,200,00 Price $91,938.00 $250.00 $2,200.00 $94,388.00 ($34,053.83) $60,334.17 $26.850.00 $86,184.17 $86,164.17 $86,184A7 October 27, 2016 Please feel free to contact me regarding these specifications should your interests or needs change. I am confident you will be pleased with the quality and service of an International vehicle. Approved by Seller: Official Title and Date Authorized Signature This proposal Is not binding upon the seller without Seller's Authorized Signature Accepted by Purchaser: Firm or Business Name Authorized Signature and Date Official Title and Date The TOPS FET calculation is an estimate for reference purposes only. The seller or retailer is responsible for calculating and reportinglpaying appropriate FET to the IRS. 6 Proposal: 2066-01 EXHIBIT B_ PAGE _t_OF�