HomeMy Public PortalAbout105-2016 - Sanitary - Poynter Chrysler Jeep - 2017 Doge RamORIGINAL
AGREEMENT
THIS AGREEMENT made and entered into this day of �'t�v 2016, and
referred to as Contract No. 105-2016 by and between the City of Richmond, Indiana, a municipal
corporation acting by and through its Board of Sanitary Commissioners (referred to as the
"City"), and Bob Poynter Chrysler Dodge Jeep, 3020 N. National Road, Columbus, IN 47201
(hereinafter referred to as the "Contractor').
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor a new 2017 Dodge Ram 2500 with said vehicle
being more specifically described on Exhibit "B" attached hereto and incorporated by reference
herein.
A Request for Quotes has been made available for inspection by Contractor, is on file in the
office of the Department of Sanitation for the City of Richmond, consisting of two (2) typewritten
page, which is attached hereto and incorporated by reference herein as Exhibit "A".
The response of Contractor to said Request for Quotes is attached hereto and incorporated by
reference herein as Exhibit `B", consisting of sixteen (16) typewritten pages.
Should any provisions, terms, or conditions contained in any of the documents attached hereto
and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or
conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish and deliver the vehicle described on Exhibit "B" attached hereto as
soon as is practically possible, but said deliver shall not exceed one hundred eighty (180) days
from the receipt of the purchase order pertaining to this Agreement.
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(s) signed by Contractor in accordance with
I.C. § 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION H. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent. contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work relative to the delivery of the vehicle described herein.
SECTION III. COMPENSATION
City shall pay Contractor the sum of Twenty-six Thousand Nine Hundred Sixty-one Dollars and
00/100 ($26,961.00) in consideration for the Vehicle specifically described within the Exhibits
attached hereto, inclusive of delivery.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto and shall continue
until such time that the Contractor delivers the vehicle, in new and working condition, to the City.
Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be
1 1 Page
available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining
to a purchaser's remedies for the furnishing of a defective automobile.
Notwithstanding the tern of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time before the delivery of the vehicle described above specifying 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.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement 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 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
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
2 gage
Section 1. Bodily Injury $1,000,000 each person
$ 1,000,000 each occurrence
Section 2.
Property Damage
E. Comprehensive Umbrella Liability
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 aggregate
F. Malpractice!Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 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 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 Board determines during the course
of this Agreement that this certification is no longer valid, Board 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 Board
that the Contractor has ceased investment activities in Iran within ninety (90) days after
the written notice is given to the Contractor, the Board may proceed with any remedies it
3 1 Page
may have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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
A. 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:
1. 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
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
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by aninterpreted according tIndiana d intted accordio Indilaw and shall
- _ _. _ _.._ ..... _.____
4 1 Page
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. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained 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 out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she 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 in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, 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.
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 S i Commissioners
S ler, President
T'
A ,p e rest ent
Gr Stiens, Member
Dated:
"CONTRACTOR"
Bob Poynter Chrysler Dodge Jeep
ByMted):3
(Pr
TitleL&'L 'JuA-6
Dated:_ �/� '(�
D I e d y C
APPROVED:
ave Snow, ayor
Dated:
6 1 Page
P.RI E REQUEST
{
s
Y
CITY OF MC MOM
DE?AXrWWr OF SAWATION
238DLQ TYAVSNMRICHMOND,INDIANA47374
PHONE (765) 9M--74566FAX{JfiS) 962 7b69
THIS IS NOT AN ORDER
VENDOR
INSTRUCTIONS
6F4described
� � ����
This Is a o . for a price for the services of materials
below. Any additional spedUcaibna may be
below.
q �� r / � /1
(,�j7q-��
�r
attached hereto. This Is NOT an order and the City reserves
the right to accept all or part, or decline lire entire
um prabelow
Please complete your full rrsrt►e and phone number below
�0W /�VI L
with signature; itemize all prices and charges where
4'70 /� /
/�1 V
requested; and attach any explanation for any substitution cat to
apocUicatbns skated. Return ist a seated atrvalope, In care of
j� �S
to
Hoard of address
the mondadman Sanitary Distribuilding above by
the administration buUding at the address above by the
specified e and time to be coneldered
DATE:
REPLY MUST BE IN BY:
PAYMENT TERMS:
DELIVERY REQUIRED:
August 9, 2016
10:00 A.M. on August 23. 2010
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This Is a request for quotes to purchase two (2) 2016 or newer, mid -size, 4 door sport utility vehicle. Please see
attached specifications. Please Include all warranty Information with quote. E Verify requirements and Indiana Local
Preference Claims will apply to this quote, information enclosed,
Return this sheet and the proposal street in a sealed envelope addressed to:
Richmond Sanitary District
Denise Johnson, Customer Service Mgr
2380 Uberty Avenue
Richmond, IN 47374
Re: Sport Utility Vehicles (2)
Quote Valid Until L} .� it1Lrldd�.S
-2L
uestions? Call Jeff Lohmoeller at 765-983-7464. Cost $ 1 it -
STATE TAX EXEMPTION 0 003121909-001
Richmond Sanitary District
DATE PHONE NUMBER
TS
Exhibit A
Minimum Specifications for 2016 or newer 3/4 Ton 4-wheel Drive
Regular Cab Track
The Richmond Sanitary District wishes to obtain one (1) 2016 or newel 314 Ton truck for our
Solid Waste Department. For additional Information, call Jeff Lohmoeller at (765) 983-7464.
Minimum Specifications
Four Wheel Drive:
Yes
✓ No
Extended Cab
Yes
No ✓
6.2L V-8 Gasoline:
Yes
✓ No
VNo
Power Steering.
Yes
___--
AM/FM Stereo: '
Yes
✓ No
. Power Windows/Locks:
Yes
No
Heater & Air Conditioning-'
No
Tilt Wheel:
Yes
'� No
6 Speed Automatic Transmission:
Yes
"� No
40-20-40 Vinyl Seats:
Yes
No
Vinyl Flooring
Yes
IZINo
Tinted Solar Glass:
Yes A-"' No�
Spray -in Bed Liner (Black):
Yes
t✓ No
Snow Plow Prep Package:
Yes
✓No
Strobe LED Lights (bide away mount in front grill):
Yes
t/ No
y No
Strobe LED Lights (into rear backups):
Yes
IT, Steel Rims with All Terrain Tires:
Yes
✓ No
warranty Information Included:
Yes
✓ No
Owner's Manual Included:
Yes
�-'� No
Color (White)
Yes
'--1No
All Other Standard Options Included:
Yes
t,---'No
4JI14
Proposal Sheet
Mid -Size Sport Utility Vehicle
Itichmond Sanitary District
Year/Make/Model: aof?
Dealership Submitting Quote: I&M
Puce firm for brow Long: IJ zl ffe
Estimated Delivery Time:
Total Price of New Vehicle: S 2(0- l,,,J Cw6Cs 6 �g eliPWrs
Prices to include all shipping, handling, delivery, pick-up and setup charges. Vehicle
shall be delivered to the Riclunond Sanitary District WVilTP at 2380 Liberty Ave.
Richmond, IN 47374.
All questions shall be directed to Jeff Lohmoeller at 765-983-7464.
o Signature
Contact Person (Printed)
9?-A A&,J-144
Dealership
Exhibit B
9 zz &
Date
Phone Number
QUOTATION
TRM EQUIPMENT
Indianapolis 317-757-0718
Quoted To: BOB POYNTER CHRYSLER DODGE JEEP
3020 N. NATIONAL RD
COLUMBUS, IN 47201
USA
Quote No: 69400
Quote Date 8122/2016
VEHICLE INFORMATION:
Year
Make
Model
VIN #
CAiCT
GVW
Engine
Transmission
Customer IO-,; Quote Fac fre Date .
Customer Conta ct: customer Phona # _ Customer. Fax# ,
240.13320
Shipping Method FOOS - Pa nt Terms Quoted b ;
Indiana s 317-787-0718 Nel 3D
Description -Quantity,LT= Unit Price':' I Extended Prices.
240.EI EQUIPMENT INSTALLATION
PROVIDE AND INSTALL:
AMBER STROBES GRILL MOUNTED FRONT, BACKUP LIGHT
MOUNTED REAR.
240.ES EQUIPMENT SALE
PROVIDE ONLY;
HEAVY DUTY HUSKY FLOOR MATS FOR FRONT & MIRROR -
BLACK
1.00 $687.00 $687.00
I
1.00 $184.00 $184.00
NOTE: Unless otherwise stated sales tax Is not included in the Quotation total
2017 RAM 2500 Tradesman
Bob Poynter CDJR
Prepared For:
Mr. Jeff Lohmoeller
City of Richmond
Indiana IN
RAM
Ship To:
Prepared BY:
Jeff Lohmoeller
33 Joh mn
City of Richmond
Bob Poynter CD)R
238o Liberty Ave.
30M H National Rd
Richmond, In, 47374
Wnbus, IndW% 47241
Phone: 812 216 4933
Pax: 317-M-1432
INDEX
2017 RAM 25001
4x4 "ular Cab 14MSO WS Tradesnun (ID37662j
Description
Page
Cover..» ...» , . ».,................ ».............«........«.....,....».,........................................................................ .. . 1
IndeR................... ............ I........ .......... --- .......... »»«..«..,.....-«.....,......................................,.,..,,.................,..,......... 2
VehicleOven+lew............................... , ................................ ....» ... «. , «. ,...«.,,.,» . ,..», .,,, ,,.,......, ,........., 3
StandardEquipment ..«. ..... ,,........ ............................................. ................................ .... » .» ..... »...» .».» . 5
SeiettedEquipment ................... , .......».,...»..« » .»...,.,«....».,......«.»,...»......................................................... 7
Flce Stet ..... ..... »....... ..... .................................... ............................... .... ».....,.....«, «..». , » .,..,............... 9
�Y
. ..,..' . ........ _ ...........
•............... ..................................a........ 12
JobRating .............. ........ .............................................................. .............«. « ,»_...._« , , .,—.,. ,» ,.» ,»,..».,..
%%Wow Sticker .................... ... —W .... »_...».,..,« ,»„»..«.»,,.,«.,.............. ........................ .............. ....... .. 13
Prepared For:
Mr. Jeff Lohmoeller
City Of Richmond
Indiana
Ship Tov
Jeff Lohmoeller
City OF Richmond
2380 Liberty Ave.
Richmond, In, 47374
Prepared By:
JJ Johnson
Bob Poynter CDJR
3020 N National Rd
Columbus, Indiana, 47201
Phone: 812 216-4933
Fax:317-888-1432
VEHICLE OVERVIEW 2017 RAM 25010
4x4 Regular Cab 140.5" WS Tradesman (D371.62)
Powertmin
HEMI 6.4L V-8 OHV SMPI 16 valve engine with VVT variable valve control, variable Intake length, cylinder deactivation
* 220 amp HD alternator * 730 amp battery with run down protection * Transmission oil cooler * 6-speed electronic
sequential shift control automatic transmission with overdrive, lock -up, driver selection * Fait -time four-wheel drive
with manual transfer case shift, auto k)ddng hubs * ABS & driveline traction control * 3.73 axle ratio * Stainless steel
exhaust
Steering and Suspension
Hydraulic power -assist re -circulating ball steering * Steering cooler * 4-wheel disc brakes with front and rear vented
discs * HD ride suspension, with electronkc stability * Non -independent front suspension * Front multi -link suspension
* Front anti -roll bar * Front coil springs * HD front shocks * Rigld rear axle * Rear mull -link suspension * Rear roil
springs * HD rear shocks * Front and rear 18.0" x 8.00" silver styled steel wheels with hub covers * LT275/70SR1S.0
OWL AT front and rear tires * Underbody w/crankdown mounted full-size steel spare wheel
Safety
4-wheel anti -lock braking system * Center high mounted stop light * Dual airbags, seat mounted driver and
passenger side -impact airbags, curtain 19 row overhead airbag, alrbag occupancy sensor * Front height adjustable
seatbeits with front pre-tensloners * Immobilizer
Comfort and Convenience
Air conditioning * AM/FM/Satellite-prep, dock, seek -scan, external memory control, 6 speakers, fixed antenna *
Cruise control with steering wheel controls * Power door locks with 2 stage unlock, manual taklgate/rear door lock * 2
12V DC power outlets, retained accessory power * Analog instrumentation display includes tachometer, oil pressure
gauge, engine temperature gauge, voltmeter gauge, oil temperature gauge, transmission fluid temp gauge, engine
hour meter, systems monitor, trip odometer * Warning Indicators include engine temperature, lights on, key, low fuel,
low washer fluid, door ajar, brake fluid, tire specific low tire pressure, transmission fluid temp * Steering wheel with
tilt adjustment * Power front windows with light tint, driver and passenger 1-touch down * Variable intermittent front
windshield wipers * Day -night rearview mirror * Interior tights include dome light with fade * Partial floor console
with storage, glove box, front cuphokier, Instrument panel bin, dashboard storage, driver and passenger door bins
Seating and Interior
Seating capacity of 3 * 40-20-40 split -bench front seat with adjustable head restraints, center armrest * 4-way
adjustable driver seat * 4-way adjustable passenger seat * Vinyl faced front seats with vinyl back material * Vinyl
The Nfarnaffon ="t*W 1. M PAW 1s PAW to assist h asselft am vehkks and is rar Y= W m U- onrY. P1 ann mmua "w"uon sown we sunleu w
be -nVkl* aU011 Dr
No + �, VWM*a or 9—t traea m bd«ms vyderd fr dBakr will
� IWL* for s Y Muawlm We mMenfs hereaf. Phase we
salespeson for tl1e nnsl tur1e11[ Inramatfon and oWr deists Attuat Mw^0 �' �'aY• Reklerlrn f]7tt81a3264 a/9%20f6
Effective Date: 8/8/2016 Pap3
Date Printed: August 22, 2016 QuotelD: <None>
IVEHICLE OVERVIEW Continued
Seating and Interior (Continued)
door trim Irkserl; full cloth headliner, full vinyl/rubber floor covering, metal -look Instrument panel Insert, urethane gear
shift knob, chrome and metal -look Interior accents
Exterior Features
1 skid plate, side Impact beams, finxt license plate bracket, fully galvanized steel body material * Black side window
moldings, black front windshield molding * Black door handles * Black grille " 2 doors with tailgate rear cargo door
With bed liner * Class V trallering, trailer harness, trailer hitch, trailer sway control * Drtm and passenger power
remote black heated folding outside mirrors * Front and rear black bumpers, with rear step * Aero-composite halogen
fully automatic headlamps with multiple headlamps, delay -off feature * Additional exterior lights Include pickup cargo
box light " Clearcoat monotone paint
Warranty
Basic ................................... 36 month/36,000 miles Powertrain ........................... 60 month/60,000 miles
Corrosion Perforation ....... 60 month/unlimited mileage Roadside Assistance .............. 36 month/36,000 miles
Dimensions and Capacities
output ............. ..................... 410 hp 0 5,600 rpm
ist gear ratio ...................................... .........
3.231
3rd gear ratio ................................................
1.410
Sthgear ratio ................................................
0.816
Reverse gear ratio ..........................................
4.444
GVWR..................................................
10,000 lbs.
Rear GAWR ............................... .............
6,000 tbs.
Front curb weight ........... ........................
3,734 lbs.
Front axle capacity ...................................
5A00 tbs.
Front tire/wheel capacity ...........................
7,280 lbs.
Towing capacity .....................................
12,930 tbs.
Front headroom ............................................
39.9 "
Front shoulder room ................... . .................
66.011
Length................................................... _.
230.4
Bodyheight ................ ........... I ........... I ........
78.1
Cabto axle ...................................................
56.9
rh
Front track .............................................. 68.3
Turningradius ...............................................
20.8'
Exterior cargo length ....................................
98.3 "
Exterior cargo volume ..............................
74.7 cu.ft.
Exterior cargo maximum width ........................ 66.4 "
Interior maximum cargo volume .................
15.2 cu.ft.
Torque .. . ............................ 429 lb.-ft. @ 4,000 rpm
2nd clear ratio ............................................... 1.837
4thnear ratio ............................................ _.. 1.000
6th gear ratio .................... ........................... 0.625
Curb weight ............................................
6,426 lbs.
Front GAWR .....................................
5,500 1115.
Payload...................................................
3,600 tbs.
Rear curb weight ......................... ___ ... _
2,691 lbs.
Rear axle capacity .....................................
6,010 lbs.
Rear tire/wheel capacity ............. .............
7,280 lbs.
Front legroom ...............................................
41.0
Front hiproom ........... ...................................
62.9
Passenger area volume ................
63.0 cu.ft.
Body width ........................................... ......
79.4-
Wheelbase .................. ..............................
140.5
Axle to end of frame .....................................
50.4
Reartrack .............................. ...................
682
Fueltank ..................................................
32.0 gal.
Exterior cargo minimum width ......................... 51.0
Bftdor cargo pickup box depth ......................
20.2
Interior cargo volume ...... .............. ...... .
15.2 cu.ft.
The klannation contak%ed In this pedage Is provided b mist In assessing our YOUeS and Is for Ymw himnWw QnIY- Prices and content Wornumon Ovum am sut>jed to
change and should bel traded as estimates only. Infonnahop on the =npaqMn mhkk Is derived from avdkft MAftswrals and miry not be cwMkb* Galerd or
aoanatr
No repmsentabonk wamintles or 2"Farbes are 9WM in the inlamftL NMdm Gwysbr nor Ule dealer YA1 be We for any relance an the contents F,hxof. Please see
salesperson for the most unrent Inform-ationand ottawdetM Actual Peking MY Vaq, MemnDe DOSID3264 SIW2016
Effecthme Date; 8/8/2016
Date Printed: August 22, 2016
Page 4
QwWD: <None>
Prepared For:
Mr. Jeff Lohmoeller
City Of Richmond
Indiana
R AIL M
Ship To:
Prepared By:
Jeff Lohmaeller
J] Johnson
City OF Richmond
Bob Poynter CDJR
238D Liberty Ave.
3020 N National Rd
Richmond, In, 47374
Columbus, Indiana, 47201
Phone: 812-216-4933
Fax: 317-MB-1432
'STANDARD EQUIPMENT 20!17RAM 2500!
4x4 Regular Cab 140.511 WS Tradesman (D37L62)
Powertrain
HEMI 5.7L V-8 OHV SMPI 16 valve engine with variable valve control, variable Intake length * 160 amp alternator
* 730 amp battery with run down protection * Transmission all cooler * 6-speed electronic sequential shift control
automatic transmission with overdrive, lock -up, driver selection * Part-time four-wheel drive with manual transfer
case shift, auto locking hubs * ABS & drlvellne traction control * 3.73 axle ratio * Stainless steel exhaust
Steering and SuRmslon
Hydraulic power -assist re -circulating bap steering * Steering cooler * 4-wheel disc brakes with front and near
vented discs * HD ride suspension, with electronic stablllty * Non -independent front suspension * Front multi -link
suspension * Front anti-roI bar * Front coil springs * HD front shocks * Rigid near axle * Rear multi -Ink
suspension * Rear coil springs * HD rear shocks * Front and rear 17.01' x 7.50" silver styled steel wheels with hub
covers * L1245/70SR17.0 BSW AS front and rear tires * Underbody w/crankdown mounted full-size steel spare
wheel
Safety
+wheel anti -lock braking system * Center high mounted stop light * Dual airbags, seat mounted driver and
passenger side -Impact airbags, curtain 1st row overhead airbag, alrbag occupancy sensor * Front height
adjustable seatlleits with front pre-tensioners * Immobilizer
Comfort and Convenience
Air conditioning * AM/FM/Satellite-prep, dodo, seek -scan, external memory control, 6 speakers, fixed antenna *
Cruise control with steering wheel controls * Manual tailgate/rear door lode * 212V DC power outlets, netained
accessory power * Analog instrumentation display includes tachometer, oil pressure gauge, engine temperature
gauge, voltmeter gauge, oil temperature gauge, transmission fluid temp gauge, engine hour meter, systems
monitor, trip odometer * Warning Indicators include engine temperature, lights on, key, low fuel, low washer
fluid, door ajar, brake fluid, tire specific low tire pressure, transmission fluid temp * Steering wheel with tilt
adjustment * Manual front windows with ilght tint * Variable Intermittent front windshield wipers * Day -night
rearview miner * Interior lights include dome light with fade * Partial floor console with storage, glove box, front
cupholder, instrument panel bin, dashboard storage, driver and passenger door bins
Seating and Interior
Seating capacity of 3 * 40-20-40 split -bench front seat with adjustable head restraints, center armrest * 4-way
adjustable driver seat * +way adjustable passenger seat * Vinyl faced -front seats with vinyl back material * Full
The Irdorrr UN ootWed In this padop Is provided to a%M kt assaskg onr vdrldes and Is W you Wo m M anty. Prices and mot nt Inr"nuu n slows am soh w to
dwve and slxwW be treated as eakrrates Cray. Intamiauon on the comparison vel kle Is derived from avalable putrlte sou m and may rrot be mMyetdy —eFd or SOMME.
No represmtalk M warrarYks or gwantm are 01ven In the Inrmrmatlon. Nefter CWysW ror ft dwler VA be liable for any rdlinor on the contents herea(. Pleases"
setesperson for the most amdrl kdorrnatlon and other details. Actual prldo0 may vary. Wermwe OMSIM M WV016
eve Date: 8J8/2016 Page 5
Date Printed: August 22, 2016 QuotelD: <None>
STANDARD EQUIPMENT Continued
Seating and Interior (Continued)
cloth headliner, Full vinyl/rubber floor covering, metal -look instrument panel insert, urethane gear shift knob,
chrome and metal -look interior accents
Exterior Feat Low
Side Impact beams, Front license plate bracket, fully galvanized steel body material * Black side window moldings,
black front windshield molding * Black door handles * Black grille * 2 doors with tailgate rear cargo door * Gass
V trallering, trailer hamess, trailer hitch, trailer sway control * Driver and passenger manual black folding outside
mirrors * Front and near black bumpers, with rear step * Aero-composft halogen fully automatic headlamps with
multiple headlamps, delay -off feature * Additional exterior lights Include pickup ergo box light * Clearcoat
monotone paint
Warranty
Basic 36 month/36,000 miles Powertraln 60 month/60,000 miles
Corrosion Perforation 60 month/unilmlted mileage Roadside Assistance 36 manOO6,000 miles
Dimensions and Capacities
output
3B3 hp @ 5,600 rpm
Torque
400 lb.-ft. @ 4,000 rpm
1st gear ratio
3.231
2nd gear ratio
1.837
3rd gear ratio
1.410
4th gear ratio
1.000
5th gear ratio
0.816
6th gear ratio
0.625
Reverse gear ratio
4.444
Curb weight
6,321 lbs.
GVWR
9,000 lbs.
Front GAWR
5,250 lbs.
Rear GAWR
6,000 lbs.
Payload
2,680 lbs.
Front curb weight
3,662 lbs.
Rear curb weight
2,659 lbs.
Front axle capacity
5,250 lbs.
Rear axle capacity
6,010 lbs.
Front tire/wheel capacity
6,000 lbs.
Rear dre/wheel capacity
6,000 lbs.
Towing capacity
11,510 lbs.
Front legroom
41.019
Front headroom
39.9 "
Front hlproom
62.9 "
Front shoulder room
66.0 "
Passenger area volume
63.0 cu.ft.
Length
230A °
Body width
7914 "
Body height
78.1 "
Wheelbase
140.5 "
Cab to axle
56.9 "
Axle to end of frame
50.4 "
Front track
68.3 "
Rear track
68.2 "
Tuming radius
20.8'
Fue! tank
32.0 gal.
Exterior cargo length
98.3 "
Exterior cargo minimum
51.00
width
Exterior cargo volume
74.7 cu.ft.
Exterior cargo pickup box
20.2 "
depth
Exterior cargo maximum
66.4 "
Interior cargo volume
15.2 cu.ft.
width
Interior maximum cargo
15.2 cu.ft.
volume
The Inrannaum rsud*W In dr6 pxkage Is provided to assist In assessbrg au Vd*ks And Is for VOM Infer WOW a*- Pries aM cwWnt trdorniodon shown arc wb*d to
drarpe and should be treated as esimaks 0*. Udormetlon an the mmparbao vd0de Is deslved horn avaiade pubic mums and may ant be ci-o lee aarent cur acauate.
No remsentatbns, wananies or guarantees
are Ulm In the Inkrtrs uwL Nddm awyft
oar tie deala eat be fade for ww rdw=
on the eorlatlls bmd. Maw sue
salrsAasm for the most aarent information aM Who ddais_ Acbral pric3M may vary. Aefemm DXDMM264 SIOM16
Effective Date: 8/8/2016 Page 6
Date Printed: August 22, 2016 QuoteM: <None>
Prepared For.
Mr. Jeff Lohmoeller
City Of Richmond
Indiana
Ship To: Prepared By:
Jeff Lohmoeiler 33 Johnson
city OF Richmond Bob Poynter CDJR
238D Liberty Ave. 3020 N National Rd
Richmond, In, 47374 Columbus, Indiana, 47201
Phone:812-216-033
Fax: 317-888-1432
4x4 Regular Cab 140.5" WB Tradesman (D37162)
MSRP
D371.62 Base Vehicle Price (D37L62) STD 34,895.00
General Info
Fleet Final Order Date: TBA
OPT
N/C
Packages
22A
Quick Order Package 22A Tradesman
OPT
N/C
(ME)3.73A*Rabb; avnt'Amwestw/CLphafders
Emissions
3Vp5
50 State Emissions
INC
Included
Powertrain
ESA
Engine: 6.41. HD V8 HEMI w/MDS
OPT
500.00
(NAS) 50 SIZte &Yzx , 11-W Rear AAk, (MD)180Amp Affiemalar;
Ele *wk*Cilairdled 71P vM;;: (2759 GKYR. 10,000 ft Neon/Badge;
Next Gweratm Engine avltroler
DFP
TransmissRm: 6-Speed Automatic (66RFE)
STD
N/C
DME
3.73 Axle Ratio
INC
Included
Z7F
GVWR: 10,000 lbs
INC
Included
Wheets & sires
TCP
Tires: LT275/701118E OWL On/Off Road
OPT
225•00
WBN
Wheels: 18" x 8.0" Steel
OPT
145.W
184Steel Spare Wheel,• Ce efir Mb
Seats & Seat Trim
TX
Heavy Duty Vinyl 40/20/40 Spilt Bench Seat
STD
The kdormatlon cwdWred In all, padcape is provided to assist in assrsshV our vdtkles and is for your infatmatloo only. Prices and axdent Wormatim sirarm are %bled to
dranpe and shadd be tmaled as estbrrates only. IMomrelbn nn the o3n4olson vehkk is dethred from aveabte pudic sources and may not be woplet* current or aawate.
No rapre=tanans, warfaMas a quarantees am gim in the kdarrs tkNL *nher Chrysler trr the dealer wA be Bade (or any tdwm on the aommts hwW, Please see
salesperson for the mast c u" t lniormatlon end Ww dews, Aduat prkkq may vary, ReferenQ 0=03 W W1116
BTective Date: 8/8/2016 Page 7
Date Printed: August 22, 21)16 QuoWD: <None>
SELECTED EQUIPMENT Continued
MSRP
N/C
Other Options
APA
Monotone Paint
STD
N/C
BA]
220 Amp Alternator
INC
Induded
AHD
Heavy Duty Snow Plow Prep Group
OPT
135.00
(SV) 220Amp Allema4ar, W) Transfer Case-WdFi+ate 9VIeld
YEP
Manufacturer's Statement of Origin
OPT
N/C
XMF
Spray in Bediiner
OPT
495.00
RA1
Radio:3.0
STD
N/C
Fleet options
AIW Power Accessory Group OPT 545.00
Black 6rGeviar Afrrrrxs; EderiorMfl= tv/He,7Av E/evxn4 &M,4 i8y Power
heated Aknotsy AxwLodGy Prwnhnn WnX Dor rnm w/Map PDdhW
Ponw Mycil ms WT=t 1-r=dr Dtxm
XEF Transfer Case Skid Plate Shield INC Induded
Interior Colors For : Primary w/Tradesman (Reg)
xe Diesel Gray/Black OPT N/C
Primary Colors For: Primary w/Tradesman (Reg)
PW7 Bright White Clearroat OPT N/C
Vehicle Subtotal $36,940.00
Destination $1,320.00
Vehide Subtotal (Inducting Destination) $38,260.00
The kimnatlon malned In thtt package is prodded to as let In asse %g our vehldes and is for your Wormation only Prices and oommt trdtaaa dw shown ore Added to
change and amid be treated as e$Wnates ordy. hdonnaom on the enaparkm whkk 1s detW tram avaaabk pjb k saucers and may not be mnplelL* aarent or amaaW-
No MwesentaNan; Warran0es or gwrWees are 0M in the kft auan. Ndow Order nor the doa>cr wm be Ilabk for any rebnCe on the mnteets Went ukase see
salespenm far the most ament Inrormatlon and older defy & fd W pridng may vary. Rderence 13=03M WW2016
Effective Date: 8/8/2016 Page 8
Date Printed: August 22, 2016 QuoteID: <Nonev
Prepared For:
Mr. Jeff Lnhmoeller
City Of Richmond
Indiana
M AILM
Ship To:
Prepared By:
Jeff Lohmoeller
JJ Johnson
City OF Richmond
Bob Poynter CDJR
2380 Liberty Ave.
3020 N National Rd
Richmond, In, 47374
Columbus, Indiana, 47201
Phone:812-216-4933
Fax: 317-1S8-1432
',PRICE SHEET
2017RAF425U111
4x4 Regular Cab 140.5" WB Tradesman (D37L62)
MSRP
Vehicle Price (excluding option discounts)
$36,940.00
Dealer Discount
(11,986.00)
Vehicle Subtotal
$24,954.00
Option Credits
0.00
Other (Discount)Margin
0.00
Incentives
0.00
Total Other Items
0.00
Net Selling Price
$24,954.00
Destination
1,320.00
Total Quote
$26,274.00
TOTAL
Customer Signature
Date
$26,274.00
s-r7l Frs
The Warnlaum contained In U& padage is pavlded to mw in aasanYng Our nmhides and is for Yw warroatloo only. Prices and content Information shovm we auW to
represe ntaUwa, warraniks or ga nkm we ghee in tin Inf Ncrnwtiun r owakr wr tine deakr wll be bbL- (ar artery reRanoa the huwf. Please see
salmstw on far the most osrere idwriatk m and ather deta t AcWW prkft may vary. Reference M0303M ti "16
Effective Date: 8/8/2016 Page 9
Date Printed: August 22, 2016 QuotelD: <None>
Prgmmd For.
Mr. 3efE LUVOOeper
Oty Of RkMnond
Irrda c
iRAl44lli
Ship To:
Prepared By;
7Cff t.ohmoetier
13 30usm
City OF Richmond
Bob Poynter CIM
2380 t bsty Ave,
3020 N Nafi nW Rd
Rkbmgnfd rr,17374
Cdumbus, Imbna, 47201
Phme: 812-2164933
Fay. 317-DW1432
4x4 Regular Curb 140.5' WO Tradesman (D37L62)
output..... ...»................................................»........».........» ...«....... ».»..,»..» .......».»..«..»
410 to 0 SAM rpm
Torque............ ........ «,,.+............. ................................................................................
429 Ib.-R. 0 4,000 rpm
1stgear ratio +,..,»««.,.+..+.,«.......... .................................................................... ...............,......».......... ... .. 3.231
7rrdgear ratio ............... ..«....................« ......,.......».,»»..«,»..».«..........»..,».........».............................. 1.837
3rdgM ratio................................................................. , , ....,» ».,.,».»..,...«..».... »
......... ,...... ..... ............. 1A10
4thgear ratio ..._.»»..«,............ ..........................................................................».w..............
.. « ...» ...«. 1.000
Sthgear ratio ....... +__« + «..........« ........».«.,«,« ».,. +... ................ .....+...,......... ....................
................. . 0.E16
6thgear ratio ................ ................ ..... » + » - ». .» .» » ,..», »,»..».«..«..«..,.,»
».,«.....».,,...... , ..,. 0.625
.—,..............�...........
Cwweight........« ..».,»,.. » .......,««. « »»................. 1-1...........................
6,4 6 lbs.
GVWR........... ............................. ..... ................».. »..«..,».... w...+....»w..,»..»...............
.................. 10,000 R&
Fnnr�t GAyWit......... «...... ........ ......... ,........ ,»............................. ...................................... ,
....................,.. S,S00 8�s.
Rear CAWR ........ «... .,..«..., ...,...«..+. «..« w.,.»..»..»..,....«.«............ I ...... ............................................6,000 Its.
paylmd........................................................... ,.......... ,............ » ... +.«.«.«.+» + ..».».,. ............................3,600 Ibs.
Frontcurb Weight ..».......«»....,«................ ............................... ....................................... « . ...»...... 3,734 Ibs.
Rear curb weight ................. .., »..» „+ . » ..., ,+. ,»»......«......,......
.................. ...........2,691 rhs.
Ftat aide coWty.......».................. ...»............................................ ... ., ..
. . « .....«,+. «.» 5,500 Ib&
RearWe capaM •. « ...»..»» ...... ,.»..«,«.,...».«....».,................................................................... 6,010 Ibs.
Frantirej*Md capeliy............................................ « •........ _........... » ww »..».« .»».....,,,.,,»......,....,, 7,280 Its.
RearOMtwheel capadty»..................................................................................»...........,......«.....«.«.....«
. 7,280 lbs.
Towing1h' .......................»_...«.,...,...»...,.»,....,................,...,.,................................................. 12,930 lbs.
FranImmm..................................................»...».....«.....,......... .._w...... ..........................
....... ................. 41.0 "
Frontheadrmn,.........»..................................................................... ............. ... «..» ...».»..« .« ..«..»,.,.«..,... 39.9 "
�...ew e»
Frcrrt shoulder mom .......................... »..« « «..«».». « w.»-..+.»..»......................«.......................
66.0"
PassmWarea rr� r......................................................... « « .» »,w.. «..+.-,,..,, ...«..»+.+..n
.................. 63.0 mit
terrgth »...«»........».......... »..»».............................................. W . » . «« + .« ._. , « ,, »«... 230A "
B* width...,....................»....
.,.�.r„«»»«»+... ,..., +.,.�..».. « .,........«.................
............................ 78.1 "
ihaeltiam................... ........ ............................................... .,...... —............................. .......... .......... .... 140.50
Cabto We«..».............»..................,......,....................................+
56.4 '
Axleto end o.f flame ._ « .».,»«..«»»«.. + .,.»..,.. ..,....».................. ........... .,....... ................................... «... 50.4 u
Fromtrack ............................ r.«.».«................... «.+..»..«......... ........ ....... ........ .....................
.... ........... ...... 66.3 "
R"tradt.....................................................»»,.. , ...« ..,,..«. ,.. «.»..»..» .«.«...........,...
,..................... 68.2"
roesaWrnusSat r ds�f>tlsiadea➢KIstacr:A ro ka avr+e:�ltleasodisraXauNdamauanaelr. iwcnandmrambleed9xmmxesu*ctb
asMtpeancih�atrnc�wedissa� b�oeeaf�+�n�em�epmkan+�lelidtr,�pawWylev+�eacav�iesinQmynatar+ts�etc�rruraxcraat�sxe.
ib erprssm6aeonc, winanpes ar � � In � ir%ltA4Af4�. eM�ir GNytiK±�nr tip emtrwR 6M RWIt rar at7 � v� she aa�c+us r�rmL Vkau �
Uddm2m ra arc "W OOMA WarcOM *waft p" weY. raderer CxOStt]Y26s ss8
Effective Date: 8/8/2016 Page 10
Date Printed: August 22, 2016 QuotdD: <None>
DIMENSIONS & CAPACITIES Continued
Tumingradius.................... »...... ..................................... .. « ................... » ..... . , .. » « .......... «.. 20.8
ftWtank .... .......... »... ......................... ............................... ................. ....................... . .. . . ... ... 32.0 gal.
Bt don cargo length ».»..... »..... ...»................ .»........... ............ ................................................ .............. 98,3 "
EacWW cargo mWmum wi(1th .,» , , .».,».».«.....».,.,,,,...,,..».,,..,..,...»..............................»....... ,.......... ..... 51.00
roftrlorcargo volume ............... ...... »..... ..», .,..., ..».. »..«,....«..,.................................... 74.7 cu.fL
ExWrlorcargo pickup tm deth ......................«.. » ...».. «... «...... « ». »,»«.....«..................»..«............ 20.2 "
EA&Ior cargo rnwdpwrn wklth ........................... . - , ,.. . ... .. .... ...... . ..... ..... .......................... ...»«..».. 66.4 "
lntartorcW volume............. .............................. ............ ... .................................. ......... ....... ..... .... 15.2 cu.ft.
Wedormaximum cargo volume............ ........................ ........ .................................................... ................. 15.2 raft.
The Wormatlon oonta�Cd thls Pam= !s pwlded to asskt us assesstrg our vehides and K (or your knfotmadan anh : Price and mntmt Wamntim sham ere SAW to
Ndranpe an bewar►aMles s ees arcane Infomiatlon Ndlhe o Wsle► he ddekr x t0 hr YaMc for a
reliance on the contents heroo(, PlmseSee
sakspasors for the most cunmt MtortrtatWn end nMxt detaAs. Adaal Prdn9 may wary. Re(erarce pXOSfa3?bi g7tii7,Df6
Effective date: 8/8/2016 Page 11
Date Printed: August 22, 2016 QuotelD: <None>
Prepared For:
Mr. Jeff L,ohmoeller
City Of Richmond
Indiana
stAk l"
Ship To:
Prepared 6y:
Jeff Lohmoelier
JJ Johnson
City OF Richmond
Bob Poynter CDJR
2380 Liberty Ave.
3020 N National Rd
Rlchmond, In, 47374
Columbus, Indiana, 47201
Phone: 812-216-4933
Fax:317-888-1432
WARRANTY 2017 RAM
! tf
4x4 Regular Cab 14OS" VIM Tradesman (D37L62)
MaMfis/Dlstamm
Basic................................... . ................................................................................. 36 month/36,000 miles
Powertrain.......................................................................................................................... 60 month/60,000 miles
Corrosion Perforatlon ., .......••• ..•• ............................... 60 month/unlimited mileage
RoadsideAssistance................................................................................................... 36 month/36,000 miles
13re bdarnauon mrttaba� in this package Is Pravkled W assist In assmft our vdift and Is for your atferraww Only. alias and contort Infarmatlon a}wrm are sutgeat ro
dra rage and Ow be beakd as estimates enty, lrKo Mtbn on the mmpaLmn veblde Is derived has wMaMe p M mom and may net be COMM y aareM or acwrate
ib telamt dhm, wwratties or 9wranters are om M tire wornamm Ndther orisler as the defer wN be gable for any rebatim on the mntenh Msrf. (lease sw
sadespasort for the most aturn Infamabat and afar delabs. AduW P JUW nary vary. Retwe" 00103264 ON2016
Effective Dace: 8/8/2016 Page 12
Date Printed: August A 2016 QuoteW. <None>
Prepared For.
Mr. Jeff Lahmoeller
City Of Richmond
Indiana _
glAMx
Ship To: Prepared By:
Jeff Lohrnoeller 33 Johnson
City OF Richmond Bob Poynter CD3R
2380 Liberty Ave. 3020 N National Rd
Richmond, In, 47374 Columbus, Indiana, 47201
Phone: 812-216-4933
Fax: 317-888-1432
!: RATING 2U17i 11
4x4 Regular Cab 140.5" WO Tradesman (D37L62)
Performance predictions In this report represent an estimate of vehicle performance based on standard operating conditions.
Variations in customer equipment, load configuration, ambient conditions, and/or operator driving techniques can cause significant
variations In vehicle performance. These values are not representative of results that may be stxwn In actual dynamometer tests.
This report should therefore be used as a guide for comparative vehcle performance.
Gross Vehide Weight
Number of Passengers:
3
Weight of passwgers:
450.00 lbs
Cargo length:
0 Inches
Cargo Width:
0 Inches
Cargo height:
0 Inches
Cargo weight
0 lbs
Weight of hltch,
0 lbs
Tongue weight.
0 lbs
Payload weight:
450.00 lbs
Curb Weight:
6,425.00 lbs
Gross Vehicle Weight:
6,875.00 lbs
Gross vehicle weight rating:
10,000.00 lbs
GVW vs. GVWR:
6,875.00 Ibs<10,000.00 lbs
Gross Combined Weight
Weight of trailer:
0 lbs
Weight of trailer cargo:
0 lbs
Total weight of trailer.
0 lbs
Type of hitch:
None
Hitch weight
0 lbs
Tongue weight
0 lbs
Gross Vehicle Weight:
6,875.00 lbs
Adjusted gross vehicle weight:
6,875.00 lbs
Gross Combined Weight
6,875.00 lbs
Gross combined weight rating:
19,800.00 Ibs
GCW vs. GCWR:
6,875.00 Ibs<19,800.00 lbs
The kiwmat6n cmtaimd In this Padmge is Provided to astlst In asm M our vehkks and Is for your hronnatlan a*' Prices and canent Information 00M arc %'Jed W
dranpe and stout& be treated as essdrwtes ony. rntamrattan an the can+Raruon veddde Is derived &care avaigbk pdit smxm and may not be completely tuacant w =Lff te,
tier repemotlord, warrmUes ur gmrw*m are gleen in the k*wn vm NeMm alryskr mx Me dealer wR be LVA for any "lance on ft contents toad- Pletse see
salespwsan for the most parent udwrreraan cirri ether detft Adral PkJrg may Vary. Rerwence 000esfMNA WVM6
Effective Data: 8/8/2016 Page 13
Data Printed: August 22, 2016 QuoteM: <None>
msm 1"—ICt1A'W
Fir
(D I71
C
=
7 � lA
aC
SL
� t'S' � � � f'� m 5; pt r
gam rno= 3fir de
C_
_
w iR x
N
3
<
N N
R
ar 1 �_
C
w
CjQC.)0
W_ 3
Cii
n
In
m �°-'aau1g
z
m$
o �. cr
N
3cu R w -7m H
a
_
w &tea
zSa
N 0 �
co
W
7 toS S
O N
a
`0
D
A
C
7
F
N
M
Q
Q N
-nO My
3 nt�
mw
-No
I
o m .=
Wm=
E,
x l R ' pDw
17
0
o t7�
--:�N q 0 � 3
cz
F D
y °•°
ID0
�joy �y �p
x = a
C
rt G4 ��
O WQo Capp p -1
z
�N�y�p
ii
6
rl �
m Cl =
��� C
�
�W� °�
,a on
m a o�
C
m a
n cn
-13
n 7
a
co
N
W °
�+ vt
,► 40
o�2
ncF')
Zna
�0cng
D 0C
$
,r