HomeMy Public PortalAbout094-2018 - Municipal Equipment Inc - Body truck�ORIGINAL
PURCHASE AGREEMENT
THIS AGREEMENT made and entered into this IA day of June, 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners, with its office at 50 North 5`h Street, Richmond, Indiana, 47374 (hereinafter
referred to as the "City"), and Municipal Equipment, Inc., 6305 Shepherdsville Road, Louisville,
Kentucky 40228 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) new split body recycling truck, delivered
to 2380 Liberty Ave., Richmond, Indiana, with said vehicle being a2019 International HV607
SBA GS Products, SB-8220XSB, with said vehicle being more specifically described in Exhibit
"B" attached hereto and incorporated by reference herein.
City sent a Notice to Bidders through a legal ad in the Richmond Palladium -Item newspaper on
March 18 and 25, 2018. A copy of said Notice to Bidders is attached hereto and incorporated
herein by reference as Exhibit "A".
The response of Contractor to said Notice to Bidders was a bid response and proposal dated April
9, 2018, which response was for a 2019 International HV607 SBA GS Products, SB-8220XSB.
The response of Contractor is attached hereto and incorporated by reference herein as Exhibit "B.
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.
This Agreement shall not take effect until the City is in receipt of any required bonds and
certificates of insurance, and until a purchase order has been issued by the Purchasing
Department.
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. PURCHASE PRICE
City shall pay Contractor a sum not to exceed Two Hundred Eight Thousand Four Hundred
Eighty -Nine Dollars and No Cents ($208,489.00) for a split body recycling truck, namely a 2019
International HV607 SBA GS Products, SB-8220XSB. The monies to be paid to Contractor are
based upon the bid sheet submitted by Contractor, which is set forth in Exhibit `B", and attached
with this Agreement and made a part hereof. The price includes all shipping, handling and set up
charges, with delivery to be to the Richmond Sanitary District, 2380 Liberty Avenue, Richmond,
Indiana during normal business hours of Monday through Friday from 6:00 A.M. to 3:00 P.M,
excluding Holidays.
The estimated delivery time for the above described equipment is within one (1) year after the
execution date of this Purchase Agreement.
Contract No. 94-2018
Page 1 of 3
SECTION IV. 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.
SECTION V. 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 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. 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.
In the event of any breach of this Agreement by Contractor, and in addition to any remedies,
Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
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.
If any portion of this agreement is declared unenforceable by a com 1 or tribunal, all other portions
shall remain in full force and effect.
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 and that such authorization
has not been revoked or rescinded.
Page 2 of 3
r�
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"
"CONTRACTOR"
THE CITY OF RICHMOND, INDIANA MUNICIPAL EQUIPMENT, INC.
by and through its Board of
Sanitary Commissioners
,.7
By:
Sue Miller, President
man Bakshi, Vice President
Greg Steins, Member
Dated: Aih ,
APPROVED-
1
D now, Ma}
Dated:
By:
Printed: �pCQ C,�\6 ki rA
Title: Q.p Qs=p
Dated:
Page 3 of 3
NOTICE TO BIDDERS
BOARD OF SANITARY COMMISSIONERS
RICHMOND. INDIANA
Notice is hereby given that sealed proposals will be received by the Board of Sanitary
Commissioners of the Richmond Sanitary District of Richmond, Indiana, at its office at the
Administration Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, April 10, 2018,
at 10:00 A.M. for furnishing the following in accordance with specifications on file at the
Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, and in the Office of
Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana.
One (1) Split Body Recycling Truck
All proposals shall be properly and completely executed on a proposal form which is included in
the bid documents. All proposals submitted shall be accompanied by an acceptable Bidder's
Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the
amount of 5% of the total bid price. If the bidder is from out-of-state, the Bidder's Bond must be
secured by a Surety who is admitted to do business in Indiana. Checks of the unsuccessful
bidders will be returned on award of the proposals. Specifications and bid forms may be secured
from the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, 47374 or from the
Purchasing Office, 50 North 5' St., Richmond, Indiana, 47374. All proposals should be placed
in a sealed envelope marked "Confidential -Bid Proposal" on outside of envelope.
The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of
Richmond, Indiana, reserves the right to reject any and all bids, parts of bids and re -advertise for
same and to waive informalities_ or errors in bidding.
Bidder will be required to comply with all applicable Equal Employment Opportunity laws and
regulations, including Section 504 of the Rehabilitation Act of 1983.
BOARD OF SANITARY COMMISSIONERS
Sue Miller
Aman Bakshi
Greg Stiens
Publish Dates: March 18 & 25, 2018
EXHIBIT PAGE�OF 13
1NVITATION FOR BID
This invitation is issued to establish a contract to supply the City of Richmond with a commodity
or service in accordance with accompanying specifications.
Specification For: One (1) 2018 Split Body Recycling Truck
Submit Bids Before
10:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners
Richmond Sanitary District
Administration Building
2380 Liberty Avenue
Richmond, IN 47374
Bid Opening: Time: 10:00 a.m.
Date: April 10, 2018
Location of Bid Opening: Richmond Sanitary District
Administration Building
2380 Liberty Avenue
Richmond, IN 47374
Bid Bond: 5%
(See Section C.2)
Performance Bond: N/A
(See Section C.2)
Labor & Materials Payment Bond: N/A
(See Section C.2)
Insurance/Workman's Compensation: N/A
(See Section B.1.4
& F.2.1)
Common Constructions Wages: N/A
(See Section B.1.5 &
See attached)
Bid Form included: YES
Schedule of Values: YES
EXHIBIT PAGE 2 OFMI
STANDARD TERMS & CONDITIONS
ARTICLE A
INSTRUCTION TO BIDDERS
A.1 DEFINITION:
A. 1.1 City of Richmond
A. 1.2 The City is in Wayne County, a political subdivision of the State of Indiana.
A.2 DEPARTMENTS:
A. 2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing:
Park and Recreation, Police, Fire, Sanitary District (Liquid & Solid Waste), Clerk, Attorney,
Controller, Purchasing, Planning, Engineering, and all other City Government units such as
Street, Rose View Transit, and the Airport.
A. 3 BIDDER AND CONTRACTOR:
A. 3.1 A bidder is a person or entity who submits a bid.
A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to
furnish goods or services.
A.4 ESTIMATED QUANTITIES:
A. 4.1 If the quantity set forth in the Invitation to Bid and Proposal is approximate and represents the
estimated requirements of the City for a specified period of time, the unit price and the extended
total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of
materials necessary may be more or less than the estimate, but the City shall neither be obligated
nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of
the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated
quantity.
A.5 ADDENDA:
A. 5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for
receipt of bids which modify or interpret the bidding documents by addition, deletions,
clarifications or corrections.
A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to
have received a complete set of bidding documents.
A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department.
A. 5.4 No addendum will be issued later than forty-eight( 48) hours prior to the date and time for
receipt of bids except an addendum withdrawing the request for bids or one which includes
postponement of the date of receipt of bids.
A. 5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued,
and he shall acknowledge their receipt on the proposal of this bid.
EXH1E iT PAGE -S 0 �3j
B. 4 DATA PRIVACY
B. 4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations
concerning the handling and disclosure of private and confidential information concerning
individuals and corporations as to inventions, patents, and patent rights. Then contractor agrees
to hold the City of Richmond harmless from any claims resulting from the contractor's unlawful
disclosure or use of private or confidential information.
B. 4.2 All laws of the United States of America, the State of Indiana and City of Richmond are
applicable to the products or services covered herein, are made a part there
EXHIBIT PAGE
CA BIDDER'S REPRESENTATION
C. 4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding
documents and his bid has been made in accordance therein.
C. 4.2 Each bidder for services further represents that the bidder has familiarized himself with the local
conditions under which the work is to be done and has correlated his'observations with the
requirements of the bidding documents.
C. 4.3 Each bidder agrees that he will not discriminate against any employee or applicant for
employment because of race, color, religious creed, ancestry, physical handicap, sex or political
affiliation, and that he will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to race, color, religious creed,
physical handicap, ancestry, sex or political affiliation.
C. 4.4 Each bidder shall be responsible for complying with any applicable affirmative action laws.
C.5 MODIFICATION OR WITHDRAWAL OF BID
C. 5.1 A bid may not be modified, withdrawn or canceled by the bidder following the time and date
designated for receipt of bids and each bidder so agrees in submitting his bid.
C. 5.2 Prior to the time and date designated for receipt of bids, any bid submitted may be modified or
withdrawn by notice to the Purchasing Director at the place designated for receipt of bids.
C. 5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided
that they are then fully in conformance with these instructions to bidders.
C.6 DELIVERY OF GOODS
C.6.1 All delivered goods are to be FOB Richmond, IN, unless otherwise stated in the
bid.
C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance
with the specifications. Notice of latent defects, which would make the items unfit for the
purposes for which they are required, may be given at any time within one (1) year after
discovery of the defects.
C.6.3 All items rejected must be removed immediately by the contractor at the
expense and risk of the contractor. If the contractor fails or refuses to remove
the rejected items, they may be sold by the City and the proceeds used to cover
all related expense incurred by the City.
C.6.4 In some cases, at the discretion of the City, inspection of the commodities or
equipment will be made at the factory, plant, or other establishments where
they are produced before shipment.
C.6.5 The above provisions shall not be constructed in limitation of any rights the
City may have under any laws including the Uniform Commercial Code.
C.6.6 If applicable, State written approval is required before the release of any
Bonds or payments will be made to contractor.
EXHIBIT PAGE S- OF, j 3
D. 3.3 Unless otherwise indicated in the invitation for bids, the City reserves the right to award the
contract in whole or in part, by item, by group of items or by section where such action serves
the best interest of the City.
D. 3.4 Bids submitted on an "all or none" basis or similar basis will be evaluated against the total of
the low bids for the individual items.
DA WARRANTIES, GUARANTEES AND MAINTENANCE
D. 4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany
vendor's bid. A copy of your company's warranties and /or guarantees for the items bidding
also must accompany vendor's bid.
D. 4.2 As a minimum requirement of the City, the vendor will also guarantee, in writing, that any
defective components discovered within a one (1) year period following the date of equipment
acceptance shall be replaced by the vendor at no cost to the City.
D. 4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost
to the City. If defective parts are required to be returned to the vendor, the shipping costs shall
be borne by the vendor.
EXHIBIT --g PAGE (D OF
ARTICLE F
INSTRUCTIONS TO BIDDERS
INDEMNIFICATION, INSURANCE, AND PROTECTION OF LIVES AND PROPERTY
F.1 INDEMNIFICATION
F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and
employees from and against all claims, damages, losses, expei3ses, including but not limited to
attorney's fees, arising out of or resulting from the performance of the contract, provided that
any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than goods, materials and
equipment furnished under this contract) including the loss of use resulting there from, and (b)
is caused in whole or in part by any negligent act or omission of the contractor, any
subcontractor, or anyone directly employed by any of them or anyone for whole acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified
hereunder.
F. 1.2 In any and all claims against the City or any of its officers or employees by any employee of the
contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone
for whose acts any of them may be liable, the indemnification obligation under this paragraph
G. 1 shall not be limited in any way by any limitation of the amount or type of damages,
compensation or benefits payable by or for the contractor or any sub -contractor under worker's
or workmen's compensation acts, disability benefit acts or other employee benefit acts.
F.2 WORKER'S COMPENSATION INSURANCE
F. 2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22-
3-2-14 (a) bidders are required to furnish a certificate from the Indiana Worker's Board
showing that such bidder has complied with IC 22-3-2-5, 22-3-5-1 and IC 22-3-5-2.
F.3 INSURANCE
F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such
insurance as will protect him 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 who directly or indirectly employed by any
of them, or by anyone for whose acts any of them may be liable.
EXHIBIT PAGE OF�]
ARTICLE G
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE CONTRACT
G.1 PAYMENTS
G. 1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35-
6001174.
G. 1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other
materials. Where the contract includes the combination of labor and material, the contractor
shall pay the Indiana sales and use taxes on the materials only.
G.2 METHOD OF INVOICING FOR PAYMENT
G. 2.1 No contract will be official for services or materials unless a purchase order has been issued.
G. 2.2 Contractor shall bill the City: (a) on regular invoice form giving a complete and detailed
description of the goods delivered, including purchase order number; and (b) if the contractor
allows a cash discount, the period of time -in which the City must make payment to qualify for
discounts shall be computed from the date the City received the invoice (completely filled out),
or the date the goods are delivered and accepted, whichever may be later, and shall be for not
less than thirty (30) days and (c) if more than one shipment is made under the contract, the City
will make partial payments on a basis that is agreeable to both parties.
G. 2.3 Payments under this contract will be made in the manner provided by law for payments of
claims against the City.
G. 2.4 No payment will be made for production overruns in excess of the quantity ordered by the City
(unless with prior written approval).
G. 2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the
requirements of the contract.
G. 2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See
Invitation for Bid Page)
G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES
G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual
completion date is delayed beyond bidder's specified date, the City of Richmond will assess
certain damages of /day. Certain damages will apply in all cases except the following:
In the event delivery and/or completion of contract shall be necessarily delayed because of
strike, injunction, government controls, or by reason of any other cause of circumstances
beyond the control of the contractor, the time of completion of delivery shall be extended by a
number of days to be determined in each instance by mutual agreement between the City of
Richmond and the contractor. Should there be damages assessed, the City will have the right to
deduct the damages from the payment to be made to contractor.
EXHIBIT _ PAGE OFF
PROPOSAL SKEET
Split Body Rgcycl�I g, Truck
Brand, Year and Model Number
Price of Unit
Price Firm for now Long?
Estimated Delivery Time (after bid awarding/P.O.)
• Example of estimate — 3 months.....
in, temr�ati+anaI.2Oa94,HV.607 SBA
GS Products, SB-8220XSB
$208,489.00
30 Days
1 Year
Price to include all shipping, handling and set up charges. To be delivered to Richmond
Sanitary District, 2390 Liberty Avenue; Richmond, Indiana during normal.business hours
of Monday through Friday from 6:OOA.M. to 3:00 P.M. — excluding holidays.
Please include all warranty information with bid.
&k7' I W1 WA'W � � W--W - � W1- i h
Municipal Equipment, Inc
CompanyName
6305 Shepherdsville Rd
Company Address
502-962-9527
Phone Number
4/6/18
Date
Jocelynn Clindaniel
Contact Person
Louisville, KY 40228
City, State, Zip
-; . `PAGE C��
Minimum Specifications for Split Body Recycle Track
The unitary District of the City of Richmond is soliciting quotes for one (1) Split Body Recycle Truck
The Split Body Recycle Truck should be 2018 or newer with extended warranty_ The vehicle should.have
the following minim un. equipment with any additional. options covered under the vehicle type listed
below. If item marked no on a separate.sheet please provide explanation.
DESCPJPTION:
Split Body Recycle Truck 60/40
Chassis
• Wheel Base 145" Yes No
* G.V.W.39,600
• Overall Length: 28' 6"
• Travel Height: I 6"
• Overall width: 95 7/8"
• Turning Radius: Outside Bumper: 3T'
• Tailgate Clearance: 16' 2" when opened
Eerie:
i„ mwn of 300 HP Diesel engine
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
• 2017 onboard diagnostic/2010epa/carb/ghgl7
• 12volt batteries w%2250 cca
• 12volt 160 amp alternator
• Elecixouic engine integral shutdown protection..
• Vertical Stack MufEler/Particulate Filter
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
EXHIBIT _ PAGE 110 0 J'3
Transmission:
* Automatic Transmission
Yes
No
5 —Forward Speeds
Yes
No
• 1— Reverse Speed.
Yes
No
• ' Transmission Shift Interlock
Yes
No
• Transmission Cooler Radiator bottom tank
Yes
No
* Transfer Case Ratio 1:1
Yes
No
.F°rontAxle.
* Front Axle: 23,000 lb. Yes No
• Cartier 6.14 Ratio Yes ,/ NO
• Suspension Spring Yes No—
e Size 4"x54" Yes__V _No-
* Lea-ves: Ten (10) Yes. No
• Capacity., at Ground: 20,400—10,200 each Yes No
• Power Steering Yes—V—No
• Shock Absorbers Yes V No
.Remy Suspension:
• Independent Wheel Suspension Yes No
• Walking Beam Yes No
• Rated Capacity,: 20,000lbs. Yes No
W
• Front Axle: 17,2001bs. Yes No
• Rear Axle: 7,500 lbs.. Yes No
• Tare without options 24,700lbs. Yes No
EXHIBfT PAGE OF
Brakes:
LrkIzts:
• Type: Full Aaz — S-Cam Type 'Yes '� No
• All Department of Transportation Requirements Yes V No
Body Standards:
• Crusher Panel
0 60140 Split Body
• Dump Body sizes range between 20 and 30 yards
• Drop Frame for low Loading Height
• Curbside Tipper capable of handling City of Richmond recycling carts. The
upper catch point is able catch the city of Richmond's container the lower lift
mechanism must be able to connect to the lower catch bar. These dimensions
are; Bar is Ve in diameter,10" in width and bar is 111" in depth from back of
catch bar -to body of container.
Paint Standard:
• (White)
Yes No V
Yes V No
QOyxional Eindpment
• Backup Camera -with In -Cab Mounted Adjustable 7-inch Flat Screen
• Standard Radio
• Di.`fferential. Lock
Yes V No
EXHiBlT PAGE I Z OFF]
City of Richmond Indiana
One (1) Split Body Recycle Truck
Chassis Bid Exceptions (International HV607 SBA)
Chassis
Wheel Base 145" — Explanation: Spec is unobtainable. We believe this measure of 145" should be the
CA length not the WB length.
Turning Radius: Outside Bumper: 32" — Explanation: Spec is unobtainable. We believe this measure
should be in feet not inches.
Transmission
Transfer Case Ratio 1:1— Explanation: 4x4 Transfer Case not available in this current spec.
Front Axle
Front Axle: 23,000 lb. — Explanation: Not available by chassis manufacturer.
Weight
Front Axle: 17,200 lbs. — Explanation: Not compliant to chassis specs
Rear Axle: 7,500 lbs. — Explanation: Not compliant to chassis specs
Body Bid Exceptions (G S Products SB-8220XSB)
Body Standards
Dump Body size range between 20 and 30 yards — Explanation: Non Dumping body for safety reasons,
24 CU YD plus 4.8 CU YD Hopper
Drop Frame for low loading height — Explanation: Drop frame is not needed for body application
EXHIBIT PAGE
BID, OFFER R PROPOSAL FOR SALE Oil LEASE OF MIA ��AL
(Please type or print)
Date. 4/9/18
1. Governmental Unit: City of Richmond -Ind
2. County:
8.. Bidder (Firm): Municipal Equipment, Inc.
Address: 6305 Shepherdsville Road
City/btate: T,nui Gs}; l i P,. Ky 40228
4. Telephone Number: 800-248'-7590
5. • Agent of'Bld'der (if applicable):
Jocelyn Clindaniel
Pursuant to notices given, the undersigned offers bld(s). to City .of.' Richmond
(Governmental Unit) in accordance with the following attachments) which specify the class or Item number or
description, quantity, unit; unit price and total amount.
The contract will be awarded by classes or Items, In accordance with specifications, Any changes or altera-
tions in thiltems specified will render•such bid void as to. that class or item: Bidder promises that he has- not
offered nor received a less price than the price stated In his bid for the materials included In said bid. Bidder fur-
ther agrees that he will not withdraw his bid from the office in which It is filed, A certified check or bond -shall
be flied with each bid If required, and Ilability for breach shall be -enforceable upon the contract, the bond or cer-
tifled check or both- as the case .may be.
F
IVSFginalbra of Bidder or Agant
BID OFFER OR PROPOSAL
Attach separate sheet listing each item bid based on specifications published by governing body. Following
is an example of the bid format:
See attached Quote
ea 2019 IH HV607
GP Products SB8220XS 208489. 0
NON -COLLUSION AFFIDAVIT
STATE OF INN Kentucky.
Jef ferso ss:
OUNTY.
The. undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member,
representative, or agent of the firm, company, ,corporation or partnership represented by him, entered into any
.combination, collusion or agrdement with any person relative to the price to be bid by anyone at such letting nor
to prevent any person from bidding nor to Induce anyone to refrain from bidding, and that this bid Is made without
reference to any other bid and without any agreement, understanding or combination with any other person i•n
reference to such bidding,
He further says -that -no person or persons, firms, or. corporation has, have or will receive directly or indlrsct• .
ly, any rebate, fee, gift, commission or thing 9f value on account of such sale.
Municipal Equipment, Inc.
•tsiaaar (rtrm}
EXHIBIT $-P�oreme
sigi f Bidder or Ag 18
Subsctatnt-swot�9th day fi A ri
My commission Expires: ' 10 / 14 / 2 019 P
Municipal Equipment, Inc.
6305 Old Shepherdsville Road
Louisville, KY 40228
(502) 962-9527
Fax: (502) 962-6499
To:
City of Richmond Indiana
2380 Liberty Avenue
Richmond, IN 47374
Delivery Sales Rep FOB Ship Via Terms
Jocelynn
Clindaniel
Richmond
Indiana
TBD
Net 15
To:
City of Richmond Indiana
2380 Liberty Avenue
Richmond, IN 47374
Number: 040617-2
Date:
Page: 1 of 1
Sales Tax Excise Tax
Included: Included:
Not Included: xx Not Included: roc
Tax I D:
CITY
1
Unit
Description
Unit Price
Amount
ea
2019 International HV607 SBA
$208,489.00
$208,489.00
(Chassis Specs Attached)
Body Information:
Make Model
G S Products ISB-8220XSB
24 cu yd extra capacity split body single side loading bucket
6.3 cu ys tailgate class 8 Tandem 168" CT, Standard SB-8000,
890 Transmission mounted PTO with Direct mounted pump, single
side loading split bucket, 1/4" hardox 450 floor plus 1/4" hardox 450
hopper overlay, single sheet hardox sides and roof panel,
"Chip -Guard" coating on interior bucket surfaces, (2) cart tippers
fold out bucket, bucket loading worklights, LED Body lights
mid -body turn signals, 29 Cu yd up, ground level tailgate grease
block, shovel and broom holder, conspicuity tape, one color paint
(2) Cart Tippers standard SB-8000
Fold out bucket (one side) Standard SB-8000 Modesls
Single Camera System by zone defense quad monitor automated
(Additional Body Specs Attached)
Mileage New Truck, miles on chassis will be delivering
miles only
Quote is good for 30 Days
Mun ci al Equipment, Inc.
Accepted By Date
Subtotal $208,489.00
Tax $0.00
Freight Included
Miscellaneous $ -
Balance Due $208,489.00
EXHIBIT PAGE OF 23
CITY OF RICHMOND
INDIANA
INVITATION
TO
BID
One (1) 2018 Split Body Recycling Truck
FOR
RICHMOND SANITARY DISTRICT
PA E 3 �bF
INDEX
INVITATION. TO BID
Bid Form See Attached Form
Notice to Bidders 1 Page
Invitation for Bid 1 Page
STANDARD TERMS AND CONDITIONS
Definition
A.1
Departments
A.2
Bidder & Contractor
A.3
Estimated Quantities
AA
Addenda
A.5
Bidding Documents
B.1
Substitutions
B.2
Demonstrations/Samples
B.3
Data Privacy
BA
Bidding Procedures
C.1
Bid Security
C.2
Submission of Bids
C.3
Bidder's Representation
CA
Modification or Withdrawal of Bid
C.5
Delivery of Goods
C.&
Consideration of Bids
D.1
Rejection/Acceptance of Bids
D.2
Bid Award
D.3
Warranties, Guarantees & Maintenance
DA
Contract Documents
E.1
Indemnification
F.1
Workers Compensation Insurance
F.2
Payments
G.1
Method of Invoicing
G•2
Damages for Delays
G.3
Specifications
Proposal Sheet
EXHIBIT bPAGE 4 OF 16
GSP MARKETING, INC/GS PRODUCTS
NEW EQUIPMENT (STANDARD) LIMITED WARRANTY
GSP Marketing, Inc., referred to herein as G-S Products, warrants for a period of
twelve (12) months from date placed in service or 2000 engine hours (whichever
comes first), by the first purchaser, each refuse collection body manufactured by
G-S Products to be free from defects in material and workmanship when
operated for the purpose of which it was designed. This warranty excludes rear
vision systems, hydraulic pumps or power take off units, warranted by their
manufactures. This warranty extends only to the first owner and shall not extend
to any third party.
This warranty is expressly limited to, at G-S Products sole discretion, the repair
or replacement of defective part by an authorized G-S Distributor, or other such
facility directed by G-S Products within twelve (12) months or 2,000 engine hours
(whichever comes first) from the date the body was placed in service by the first
purchaser.
In addition to the stated structural and component warranties, all body hydraulic
cylinders are warranted for twelve (12) months or 2000 engine hours (whichever
comes first) from the original in-service date.
G-S Products reserves the right, at any time, to make changes in the design,
material, function and specifications of equipment and/or accessories thereof
without thereby becoming obligated to make similar changes in such products
and accessories previously manufactured.
This warranty is understood to be the complete and exclusive agreement
between the parties, superseding all prior agreements, oral or written, and all
other communications between the parties relating to the subject matter of this
warranty. No salesman, agent, employee or representative of G-S Products or
any other party is authorized to make any warranty in addition to those made
herein; unless modified in writing and signed by an officer of G-S Products and
the Purchaser.
G-S Products makes no warranty of products manufactured by others and
supplied by G-S Products, the same being subject to warranties, if any, of their
respective manufacturer.
EXHIBIT PAGE S- OF23
G-S Products shall not be held liable for special, incidental, or consequential
damages of any nature as defined in the G-S Products warranty code and the
Uniform Commercial Code.
THE FOREGOING WARRANTIES ARE IN LIEU OF ALL OTHER
WARRANTIES, WRITTEN, EXPRESSED OR IMPLIED, INCLUDING BUT NOT
LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR A PARTICULAR PURPOSE.
SEE WARRANTY BROCHURE FOR COMPLETE DETAILS.
EXHIBIT --Z_ PAGE _�2 OF V3
OM
M
N
O
N
fi
u
le
K
4)
1
01,
bb-
U
vi
•N
iti ®
p
N
y
q
o y 0
O
r.
p
Y
48
tad+
'b
C
N
O
Fi
El 0
t,
a
N O
d) 0
b N N
Q y
N
•�
N
w >
HO
a
m
v
.b � .:, O N
C�d+ o
-0 .0
^
w a k
ai
O
�y
W
y
cd y� V � •b
U
Vvo w
U
y v cad (n"
sU. N O
.�
N
o
,q
.o
yy
cd
to
w.
� .� cr
ca
7Eb o
El
aoi C
U
G o v
o' 3b
y
o o
b q
:a
vi V
y -
y.,
vOi O
O y'
❑y•:d
r`J .•U, y cyd •V
.—�{ .-U�
,�,� .� CO ,�!' w
•�.a f/] y � �
�j y
Y t1li i-i
6'
•.yi .v
�,' U
Y N
• � � W-1
i5 fq
p
O GJ Li N }Ui
� > ~ i�
N •1
"
2y
Ua�
tor
O
y
q
'.p
op
�cyca
o
o
- caI.,y
oc.b°3
p®
o
o
po c�
io¢—oQo
`
El0
,u�
otiC
O
¢2o
y 0�o
Q
ppna
N N 'Opp R+
O. •d O cR °�
G
p� cdbn,O q
V :b
G
Oa
w vi
�-' aU, •y
N °�
y .,..CyC.,-GF,
U E+ >
O ,
¢+ vao��
.�i 0
c3oao
asbrA.•�
o
;.
y 0
O O
'O 'O
.0 .�
y 0
0 0
'a 'C 'O
U C
a
..� � ❑
O
y 0
� O
'O 'c7 'd
a+ «qaa
qq�
q
.� q'Cj
d p
'O 'O •t7 '
c � �.
y�
p v
.d
vi U
Ef
cn
H
o
H
•� U
L
w
-• �
d
3
�
o
¢
� �
U
O
r
tg
+�
b
cn
�Q'
axi
U
yi
v u
iy
o d o
u
'
y
m'C o
v oo
U
ov—
W
F
Z
U
w U U
A
04
y W�
R1 Rl .`1'.
U 6 W
0
0
N
O
0
tn
N
O
N
H
U
[D, �-K3, - PAGE-7 OF 23
w
ti
h
O
4)
bb
0
q n
U
U
.x
U b
�
H �
o
w
N �
U 7s
0
W
'b
c
E
U
b
(y
u
N
:
0
a
V
O
� �
O
N
U
O O
j
� U
b
41
p
U
N
m
d
Ci
; FY •a
�
V
a3i 7
T 0
o �
'd .a
•0 3
M
O
a
�
�A
u
n �
> o
A
�
�
o q
m
�
U w
o
N
o-
2
W
O
0�
3F
a
A
b
u 'ti
.5 0
y
_
0
0
0 O
4
A
o�
«
N U
9
,
''g0g
q
m O 17
o Q °tom
O p Ua J5 O n
O
•� yak, oao o Ei
IZ"quV�)a
° n► wa: W fw] j0
.2°m
0 Z z a..= o
v aq p�wF (�O b c�a�
o a O� U U
r, �o A aaxH y
cs mow• �OOw �' �`�
o� O 0 ooU a
A gag F"� C)
4
JO-�F-�rVi�a'.4�lF"
�aU�Aw0 5 >
9 O q
WUCW7b
�wP. iwS-5
o�g t�U < P4 cow o
aW U 1: � N
Y •moo a f�l F� � N �
tlI F A t V U k'' i-4 �1y OA
�"�'°
N b h Z3 z 0.w4 ~I O 000 N N.� :4
x� A z3 HL)U
Ih
N
41
O
N
cd
a
4GF 3_OF 2 3-1
G — S PRODUCTS MODEL SB-8220XSB
SPECIFICATIONS FOR 24 CUBIC YARD, SIDE LOADER
SINGLE- SIDE LOADING. DUAL PURPOSE, 60/40 SPLIT, SEMI -
AUTOMATED, FULL EJECT
SCOPE
This specification describes a split -body, truck mounted hydraulic refuse
packer. This machine must be equipped with loading mechanism on the
curb side of the material receiving hopper near the front of the body.
This loading system must be configured so that two materials can be
mechanically loaded into the compaction chamber simultaneously and
kept separate for compaction inside the body. Body must be designed so
that optimum load distribution can be achieved when installed on a 36,000
or larger G.V.W. truck cab and chassis. Body installation shall not require
modification to a standard truck chassis forward of the rear suspension.
(NO DROP FRAME)
I. BODY
A. CAPACITY
1. The body shall have a usable capacity of twenty-four (24) cubic
yards including the tailgate. Body to be split vertically with a fixed
divider and result in the street -side chamber having 40% of body
capacity and the curb -side chamber having 60% of the body
capacity.
B. DIMENSIONS
1. Body length — 240" — (including bustle tailgate).
2. Overall height above chassis — 102" — (bin in "down" position).
3. Overall height above chassis —MUST NOT EXCEED 120" — (bin in
full "up" position). NO EXCEPTIONS ALLOWED
4. Overall body width with loading bucket down — 102"
1. CONSTRUCTION
1. The body floor shall be constructed of 1 /4" HARDOX 450 steel
plate.
2. The body floor shall have 8" x 13.5 lbs. /ft. structural channel long —
members.
3. Body sides shall be a single sheet curved shell style, eleven (11)
gauge HARDOX 450 steel sheet.
4. Body roof shall be a single sheet curved shell style, eleven (11)
gauge HARDOX 450 steel sheet.
5. All external welds shall be continuous.
EXHIBIT PAGE 9 OF 23
II. TAILGATE
A. CAPACITY
1. Street -side tailgate shall have a usable capacity of 3.20 cubic yards
minimum. Curbside tailgate shall have a usable capacity of 4.80
cubic yards minimum.
B. CONSTRUCTION
1. Body tailgates shall be bustle type, top hinged, with heavy-duty
hinges and tapered -pin plunger style locks. Pivots and lock pins
must have grease fittings.
2. Tailgate shall be equipped with a flow control device to assure
smooth, even operation.
3., Tailgate to be constructed from 12 gauge steel sheet and framed
with formed steel channel.
4. Gate shall have a seal across the bottom and at least 17" up each
side to control liquid leakage.
C. OPERATION
1. Each tailgate shall be raised and lowered with one 2 1/" bore x 28"
stroke double acting hydraulic cylinder.
2. All tailgate controls shall be located inside the truck cab within easy
reach of the operator's position. I.E. tailgate operation shall not
require exit of the cab by the driver. Controls shall be
electric/air/hydraulic and spring returned to the "neutral" position.
3. Tailgate to lock and release hydraulically through the use of
positive acting, tapered rod, with plunger -style locks.
4. Tailgate ajar and lock status warning light and alarm to be installed
in the truck cab.
5. Safety prop for tailgate to be included.
6. All exterior welds to be continuous.
III. PACKER HOPPER
A. FUNCTION
1. The receiving hopper shall have 4.8 cubic yards capacity minimum.
2. Hopper shall act as receiving chamber for materials dumped by the
lifting mechanism.
3. Hopper shall be configured so that both materials being loaded can
be kept separate and routed into their respective compaction
chambers. TO ASSURE MORE EFFICIENT LOADING, HOPPER
MUST BE SPLIT 50/50.
4. Forward hopper chamber must be equipped with a hydraulically
controlled flipper panel to assist with movement of material toward
the street -side compaction chamber as needed. Also, this chamber
must have a retractable wind screen for use during transport.
EXHIBIT B PAGE 10 OFF
5. Rear hopper chamber must be equipped with a hydraulically
operated crusher panel/hopper cover. Control for this panel to be
located adjacent to the loading bucket control.
B. CONSTRUCTION
1. Hopper floor to be constructed of 1/4" HARDOX 450 steel plate with
a 1/4" HARDOX 450 overlay extending 18" past the hopper.
2. Hopper side walls to be 1/4" HARDOX 450 steel plate.
3. All welds in areas that may be damaged by abrasive material such
as fine glass MUST be "HARD SURFACED" with appropriate
composite over -weld.
IV. COMPACTOR
A. FUNCTION
1. Compactor is to move the material dumped by the arm from the
receiving hopper into the body chamber. Also, compactor is to
compress the loaded material to such an extent that the vehicle is
loaded to its recommended capacity.
B. OPERATION
1. Compactor to be powered by one (1), 6" bore x 60" stroke, single
section, dual acting hydraulic cylinder.
2. Packer cycle shall be 25 seconds @ 1200 R.P.M.
3. When fully extended, compactor must penetrate the body by 18"
minimum. This aids compaction of the material and reduces
fallback into the loading hopper.
4. Compactor shall displace 2.6 cubic yards/cycle minimum.
5. Compactor shall have "on -demand" style controls with both
"AUTOMATIC PACK" and "MANUAL PACK" selector console
mounted in the truck cab and convenient from both sides of cab.
6. Compactor stroke shall be automatically reversible through the use
of high quality automotive grade switches sensitive to both position
and pressure.
7. Unit to be equipped with a "near -loaded" warning alarm to alert
operator that body is approaching its maximum capacity.
C. CONSTRUCTION
1. Compactor to be guided by a floor mounted "T track beam.
2. Both the "T" track beam and compactor guide shoes must be made
of HARDOX 450 steel plate.
3. The compactor shall be constructed of engineered steel sections
and fully tested using state-of-the-art Finite Stress Analysis
technology.
[EXHIBIT
GE I OF Z�_i
V. LOADING DEVICE
A. FUNCTION
B. The loading device must provide. top loading of materials into the
receiving hopper.
C. The loading height of the bin shall be approximately 40" (may vary with
tire and frame options).
D. Each lifting mechanism must be operated by one (1), 4" bore x 16"
stroke, hydraulic cylinder with 1 1/2" fluid cushions in both the rod and
base ends.
E. Lift cycle time shall be approximately 10 seconds at engine idle.
F. When in the full dump position, the bin dump angle must be 52
degrees minimum, measured from a horizontal line parallel to the
ground.
G. The loading bin must tilt 5 degrees during the lift cycle to control
spillage.
H. Materials loaded into both the front and rear section of the loading bin
and/or 32-100 gallon roll carts attached to the cart attachments must
be emptied simultaneously with a single loading mechanism cycle.
I. The loading bin must have "CHIP -GUARD" coating on the inside
surface for easy clean -out during the dump cycle.
J. The body to bin gap, (space between the loading bin and body sides)
must not exceed two (2) inches during the dump cycle. This prevents
overhead spillage and reduces the need for clean-up.
K. Bins shall be track guided by roller bearing type steel rollers and
stabilized by two lift arms, one at each end.
L. Loading bin lifting mechanism operation must be smooth and non-
binding, regardless of uneven bin loading.
M. Loading bin lifting capacity must be 2500 LBS. minimum with a 2 to 1
design safety factor.
N. Loading bin volume shall be one and one half (1 1/2) cubic yard each.
O. Top opening of loading bin shall measure 72" x 22" minimum. Smaller
openings are not acceptable.
P. Outside wall of loading bin must fold outboard to effective opening of
33" to allow loading of oversized items such as large bags or boxes.
Folding panels for the front and rear sections must operate
independently of each other and must lock in both the open and closed
position with spring -loaded lock pins.
Q. CONSTRUCTION
1. Loading bin lifting arms must be constructed of solid, high tensile steel
plate, minimum allowable section modules for loading bin lift arms shall
be 3.0 cubic inches. Tubular load lifting components are not acceptable.
2. All loading bin lift arm connecting pins shall be 1.25" minimum
diameter with spring steel bushings and grease fittings.
,.EXHIBIT �_ PAGE j�OF Z 31
3 Loading bin shall be constructed of 12 gauge COR-TEN steel sheet
supported by a tubular steel frame. Ends of bins shall be 10 gauge
COR-TEN steel sheet.
C. CONTROLS
1. Controls for the loading mechanism shall be located both
immediately behind the chassis cab and immediately behind the
loading bucket convenient for operator access.
2. The lift control valve shall be a three (3) position air directional
valve.
VI. BODY UNLOADING
A. FUNCTION
1. Body payload to be offloaded by hydraulically powered
HORIZONTAL EJECTION. DUE TO SAFETY CONCERNS WITH
UNBALANCED LOADS, NO GRAVITY UNLOAD BODIES WILL BE
CONSIDERED.
2. Each ejector panel to be operated by one (1) 4" bore x 56" stroke
single section hydraulic cylinder and one (1) 3" bore x 80 " stroke
single section hydraulic cylinder. MULTI -STAGED TELESCOPIC
CYLINDERS WILL NOT BE ACCEPED.
3. Ejectors shall operate using a track guided inner/outer slide system
that allows the panel to move the full length of the body while
discharging the load. This system must be suspended below the
body roof and be equipped with a hydraulically sequenced closure
panel to assist in sweeping the body of material.
4. Ejector operation shall be sequenced so that panel will "extend"
only when packer panel is in full "retracted" position and tailgate is
fully "up".
5. Controls to be mounted convenient to operator's in -cab driving
location.
B. CONSTRUCTION
1. Ejector panel to have a structural steel tubular frame.
2. Panel guide tracks to be formed 3/16" steel plate.
3. Panel guide/cylinder enclosure tube shall be 5" x 7" x 3/16"
structural steel tube equipped with HARDOX 450 steel wear strips.
4. Floor level wear pads must be HARDOX 450.
5. HOIST TO DUMP OR MULTI- STAGE EJECTION CYLINDERS
ARE UNACCEPTABLE.
EXHIBIT -a_ PAGE A_�LOF 23
VII. HYDRAULICS
A. PUMP
B. All body and lift functions shall be powered by single -section gear type
pump (25 G.P.M. @ 800 R.P.M.) This pump shall be powered by a
transmission mounted Chelsea Model 890 power take off. Each pump
section shall automatically unload to tank when factory flow settings
are exceeded. This feature prevents inadvertent or accidental over -
speed of the system.
C. CONTROL VALVES
The body main valve must be a Parker Hydraulics Model VA-35 with
main system pressure set @ 2600 P.S.I. This valve must have one (1)
control section to act as directional control for the packer. This valve
must be electric/air/hydraulic controlled by automotive style relays. NO
COMPUTERS OR PLC'S.
The valve assembly that controls all other loading and body unloading
functions shall be Parker Hydraulics Model VA-20 with relief set @
2500 P.S.I. Valve spool control must be pneumatic. Body operating
functions must operate with NO COMPUTERS or PLC'S.
D. HYDRAULIC RESERVOIR
The body shall be equipped with a hydraulic reservoir with a minimum
capacity of fifty (50) gallons. This reservoir shall be equipped with a fill
cap, breather, fluid level indicator and temperature gauge.
E. FILTRATION AND SERVICE
System cleanliness and protection against contamination shall be
accomplished through the use of the following devices:
1. All oil shall be routed through a 10 micron return line filter. This filter
shall be installed at or near the front of the hydraulic reservoir and
properly sized so that 100% of the flow is filtered under normal
operating conditions without bypass. Filter must be located so that all
periodic service can be performed from ground level. Filter service
must be possible without loss of fluid.
2. IN -LINE SHUTOFF.
For ease of service the suction line shall be equipped with a shutoff
valve plumbed adjacent to the reservoir.
3. SUCTION STRAINER.
A 100-mesh oil strainer must be installed in the hydraulic system
suction line. This strainer must be serviceable without draining the
system reservoir.
EXHIBIT. ,P PAGE �p� 23
F. PLUMBING
All body and lift plumbing not requiring flexibility to complete its
function must be constructed of seamless steel hydraulic tubing
correctly sized for each operation. Plumbing requiring hoses shall be
routed in such a way as to prevent rubbing, chafing and undue
bending.
Vill. IN -CAB CONTROLS
The following controls must be mounted inside the truck cab for safe and
convenient operation.
1. Hydraulic system onloff switch.
2. Body tailgate control.
3. Body ejector control.
4. Work light and strobe light switches.
5. Hopper cover control.
6. Packer over -ride switch
IX. LIGHTS
1. Standard lights shall be supplied in accordance with FMVSS#108.
2. All body lights must be TRUCKLITE Model "SUPER 44" L.E.D. with
SERIES 50 wiring harness.
3. Curb -side loading location must have work lights.
4. Mid -body turn signals.
X. ACCESSORIES
1. Federal under -ride bumper shall be installed.
2. Tailgate safety prop shall be provided.
3. Tailgate "ajar" and tailgate "unlock" alarm shall be provided.
4. Back up alarm shall be provided.
5. Both body and hopper shall have access doors on each side for
cleaning behind the packer and ejector panels. Doors must be sealed
when closed.
6. 'Detached Aluminum service ladder.
7. Broom and shovel holder.
XI. PAINTING PROCEDURES
1. The body and lift shall be free of all weld slag, dirt and grease and be
prepared prior to painting in accordance with the paint manufacturers
specifications.
2. Body and loading mechanism shall receive at least one coat of primer
and one finish coat of polyurethane enamel. Primer shall be approved
for use with the finish coat material.
EXHIBIT PAGE I SOr�
XI. WARRANTY
1. A minimum one-year warranty against manufacturing defects shall be
provided by the manufacturer. Extended warranty options are
available.
XII. BODY MUST BE MANUFACTURED IN THE U.S.A
XI11. CART ATTACHMENT
1. Dumping attachment for 30-100 gallon containers.
Semi -automated container attachments must be equipped with positive
lock, automatic container latches. These latches must be linkage
actuated by the lower bin lift arm and must require no action by the
operator other than bin control lever operation. In order to prevent
possible container damage, the container latches must automatically
engage the container lower bar after the container is well clear of the
ground or curb on the bin "up" cycle and automatically release well
before the container reaches the ground or curb on the bin "down"
cycle. Attachment of semi -automated carts to the container
attachment shall not require tipping of the container or opening of the
container lid for proper engagement.
EXHIBIT -(3 PAGE _L(OOF Z3
HV607 SBA
Sales Proposal For:
Municipal Equipment, Inc
Presented By:
UHL TRUCK SALES OF KENTUCKIANA INC.
EXHIBIT PAGE �OF 23�
INTERNATIONAL°
Code
HV60700
1570
1ANA
1CBU
1GBP
1LLA
1WGS
2ARV
3770
3ADD
4091
4193
4732
4AZJ
4EBT
4EXU
4EXV
4NDB
4SPA
4VKC
4WBX
4WZJ
5708
5CAW
5PSA
7BEV
7BKS
7WAZ
7WDM
7WDN
8000
Vehicle Specifications April 04, 2018
2019 HV607 SBA (HV607)
Description
Base Chassis, Model HV607 SBA with 213.00 Wheelbase, 145.90 CA, and 75.00 Axle to Frame.
TOW HOOK, FRONT (2) Frame Mounted
AXLE CONFIGURATION {Navistar} 42
Notes
: Pricing may change if axle configuration is changed.
FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x 90.9mm
x 8.Omm); 480.0" (12192) Maximum OAL
FRAME REINFORCEMENT Outer "C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892"
x 0.312'; (274.6mm x 98.9mm x 8.Omm); 480.0" (12192mm) Maximum OAL
BUMPER, FRONT Steel, Swept Back
WHEELBASE RANGE 189" (480cm) Through and Including 256" (650cm)
AXLE, FRONT NON -DRIVING {Meritor MFS-14-143A} Wide Track, I -Beam Type, 14,000-lb Capacity
SPRINGS, FRONT AUXILIARY Rubber
SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf; 14,000-lb Capacity; with Shock Absorbers
BRAKE SYSTEM, AIR Dual System for Straight Truck Applications
BRAKES, FRONT, AIR CAM 16.5" x 6", Includes 24 Sgln Long Stroke Brake Chambers
DRAIN VALVE {Berg} with Pull Chain, for Air Tank
AIR BRAKE ABS {Bendix AntiLock Brake System} Full Vehicle Wheel Control System (4-Channel) with
Automatic Traction Control
AIR DRYER {Bendix AD-IP} with Heater
BRAKE CHAMBERS, REAR AXLE {Bendix EverSure} 30/30 Spring Brake
BRAKE CHAMBERS, FRONT AXLE {Bendix} 24 Sgln
BRAKES, REAR, AIR CAM S-Cam; 16.5" x 7.0"; Includes 30/30 Sq.ln. Long Stroke Brake Chamber and Spring
Actuated Parking Brake
AIR COMPRESSOR {Cummins} 18.7 CFM Capacity
AIR DRYER LOCATION Mounted Inside Left Rail, Back of Cab
DUST SHIELDS, FRONT BRAKE for Air Brakes
AIR TANK LOCATION (2) : One Mounted Under Each Frame Rail, Front of Rear Suspension, Parallel to Rail
STEERING COLUMN Tilting
STEERING WHEEL 4-Spoke; 18" Dia., Black
STEERING GEAR {Sheppard M100} Power
AFTERTREATMENT COVER Steel, Black
EXHAUST SYSTEM Single Horizontal Aftertreatment Device, Frame Mounted Right Side Under Cab; for Single
Vertical Tail Pipe, Frame Mounted Right Side Back of Cab
TAIL PIPE (1) Turnback Type, Non -Bright, for Single Exhaust
EXHAUST HEIGHT 10'
MUFFLER/TAIL PIPE GUARD (1) Non -Bright Aluminum
ELECTRICAL SYSTEM 12-Volt, Standard Equipment
2
EXHIBIT PAGE DOE 23�
Proposal: 9209-01
INTERNATIONAL® Vehicle Specifications April 04, 2018
2019 HV607 SBA (HV607)
Code Description
8518 CIGAR LIGHTER Includes Ash Cup
8GXD ALTERNATOR {Leece-Neville AVI160P20131 Brush Type; 12 Volt 160 Amp. Capacity, Pad Mount, with
Remote Sense
8HAB
BODY BUILDER WIRING Back of Standard or Sleeper Cab at Left Frame or Under Extended or Crew Cab at
Left Frame; Includes Sealed Connectors for Tail/Amber Turn/Marker/ Backup/Accessory Power/Ground and
Sealed Connector for Stop/Turn
8MKX
BATTERY SYSTEM {International} Maintenance -Free, (3) 12-Volt 2775CCA Total
8RML
RADIO AM/FM/WB/Clock/Bluetooth/USB Input/3.5MM Auxiliary Input, MP3, Apple Device Play & Control,
Bluetooth for Phone & Music
8RMY
SPEAKERS (2) 5.25" Dual Cone Mounted in Both B-Pillars
8VAY
HORN, ELECTRIC Disc Style
8WPH
CLEARANCE/MARKER LIGHTS (5) {Truck Lite} Amber LED Lights, Flush Mounted on Cab or Sunshade
8WTK
STARTING MOTOR {Delco Remy 38MT Type 300} 12 Volt; less Thermal Over -Crank Protection
8WWJ
INDICATOR, LOW COOLANT LEVEL with Audible Alarm
8XAH
CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III with Trip Indicators, Replaces All Fuses
8XDU
BATTERY BOX Steel, with Aluminum Cover, 14" Wide, 3 Battery Capacity, Mounted Left Side Under Cab
8XGT
TURN SIGNALS, FRONT Includes LED Side Turn Lights Mounted on Fender
8XHN
HORN, AIR Black, Single Trumpet, with Lanyard Pull Cord
9AAB
LOGOS EXTERIOR Badges
9AAE
LOGOS EXTERIOR, ENGINE Badges
9HBM
GRILLE Stationary, Chrome
9WBC
FRONT END Tilting, Fiberglass, with Three Piece Construction; for WorkStar/HV
10060
PAINT SCHEMATIC, PT-1 Single Color, Design 100
Includes
PAINT SCHEMATIC ID LETTERS "WL"
10761
PAINT TYPE Base Coat/Clear Coat, 1-2 Tone
11001
CLUTCH Omit Item (Clutch & Control)
12703
ANTI -FREEZE Red, Extended Life Coolant; To -40 Degrees F/ -40 Degrees C, Freeze Protection
12849
BLOCK HEATER, ENGINE 120V/1000W, for Cummins ISB/B6.7/ISUL9 Engines
1 12EHU
ENGINE, DIESEL {Cummins L9 300) EPA 2017, 300HP @ 2000 RPM, 860 lb-ft Torque @ 1300 RPM, 2200
RPM Governed Speed, 300 Peak HP (Max)
12THT
FAN DRIVE {Horton Drivemaster} Direct Drive Type, Two Speed with Residual Torque Device for Disengaged
Fan Speed
12UWZ
RADIATOR Cross Flow, Series System; 1228 Sqln Aluminum Radiator Core with Internal Water to Oil
Transmission Cooler and 1167 In Charge Air Cooler
12VBC
AIR CLEANER Single Element
12VGN
FEDERAL EMISSIONS {Cummins 1_91 EPA, OBD and GHG Certified for Calendar Year 2018
12VXT
THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary, Variable Speed; Mounted on
Steering Wheel
3 Proposal: 9209-01
EXHIBIT PAGE O 23
ca
INTERNATIONAL® Vehicle Specifications April 04, 2018
2019 HV607 SBA (HV607)
Code
Description
12VYP
ENGINE CONTROL, REMOTE MOUNTED No Provision Furnished for Remote Mounted Engine Control
12WZE
EMISSION COMPLIANCE Federal, Does Not Comply with California Clean Air Idle Regulations
13AAZ
AUTOMATIC NEUTRAL Allison WT, 3000 & 4000 Series Transmission Shifts to Neutral When Parking Brake
is Engaged
�13AVG
TRANSMISSION, AUTOMATIC {Allison 3500 RDS} 5th Generation Controls, Wide Ratio, 5-Speed with
Overdrive, with PTO Provision, Less Retarder, Includes Oil Level Sensor, with 80,000-lb GVW and GCW Max,
On/Off Highway
13WET
TRANSMISSION SHIFT CONTROL for Column Mounted Stalk Shifter
13WLP
TRANSMISSION OIL Synthetic; 29 thru 42 Pints
13WUJ
ALLISON SPARE INPUT/OUTPUT for Rugged Duty Series (RDS); Front Loaders, Rear Loaders, Recycling/
Packer Trucks
13WYU
SHIFT CONTROL PARAMETERS Allison 3000 or 4000 Series Transmissions, 5th Generation Controls,
Performance Programming
13XAA
PTO CONTROL, DASH MOUNTED For Customer Provided PTO; Includes Switch, Electric/Air Solenoid, Piping
and Wiring
13XAM
PTO LOCATION Dual, Left and Right Side of Transmission
14AHL
AXLE, REAR, SINGLE {Dana Spicer S26-190D} Single Reduction, 26,000-lb Capacity, Driver Controlled
Locking Differential, R Wheel Ends. Gear Ratio: 6.14
14SCD
SUSPENSION, RR, SPRING, SINGLE Vari-Rate; 31,000-lb Capacity; Includes (3) Torque Rods
14WMG
AXLE, REAR, LUBE {EmGard FE-75W-901 Synthetic Oil; 30 thru 39.99 Pints
15LMN
FUEL/WATER SEPARATOR {Racor 400 Series,} 12 VDC Electric Heater, Includes Pre -Heater, with Primer
Pump, Includes Water -in -Fuel Sensor
15LPE
LOCATION FUEL/WATER SEPARATOR Mounted Inboard of 5 Gallon DEF Tank, Under Cab
15SXJ
FUEL TANK Top Draw, Non -Polished Aluminum, 24" Dia, 50 US Gal (189L), Mounted Left Side, Under Cab
15WCN
DEF TANK 5 U.S. Gal. 18.9L Capacity, Frame Mounted Outside Left Rail, Under Cab
16030
CAB Conventional
16BAM
AIR CONDITIONER with Integral Heater & Defroster
16GDC
GAUGE CLUSTER Base Level; English with English Speedometer and Tachometer, for Air Brake Chassis,
Includes Engine Coolant Temperature, Primary and Secondary Air Pressure, Fuel and DEF Gauges, Oil
Pressure Gauge, Includes 3 Inch Monochromatic Text Display
16HHE
GAUGE, AIR CLEANER RESTRICTION {Filter -Minder} with Black Bezel Mounted in Instrument Panel
16HKT
IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster
16JNT
SEAT, DRIVER {National 2000) Air Suspension, High Back with Integral Headrest, 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 Headrest, Vinyl
16SNP
MIRRORS (2) Power Adjust, Thermostatically Controlled Heated Heads, Black Heads, Brackets and Arms,
7.55" x 14.1" Flat Glass, 7.48" x 6.77" Convex Glass Both Sides
16VKB
CAB INTERIOR TRIM Classic, for Day Cab
16WJU
WINDOW, POWER (2) and Power Door Locks, Left and Right Doors, Includes Express Down Feature
16WLS
FRESH AIR FILTER Attached to Air Intake Cover on Cowl Tray in Front of Windshield Under Hood
Proposal: 9209-01
EXHIBIT -Z_ PAGE 20O 2 3
INTERNATIONAL®
Vehicle Specifications
2019 HV607 SBA (HV607)
April 04, 2018
Code
Description
16WSK
CAB REAR SUSPENSION Air Bag Type
16XJN
INSTRUMENT PANEL Flat Panel
16ZBT
ACCESS, CAB Steel, Driver & Passenger Sides, Two Steps Per Door, for use with Regular and Extended
Cabs
27DTJ
WHEELS, FRONT {Maxion 90541) DISC; 22.5x8.25 Rims, Painted Steel, 2-Hand Hole, 10-Stud, 285.75mm
BC, Hub -Piloted, Flanged Nut, with Steel Hubs
28DTJ
WHEELS, REAR {Maxion 90541} DUAL DISC; 22.5x8.25 Rims, Painted Steel, 2-Hand Hole, 10-Stud,
285.75mm BC, Hub -Piloted, Flanged Nut, with Steel Hubs
29PAR
PAINT IDENTITY, FRONT WHEELS Disc Front Wheels; with Vendor Applied White Powder Coat Paint
29PAS
PAINT IDENTITY, REAR WHEELS Disc Rear Wheels; with Vendor Applied White Powder Coat Paint
7372135425
(4) TIRE, REAR 11 R22.5 Load Range G HDL2 DL ECO PLUS (CONTINENTAL), 491 rev/mile, 75 MPH, Drive
7482153253
(2) TIRE, FRONT 12R22.5 Load Range H XZE (MICHELIN), 486 rev/mile, 75 MPH, All -Position
Services Section:
40128 WARRANTY Standard for HV507, HV50B, HV607 Models, Effective with Vehicles Built July 1, 2017 or Later,
CTS-2025A
5
--------------
�3 PAGE 2 J_OF3
Proposal: 9209-01
INTERNATIONAL
Prepared For:
Municipal Equipment, Inc
Mark Clindaniel
6305 Shepherdsville Rd.
Louisville, KY 40228-1027
(502)962 - 9527
Reference ID: N/A
April 04, 2018
Presented By:
UHL TRUCK SALES OF KENTUCKIANA INC.
Dallas Barnes
4300 POPLAR LEVEL ROAD
LOUISVILLE KY 40213 -
(502)451-8360
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
2019 HV607 SBA (HV607)
AXLE CONFIG:
4X2
APPLICATION:
Recycler
MISSION:
Requested GVWR: 35000. Calc. GVWR: 37000
Calc. Start / Grade Ability: 49.24% / 3.33% @ 55 MPH
Calc. Geared Speed: 58.4 MPH
DIMENSION:
Wheelbase: 213.00, CA: 145.90, Axle to Frame: 75.00
ENGINE, DIESEL:
{Cummins L9 300) EPA 2017, 300HP @ 2000 RPM, 860 lb-ft Torque @ 1300 RPM, 2200 RPM
Governed Speed, 300 Peak HP (Max)
TRANSMISSION, AUTOMATIC:
{Allison 3500 RDS} 5th Generation Controls, Wide Ratio, 5-Speed with Overdrive, with PTO
Provision, Less Retarder, Includes Oil Level Sensor, with 80,000-lb GVW and GCW Max, On/Off
Highway
CLUTCH:
Omit Item (Clutch & Control)
AXLE, FRONT NON -DRIVING:
{Meritor MFS-14-143A} Wide Track, I -Beam Type, 14,000-lb Capacity
AXLE, REAR, SINGLE:
{Dana Spicer S26-190D} Single Reduction, 26,000-lb Capacity, Driver Controlled Locking
Differential, R Wheel Ends Gear Ratio: 6.14
CAB:
Conventional
TIRE, FRONT:
(2) 12R22.5 Load Range H XZE (MICHELIN), 486 rev/mile, 75 MPH, All -Position
TIRE, REAR:
(4) 11R22.5 Load Range G HDL2 DL ECO PLUS (CONTINENTAL), 491 rev/mile, 75 MPH, Drive
SUSPENSION, RR, SPRING, SINGLE:Vari-Rate;
31,000-lb Capacity; Includes (3) Torque Rods
FRAME REINFORCEMENT:
Outer "C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312";
(274.6mm x 98.9mm x 8.Omm); 480.0" (12192mm) Maximum OAL
PAINT:
Cab schematic 100WL
Location 1: 9219, Winter White (Std)
Chassis schematic N/A
Proposal: 9209-01
EXHIBIT 9 PAGE 2 2 OF2-11
MUNIEQU-01 LALTFILLISCH
ACORO'
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD,YYYY)
4/12/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Jeffersonville I AssuredPartners NL
4500 Town Center Blvd., Suite 200
Jeffersonville, IN 47130
NOMECT
ALaura Altfiliisch
PHONE
N E,� (g12) 941-4110 FAAic No:1812) 944-8010
E-MAADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Phoenix Insurance Company
25623
INSURED
INSURER B: Travelers Property Casualty Co of America
25674
Municipal Equipment, Inc.
INSURER C: Travelers Casualty Insurance Co of America
19046
INSURER D :
6305 Old Shepherdsville Road
Louisville, KY 40228
INSURER E
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW, HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY FF
MMIDDIYYYY
PO CY EXP
MMIDD
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FXI OCCUR
6302J646374
04/13/2017
04/13/2018
EACH OCCURRENCE
$ 1,000,00
PREMISE oN'Er ce
$ 500,00
MED EXP (Any one person)
$ 5,00
PERSONAL& ADV INJURY
$ 1,000,00
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY a JECTPRI 7 LOC
OTHER:
GENERAL AGGREGATE
$ 3,000,000
PRODUCTS - COMP/OP AGG
$ 2,000,00
EBL AGG
$ 2,000,00
B
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
AUTOS
NON -OWNED
HIRED AUTOS AUTOS
BA2J940237
04/13/2017
04/13/2018
CEOMaBBIINdED SINGLE LIMIT
$ 1,000,00
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Peraccident
$
$
B
X
UMBRELLA LIAR
EXCESSLUIB
X
OCCUR
CLAIMS -MADE
CUP2J963030 r
04/1312017
04/13/2018
EACH OCCURRENCE
$ 4,000,00
AGGREGATE
$ 4,000,00
DED I X I RETENTION $ 0
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABWIY
ANY PROPRIETORIPARTNERIEXECUTNE Y!❑N
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If es, describe under
DESCRIPTION OF OPERATIONS below
NIA
UB2J646374
04/16/2017
04/16/2018
X STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,00
E.DISEASE- EA EMPLOYE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,00
A
Equipment Floater
63020646374
04/1312017
04/13/2018
Installation 300,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
INFORMATIONAL PURPOSES ONLY
PLEASE CONTACT AGENT'S QFFICE
IF YOU NEED TO BE LISTED AS A
CERTIFICATE HOLDER
klikM.CLL k I wri
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
IV IVISO-Lela A$,%JMLJ AIUM!"Mmm 1 wra. nu 11U.-'mow ..-.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
EXHIBIT PAGE-2 3 OF 23