Loading...
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