Loading...
HomeMy Public PortalAbout125-2018 - Sanitary - Advantage Ford - Service TruckPURCHASE AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this J_LL_ day of August, 2018, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Advantage Ford -Lincoln, Inc., 2350 Park Road, Connersville, Indiana 47331 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) new vehicle, delivered to 2380 Liberty Ave., Richmond, Indiana, with said vehicle being a 2018 or newer a one -ton Crew Cab 4WD Service Truck with Utility Bed, with said vehicle being more specifically described in Exhibit "B" attached hereto and incorporated by reference herein. City sent a Request for Quotes containing certain specifications to Contractor on June 14, 2018, consisting of eight (8) pages. A copy of said Request for Quote is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor to said Request for Quotes, dated July 9, 2018, is attached hereto and incorporated by reference herein as Exhibit "B", consisting of twenty-seven (27) typewritten pages. 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 IL 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 Eighty -Three Thousand Fifty -Seven Dollars and Fifty Cents ($83,057.50) for a 2018 or newer One -Ton Crew Cab Four Wheel Drive service truck with utility bed. 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 twenty-three (23) to twenty-four (24) weeks after receipt of purchase order. Contract No. 125 -2018 Page 1 of 3 SECTION W. 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 comlor tribunal, all other portions shall remain in full force and effect. Any person executing this Purchase Agreement in a representative capacity hereby warrants that he or 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 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President man Bakshi, Vice President teins, Member Dated: U , / y /?� APPROVED: now, Dated: OF 1 2 "CONTRACTOR" ADVANTAGE FORD-LINCOLN, INC. Page 3of3 PRICE REQUEST o y z u o �h iw CTTY OF MCHMO" D � POUFSANWO�ON01ANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX (765) 962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: JuneK 2018 10:00 A.M. on July 10, 2018 1 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase One (1) one ton Crew Cab 4WD Service Truck with Utility Bed. Please see attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: one ton pick up truck Quote Valid Until Questions? Call Jeff Lohmoeller at 765-983-7464. NAME OF FIRM QUOTING: M STATE TAX EXEMPTION # 003121909-001 AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District + 4 DATE Ir t A 1 ilq- PHONE NUMBER Minimumspecifications for 2018 or newer. 1-Ton Crew Cab 4WD Service Truck with Utility Bed Our Vehicle Maintenance Department is purchasing a 4-wheel drive truck with a mounted full service utility bed, 3000 watt inverter, and rotary screw air compressor. Mechanical Engine — 6.7L I6 Cummins Turbo Diesel (or equivalent) Yes No 6-Speed HD Automatic Transmission Yes No HD Engine Cooling System Yes No Engine Block Heater Yes No Electronically Controlled throttle Yes No Aux transmission oil cooler Yes No 19,5004 GVWR Yes No 7,2504 Front Axle GARW Yes No 13,500# Rear Axle GARW Yes No Anti -spin differential rear axle Yes No Four Wheel Drive Yes No 730-amp maintenance free battery Yes No Battery with run down protection Yes No Electronic Stability Yes No 1— 220-amp Alternator Yes No Max Tow Package Yes No Trailer Brake Control Yes No Power Take Off Prep Yes No 7-pin wiring harness Yes No_ HD shock absorbers front/rear Yes No_ Front stabilizer bar Yes No. HD Rear stabilizer bar Yes No. Power steering Yes No. Pwr 4-wheel anti -lock disc brakes (ABS) Yes No. Traction Control Yes No Exterior Dual Rear Wheels Yes No Chrome front bumper/grill Yes No Automatic halogen headlamps Yes No Clearance lamps Yes No Black folding heated trailer tow mirrors Yes No Tinted glass windows Yes No Variable intermittent wipers Yes No Primary Paint (RED) Yes No Interior Heater Yes No Air Conditioning Yes No Pwr windows/locks keyless entry Yes No Interior Color — Gray/Black Yes No HD vinyl 40/20/40 split bench Yes No 'i4,4 A 3 ote R-- Black vinyl floor covering Yes No Tilt steering column Yes No Instrument cluster w/tachometer Yes No 12 volt aux pwr outlet Yes No Safety Advanced multistage front airbag Yes No Driver and Front side airbags Yes No Height adjustable shoulder belts Yes No Black Aluminum Running Boards Yes No Strobe lights (hide away front, body mounted rear) Yes No Backup Camera/Screen Yes No The Richmond Sanitary District is requesting Quotes for this Service Bodv and 3000 Watt Inverter This bed must be made for the truck type chassis. No exceptions. Body & Equipment — Provide and Install 9FT Dual Wheel Service Body with 3000 Watt Inverter Dual Wheel Service Body 9 foot long suitable for 60CA Chassis with the following: • Stainless Steel rotary paddle latches • Heavy Duty bolt on adjustable hinges • Light guards, recessed light per FMVSS108 • Aluminum stone shield and fuel fill • Powdercoated white throughout • Shelving, add additional second shelving in horizontal both sides and dividers • Gas strut door holders • Automotive bulb door seals • Incorporate 60" high roadside and curbside compartments with 2 point locks on all doors and vertical lapping horizontal compartment doors over wheel wells. • Vent Curbside front compartment • Install C Tech 9 drawer mechanics cabinets with 300 lb. roller bearing slides on each drawer, aluminum, installed in front compartment roadside (1) 12", (1) 8", (1) 691, (2) 4" and (3) 3" drawers • A60 double sided Galvanized Steel body, E Coat Primer, and powder coat to match chassis. • LED compartment lights • Recessed pooched Step Bumper • Install Receiver Hitch • Install 7 Way Trailer Plug • Apply Spray -On bed liner in Cargo Area and Tailgate and Bumper Additional Items Rotary Screw Air Compressor (equal or greater) 35CFM Air at 100psi, Hose Reel, FLR • 6 Gallon Air Reserve Tank Yes No • This will be listed separately on proposal sheet. Lift Gate 2 piece (equal or greater) • Direct cylinder lift with no chains or cables. Fully enclosed power unit 50001b tow rated bumper. • 2 Piece Platform to be of Aluminum Construction • Platform to be 53 x 26" + 6" ramp Yes No • This will be listed separately on proposal sheet. Inverter • Install 3000 Watt inverter in curbside front compartment and add a group AGM battery and battery box. Fuse and cabling. Yes No • This will be listed separately on proposal sheet. Safety Items • Install 4 Corner Strobe System, 2 in Grille, 2 on Rear Panel (12 diode) all switched in Cab • Install Ecco 5590 Mini LED Light bar (or equivalent) on Acari drill -free mount (or equivalent) switched in cab Yes No • This will be included in cost of truck on proposal sheet. PROPOSAL SHEET Department of Sanitation, Richmond, Indiana 2018 or Newer Crew Cab 4WD Service Truck 4 Dual Wheel Service Body with 3000 Watt Inverter and Rotary Screw Air Compressor Price of Truck, Service Bed and Unit Rotary Screw Air Compressor Lift Gate 2 piece 3000 Watt inverter Price Firm for How Long Delivery estimate • &VERIFICATION FORM FILLED OUT: LOCAL PREFERENCE CLAIM FORM: • ALL WARRANTY INFORMATION INCLUDED: • IRAN INVESTMENT ACTIVITIES: YES NO YES NO YES NO YES NO Price to include all shipping, handling, and set up charges. To be delivered to The Richmond Waste Water Treatment Plant 2380 Liberty Avenue, Richmond, Indiana. Authorized Signature/ Title Contact Person (print) Company name Date Phone number Indiana Local Preference Claim: Definitions: Affected County — Wayne County or an adjacent county. Local Indiana Business — A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll (in dollar volume) to residents of Affected Counties; or a business that employees residents of Affected Counties as a majority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, it shall include such claim with its Bid. In addition the Bidder shall submit, as a Post -Bid submittal, all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to-hidiana Code 5-22-15-20.9, the Bidder shall submit all post bid documentation as required by the Post -Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9, the Owner will evaluate the Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties, total number of employees, and total number of employees who are residents of Affected Counties. Further, each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture qualifies as a local Indiana. business. The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana Code 5-22-15-20.9. Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowest, responsive and responsible Bidder, where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. PRICE REQUEST P tii D a0 E U u i CITY OF MCHMOND D� T�" OF A AUOINDIANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450-FAX (765) 962-2669 VENDOR Advantage Ford 2350 Park Road Connersville, IN 47331 INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board -of Commissioners to the administration building at the address above by the DATE: REPLY MUST BE IN BY: L AYMENT TERMS: DELIVERY REQUIRED: JuneK 2018 10:00 A.M. on July 10, 2018 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase One (1) one ton Crew Cab 4WD Service Truck with Utility Bed. Please see attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: one ton pick up truck Quote Valid Until qE) Questions? Call Jeff Lohmoeller at 765-983-7464. $ 1 STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District nF FIRM QUOTING: DATE PHONE NUMBER 1,04,17 Minimums eci%.cations for 2018 or newer. 1-Ton Crew Cab 4NM Service Truck with Utility Bed Our Vehicle Maintenance Department is purchasing a 4-wheel drive truck with a mounted full service utility bed, 3000 watt inverter, and rotary screw air compressor. Mechanical Engine — 6.7L I6 Cummins Turbo Diesel (or equivalent) Yes No 6-Speed HD Automatic Transmission Yes No HD Engine Cooling System Yes No Block Heater Yes ZEngine ` No Electronically Controlled throttle El y C Yes I No , Aug transmission oil cooler ` Yes y°' No 19 500# GVWR Yes No 7 250# Front Axle GARW Yes_j,, No -11'No 13,500# Rear Axle GARW Yes Anti -spin differential rear axle Yes_Z No Four Wheel Drive Yes No 730-am maintenance free battery Yes I No — Battery e with run down protection Battry Yes No Electronic Stability Yes—Z No- 1 — 220-amp Alternator Yes No Max Tow Package Yes No Trailer Brake Control Yes No Power Take Off Prep Yes No 1/ 7-pin wiring harness Yes /— No HD shock absorbers front/rear Yes No % Front stabilizer bar Yes �! No HD Rear stabilizer bar Yes _l�— No Power steering Yes No Pwr 4-wheel anti -lock disc brakes (ABS) Yes No Traction Control Yes No Exterior Dual Rear Wheels Yes No Chrome front bumper/grill Yes No Automatic halogen headlamps Yes No — Clearance lams Clea p Yes No. Black folding heated / trailer tow mirrors Yes V No Tinted glass windows Yes V No Variable intermittent wipers Yes No Primary Paint (RED) Yes No Interior Heater Yes No Air Conditioning Yes No Pwr windows/locks keyless entry Yes No Interior Color — Gray/Black Yes No HD vinyl 40/20/40 split bench Yes No (5? 3 O-C 2,7 Black vinyl floor covering Tilt steering column Instrument cluster w/tachometer 12 volt aux pwr outlet Safe Advanced multistage front airbag Driver and Front side airbags Height adjustable shoulder belts Black Aluminum Running Boards Strobe lights (hide away front, body mounted rear) Backup Camera/Screen Yes v No Yes V/ No Yes No Yes—Z No Yes—V11 No Yes No Yes—zNo Yes 7 No Yes No Yes—Z No The Richmond Sanitary District is requesting Quotes for Service Body and 3000 Watt Inverter This bed must be made for the truck type chassis. No exceptions. Body & Equipment — Provide and Install 9FT Dual Wheel Service Body with 3000 Watt Inverter Dual Wheel Service Body 9 foot long suitable for 60CA Chassis with the following: • Stainless Steel rotary paddle latches • Heavy Duty bolt on adjustable hinges • Light guards, recessed light per FMVSS108 • Aluminum stone shield and fuel fill • Powdercoated white throughout • Shelving, add additional second shelving in horizontal both sides and dividers • Gas strut door holders • Automotive bulb door seals • Incorporate 60" high roadside and curbside compartments with 2 point locks on all doors and vertical lapping horizontal compartment doors over wheel wells. • Vent Curbside front compartment • Install C Tech 9 drawer mechanics cabinets with 300 lb. roller bearing slides on each drawer, aluminum, installed in front compartment roadside (1)12", (1) 8", (1) 619, (2) 4" and (3) 3" drawers • A60 double sided Galvanized Steel body, E Coat Primer, and powder coat to match chassis. • LED compartment lights • Recessed pooched Step Bumper • Install Receiver Hitch • Install 7 Way Trailer Plug • Apply Spray -On bed liner in Cargo Area and Tailgate and Bumper s �- a � 7--7 Additional Items Rotary Screw Air Compressor (equal or greater) • 35CFM Aar at 100psi, Bose Reel, FLR • 6 Gallon Air Reserve Tank Yes a No • This will be listed separately on proposal sheet. Lift Gate 2 piece (equal or greater) • Direct cylinder lift with no chains or cables. FVenelloed power unit 50001b tow rated bumper. • 2 Piece Platform to be of Aluminum,Construc• Platform to be 53" x 26" + 6" ramp YesNo • This will be listed separately on proposal sheet. Inverter Install 3000 Watt inverter in curbside front compartment and add a group AGM battery and battery box. Fuse and cabling. Yes No This will be listed separately on proposal sheet. Safety Items • Install 4 Corner Strobe System, 2 in Grille, 2 on Rear Panel (12 diode) all switched in Cab • Install Ecco 5590 Mini LED Light bar (or equivalent) Acari drill -free mount (or equivalent) switched in cab Yes No • This will be included in cost of truck on proposa sheet. PROPOSAL SHEET Department of Sanitation, Richmond, Indiana 2018 or hewer Crew Cab 4WD Service Truck 4 Dual Wheel Service Body with 3000 Watt Inverter and Rotary Screw Air Compressor Price of Truck, Service Bed and Unit Rotary Screw Air Compressor Lift Gate 2 piece 3000 Watt inverter $ �9'1"� � Do $q t� Price Firm for How Long Delivery estimate�-ef &VERIFICATION FORM FILLED OUT: YES NO • LOCAL PREFERENCE CLAIM FORM: • ALL WARRANTY INFORMATION INCLUDED: • IRAN INVESTMENT ACTIVITIES: YESy NO YES NO YES_/ -NO Price to include all shipping, handling, and set up charges. To be delivered to The Richmond Waste Water Treatment Plant 2380 Liberty Avenue, Richmond, Indiana. utho ed Signature/ Title Date Contact Nrson (print) Phone number "a Oompnanynn�aQnae � Indiana Local Preference Claim: Affected County — Wayne County or an adjacent county. Local Indiana Business — A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll (in dollar volume) to residents of Affected Counties; or a business that employees residents of Affected Counties as a majority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, it shall include such claim with its Bid. In addition the Bidder shall submit, as a Post -Bid submittal, all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to Indiana Code 522-15-20.9, the Bidder shall submit all post bid documentation as required by the Post -Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9, the Owner will evaluate the Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties, total number of employees, and total number of employees who are residents of Affected Counties. Further, each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture qualifies as a local Indiana business; The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana Code 5 22-15-20.9. Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowest, responsive and responsible Bidder, where the Sid is reasonable and does not exceed the funds available for the project. The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. geE'2i REMIT TO: _ 10100 BALLENTINE PIKE 'NEW CARLISLE, OHIO 45344 2929.NORTHLAWN AVE DAYTON, OHIO 45439 ****** INVOICE ****** KTEC KAFFENBARGER TRUCK EQUIPMENT COMPANY www.kaffenbarger.com # REMIT TO: _ 3260 E. KEMPER ROAD CINCINNATI, OHIO 45241 _ 2265 REFUGEE RD. COLUMBUS',OHIO 43207 INVOICE#: SOLD TO: 1111 INVOICE DATE: 07/ 6/18 ADVANTAGE FORD L-M SALES & SER TERMS: N30 2350 PARK RD P.O.#: P.O. BOX 639 COUNTY: 0 CONNERSVILLE IN 47331 SALESPERSON: 0 JOB ORDER#: 0702183310 PART # DESCRIPTION QTY. EQM EQUIPMENT -MUNICIPALITY 1 FURNISH AND INSTALL ON CUSTOMER SUPPLIED FORD F350/F450/F550 MUNICIPALITY - RICHMOND SANITARY DISTRICT KNAPHEIDE MODEL 6108D5460 9' LONG X 94" WIDE 54" SIDE FLOOR IN CARGO AREA 20" DEEP COMPARTMENTS BODY HEIGHT IS 40" FLOOR TO TOP OF COMPARTMENT IS 24" 60" TALL RAISED FRONT COMPARTMENTS ON BOTH SIDES CURBSIDE COMPARTMENT VENTED *AUTOMOTIVE QUALITY ROTARY LATCHES *NEW STYLE SURFACE MOUNT LED STOP,TURN,TAIL AND BACKUP *STAINLESS STEEL CONTINUOUS PIANO STYLE DOOR HINGE STANDARD SHELVING WITH 2 SHELVES IN EACH HORIZONTAL COMPARTMENT WITH DIVIDERS *DOUBLE SPRING OVER DOOR RETAINER NOT GAS PROPS *SINGLE DROP DOWN DOOR OVER WHEEL WELLS *14 GAUGE TWO SIDED A-40 GALVANNEAL STEEL SHELL FINISH PAINTED WHITE AUTOMOTIVE TYPE BULB SEALS SLAM STYLE TAILGATE *** CONTINUED NEXT PAGE *** 7 9 ll °f 27 . REMIT TO: _ 10100 BALLENTINE PIKE NEW CARLISLE, OHIO 45344 2929 NORTHLAWN AVE DAYTON, OHIO 45439 ****** INVOICE ****** KTEC KAFFENBARGER TRUCK EQUIPMENT' COMPANY www.kaffenbarger.com REMIT TO: _ 3260 E. KEMPER ROAD CINCINNATI, OHIO 45241 2265 REFUGEE RD. COLUMBUS,OHIO 43207 INVOICE#: INVOICE DATE: 07/ 6/18 SOLD TO: 1111 ADVANTAGE FORD L-M SALES & SEP, TERMS: N30 2350 PARK RD 0 - P.O. BOX 639 COUNTY: 0 CONNERSVILLE IN 47331 SALESPERSON: JOB ORDER#: 0702183310 PART # DESCRIPTION QTY. RECESSED BUMPER ALUMINUM ROCKS GUARDS LOWER 1/2 OF BODY FRONT LED COMPARTMENT LIGHTS BUYERS RECEIVER STYLE PLATE HITCH (1801050) 16,000# CAPACITY 7-WAY RV STYLE TRAILER PLUG LINE-X SPRAY -ON BED LINER IN CARGO AREA. CARGO AREA TO INCLUDE CARGO FLOOR, SIDE WALLS, BULKHEAD AND INNER TAILGATE. ALSO SPRAY BUMPER. C-TECH MECHANICS DRAWER UNIT ALUMINUM CONSTRUCTION BALL BEARING HD DRAWER GLIDES RATED AT 3000, LARGER DRAWERS RATED AT 500# DRAWER SIZES: 1) 12", l) 811, 1) 6", 2) 4" AND 3) 3" TO BE INSTALLED IN ROADSIDE FRONT COMPARTMENT 4 CORNER STROBE LIGHT KIT: 4) ED3766A AMBER LED STROBE LIGHTS, 2 IN GRILL, 2 SURFACE MOUNTED ON REAR OF BODY ECCO 5590A LED AMBER MINI STROBE LIGHT MOUNTED ON BUYERS MODEL (8895150) DRILL FREE MOUNT IN 3RD BRAKE LIGHT ******************************************************************* *** CONTINUED NEXT PAGE *** 09 .IZo.E 2i ****** INVOICE ****** REMIT T0: KTEC _ 10100 BALLENTINE PIKE KAFFENBARGER TRUCK EQUIPMENT NEW CARLISLE, OHIO 45344 COMPANY www.kafferibarger.com 2929 NORTHLAWN AVE REMIT TO: _ 3260 E. KEMPER ROAD -C-INCINNATI, OHIO 45241 _ 2265 REFUGEE RD. DAYTON, OHIO 45439 COLUMBUS,OHIO 43207 INVOICE#: SOLD TO: 1111 INVOICE DATE: 07/ 6/18 ADVANTAGE FORD L-M SALES & SER TERMS: N30 23.50 PARK RD P.O.#: P.O. BOX 639 COUNTY: 0 CONNERSVILLE IN 47331 SALESPERSON: 0. JOB ORDER#:• 0702183310 PART # DESCRIPTION QTY. OPTIONS NOT INCLUDED IN ABOVE PRICING: BOTTLE GAS RETAINER KIT IN CURB SIDE FRONT COMPARTMENT (NO COMPARTMENT LIGHT IN THAT COMPARTMENT IF SELECTED BECAUSE OF SPARK HAZARD.)........ .....ADD SCJ l•� BOSS INDUSTRIES "BULLET G" ROTARY SCREW COMPRESSOR KOHLER 4-CYCLE, V-TWIN CYLINER, OVERHEAD VALVE, AIR/OIL COOLED 25 HP AT 3600 RPM 5 GALLON FUEL CAPACITY OIL FLOODED ROTARY SCREW 70 CFM MAX 100 PSI OPERATING PRESSURE PRESSURE RANGE 80-115 BUYERS FILTER, OILER , REGULATOR REELCRAFT SPRING RETRACTED HOSE REEL (DP78050 OLP)���� 50' OF 1/2" HOSE.....................................ADD (LOCATION OF COMPRESSOR AND HOSE REEL TO BE DETERMINED) THIEMAN MODEL TT15ET LIFTGATE 1500# CAPACITY 2 PIECE ALUMINUM"PLATFORM 53" LONG X 26" DEEP PLUS A 5" TAPER *** CONTINUED NEXT PAGE *** ****** INVOICE ****** REMIT TO: KTEC _ 10100 BALLENTINE PIKE KAFFENBARGER TRUCK EQUIPMENT NEW CARLISLE, OHIO 45344 COMPANY www.kaffenbarg(Er.com •2929 NORTHLAWN AVE DAYTON, OHIO 45439, SOLD TO: 1111 ADVANTAGE FORD L-M SALES & SER 2350 PARK RD P.O. BOX 639 CONNERSVILLE IN 47331 REMIT TO: _ 3260 E. KEMPER ROAD CINCINNATI, OHIO 45241 _ 2265 REFUGEE RD. COLUMBUS,OHIO 43207 INVOICE#: INVOICE DATE TERMS: P.O.#: COUNTY:, SALESPERSON: JOB ORDER#: PART # DESCRIPTION QTY. 07/ 6/18 N30 0 0 0702183310 5000# TOW RATED BUMPER ILO. RECEIVER HITCH DUAL STOW LATCHES ENCLOSED CYLINDER AND POWER UNIT DUAL LIFTING CYLINDERS...............................ADD IF`c�347 SENSATA MODEL 12/3000N 300 WATT INVERTER AUXILIARY BATTERY IN BATTERY BOX BATTERY ISOLATOR (EXACT LOCATION TO BE DETERMINED)....................ADD $ a S TERMS: 30 DAY NET THANK YOU CUSTOMER'S SIGNATURE I ACKNOWLEDGE REDEIPT OF OWNER, OPERATOR AND MAINTENANCE MANUALS TERMS: NET 30 DAYS FROM DATE OF THE INVOICE. A FINANCE CHARGE OF 2% PER MONTH AFTER 30 DAYS. THE ANNUAL PERCENTAGE RATE IS 24%. NOTE: NO REFUNDS OR CREDITS WILL BE ISSUED UNLESS COPY OF INVOICE IS -RETURNED. INDIANA LOCAL PREFERENCE CLAIM (Only fill out this Part if claiming to be a Local Indiana, Business) Pursuant to Indiana Code 5-22-15-20.9, *uo- •bodn (Name oxBsi46 4nks) -� — cdClaims a local Indiana business preference for the bid for Projec( - e lti_ in Wayne County, Indiana. (Name of Project) The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) !a' 1.kaThe location of the Business's principal place of business is: A) in Wayne County, or V2. B) in an adjacent county The majority of the business's payroll, for the previous twelve (12) months from the date of this Bid, is to residents in Wayne or an adjacent county. V3. The majority, of the business's employee's, for the previous twelve (12) months from the date of this Bid, are residents of Wayne or an adjacent county. If business is deemed to be the apparent low bidder, business shall provide information pursuant to Post -Bid submittal. (Local Indiana Business Preference), to substantiate the claim of a local Indiana business. POST BIl➢ SUBAM T.AL Local Indiana Business Preference Pursuant to the City of Richmond Bidding and Contract Requirements, this application for the local Indiana business, pursuant to Indiana Code section 5-22-15-20.9, is hereby submitted for the Project listed below by Bidder/Applicant (hereinafter Bidder). (Use additional sheets if necessary.) Date Bid Submitted: Project Name: Bidder: Contact Name: Principal Place of Business: Proj ect Number: Phone Number: ] �% — ` o Number of Months Address has been Principal Place of Business: Number of all Employees for the twelve (12) months prior to the date of Bid submission: Number of Employees who were residents of Affected Counties for the twelve (12) months prior to the date of Bide submission: 1. If the Bidder claims it is a local Indiana business because the Bidder's principal place of business is in Wayne County or an adjacent county, give a statement explaining the reasons the business considers the location named as the bus' , ess's principal p ace o mess: '-Mn Arm m(-QW n ��\ c"�c n it 1 i o Jhfii � ((Jlii��i' G����e /{) 2. In order to claim local preference pursuant to Indiana. Code section 5-22-15-20.9, the Bidder must supply below its total payroll and the amount of the business's payroll paid t residents of Affected Counties for the previous twelve (12) months from the date of the Bid. a. Total Amount of payroll paid to all employees of Bidder in the previous twelve (12) months from the date of the Bid: $° a b. Total Amount of payroll paid to residents of affected counties for the previous twelve (12) months from the date of the Bid: U'TS, boo Bidder shall supply supporting payroll records sufficient for Owner to establish the above representations. When supplying supporting records, Bidder shall redact all Social Security Numbers E-'`verify Requirements: Definitions: E-VerifyProgram — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L. 104-208), Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has been issued by the Purchasing Department. maammammmammaMNEMM KNamamm■O■OmanaamnnOmmmmmmamanaamamaa■■aamaaaaamaammmmanmaansaamamA COMPLIANCE WITH EYDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana. Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit af6nning that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (3 0) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (3 0) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain m effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. A Rdavit of Employment Eligibility Verification The Contractor, affirm under the penalties of perjury that Contractor does not kPo�wjnemploy an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this _3`y ftay offf#--- 20— ())3 1 Ro�- t-1 MAN INVESTMENT ACTIVPI'IES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. (�N ) � 0,( 1, '1 ,i, ! MAIN Product Warranty -Six Years with Unlimited Mileage The Knapheide Manufacturing Company (hereinafter referred to as "Knapheide") guarantees the Knapheide Service Body; KUV Body, Crane Body, Line Body, Westerner Body, Knap Kap, Knap Pack and Tool Box sheet metal components will not "rust -through" as defined below. Knapheide branded NXG door latches (black nylon pan and chrome handle), lock cylinders, and standard door hinges are guaranteed not to fail to operate due to a mechanical failure. Compartment shelving is guaranteed not to bend under the rated load of 250 pounds. Product Warranty - Three Years or 36,000 Miles, Whichever Occurs FIf Knapheide guarantees the Service Body, KUV Body, Crane Body, Line Body, Westerner Storage Body, Knap Kap, Knap Pack, Tool Box, Platform Body, Gooseneck Platform Body, Landscaper Body, Heavy Drop Side Contractor Body, Dump Body, Box Body and Forestry Body to be free from defects in material and and/or workmanship for a period of three years or 36,000 miles, whichever occurs first. Knapheide guarantees the Platform Body, Gooseneck Platform Body, Landscaper Body, Heavy Drop Side Contractor Body, Dump Body, Box Body, and Forestry Body will not "rust -through" for a period of three years or 36,000 miles, whichever occurs first. Knapheide guarantees the Knapheide power locking (E-lack) system and hydraulic hoist (Knaphoist) to be free from defects in material and and/or workmanship for a period of three years or 36,000 miles, whichever occurs first. Warranty Coverage Duration and Limitation The warranty period begins an the date of purchase by the end -user, or one year from the date the product is shipped from Knapheide, whichever occurs first. This warranty is valid for product shipped from Knapheide after August 1,2016 and remains mounted upon the chassis it was originally installed, as solely determined by Knapheide. Knapheide will pay the cost of material and labor to repair or replace the defective product and reserves the sole right to inspect product claimed for warranty and determine the best course of action to remedy the warranty claim. Exclusions from Warranty 1. Product not installed by an authorized Knapheide distributor or agent. 2. All accessions (additions, add -on attachments, etc.) to the product not manufactured by Knapheide. 3. Stainless steel latches or riveted -on latches, all non-NXG Knapheide branded latches. 4. ' All product repairs, modifications and alterations performed without written authorization of Knapheide. 5. Products exhibiting damages or fatigue fractures due to accident, misuse, abuse, neglect, overloading, improper installation, severe off -road applications or twisting loads induced by cranes or aerial devices. 6. Products not maintained per operator's manual. 7. Products sold by Knapheide but not manufactured by Knapheide (i.e. cranes, aerial lifts, lift gates, generators, compressors, pumps, hydraulic or pneumatic reservoirs etc.) Note: These products are covered exclusively by the product manufacturer's warranty in effect at the time of delivery, If any. S. Paint, decals, or any finish (collectively "finish") not applied by Knapheide. Finish deterioration caused by chemical reactions including, but not limited to, acid rain, industrial fallout or improper cleaning materials. Provided, however, that as limited above, Knapheide warrants the product finish applied by Knapheide for one year from the beginning of the warranty period. 9. "Rust —through" of products for which the finish was not applied by Knapheide or an authorized agent, or where the product was used to transport corrosive materials. Note: "rust -through" is defined as corrosion that has created a hole through the metal. 10. Products purchased or used outside the U.S.A. and Canada. KNAPHEIDE HEREBY DISCLAIMS AND EXCLUDES ANY OTHER EXPRESS, IMPLIED, OR STATUTORY WARRANTIES, ARISING BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ANY WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Limitations of Liability UNDER NO CIRCUMSTANCES, WHETHER IN CONTRACT, TORT, OR OTHERWISE, SHALL KMC OR ITS AFFILIATE OR SUBSIDIARY COMPANIES, OR THEIR RESPECTIVE DIRECTORS', OFFICERS', SHAREHOLDERS', EMPLOYEES' OR AGENTS' (HEREINAFTER COLLECTIVELY "KNAPHEIDE") TOTAL LIABILITY ARISING IN CONNECTION WITH THE PRODUCT EXCEED THE AMOUNT OF THE PROCEEDS RECEIVED BY KNAPHEIDE PURSUANT TO ANY CONTRACT OF SALE OR PURCHASE ORDER. UNDER NO CIRCUMSTANCES, WHETHER IN CONTRACT, TORT, OR OTHERWISE, SHALL KNAPHEIDE BE LIABLE FOR LIQUIDATED, SPECIAL, INDIRECT, INCIDENTAL, EXEMPLARY, OR CONSEQUENTIAL DAMAGES, EXPENSES, OR COSTS, INCLUDING, WITHOUT LIMITATION, LOST PROFITS, HOWSOEVER CAUSED AND EVEN IF THE POTENTIAL OF SUCH DAMAGES WAS DISCLOSED AND/OR KNOWN. How to Apply for Warranty Coverage All claims may be handled by contacting your nearest Knapheide Distributor or by contacting The Knapheide Manufacturing Product Support Center. A list of Knapheide Distributors can be found at www.knapheide.com Product Support Center E-mail productsupport(@knapheide.com Product Support Center Phone 217.592.5233 Doc ID 2012 01 — 8/14/17 02 — 1/26/18, Revision Notes: removed all references V because product was discontinued. ©� 1�7 2 1 Mi WO C ED UPI Eg,,; nug- auri PafidenandP ce-dnq res as— standard-Iteims for approved accounts are Net 30-day.s. Mon-complianCe ,fo th a terms may result in a late -fee of uP Jto2% per month. DE aramaj- alW —n RywaJ V albn m --qa pa- &Py - Orders. cancelled more than 24 hours fro time ofreceipt are sub,;,eL-dt to a canCellation, fee of up to 20%. Cancellation or chang- .--s must come.in writing (not verbal) and be confirmed within 24 hours of thie original purchase order being issues to avoid and potential change or cance-flation fees. Return- poficy -'Custom built products are non -returnable. 5 tand'ard prod uic. ts are subject to a return fee of up to 20% plus the cost of freight to return the prod- uct. Products must have been purchased within the past 12 months, ALIretUrl-h-ed u products must be in like new, sale -able condition. Any returned products MUS77 have . a Pe turn Gores Authorization approved before returning. An re th-smn, s withou t a prap-approveed RGA will be rejected and returned to sander �g,,j, I-ItyipariSky- 07ech Manufacturing offers a limited fifatime rdarranty`Y- against any manufacturing dBfects in material or workmanship so long as the orLginal Pur- ict. the erratains olavnership,, possession, and control of the prods, 'r. i 'ill ip1gi-a *_ Slides are a purchased product 9nd are warranted mr one year frDI-77 date of anginal invoice, Slides are pas -sad through to the original manufacturer for inspec- tion and processing, Standard Warranty for Rotary Screw Compressors - Boss Industries, LLC Page 1 of 2 HOME I PRODUCTS Return Home View Our Products ABOUT US I CONTACT US Company Info Find Help Here NEWS What's Happening CAREERS RESOURCES Any Questions? DISTRIBUTORS Where to Buy STANDARD WARRANTY FOR ROTARY SCREW COMPRESSORS DESCRIPTION BOSS Industries, LLC warrants that this Rotary Screw Compressor unit conforms to applicable drawings and specifications approved in writing by BOSS. The airend will be free from defects in material and workmanship for a period of thirty (30) months from date of shipment. All other components and parts not of BOSS manufacture will be free from defects in material and workmanship for the duration of the manufacturer's warranty period. If within such period BOSS receives from the Buyer written notice of and alleged defect in or nonconformance of the unit, all other components and parts of BOSS manufacture and if in the judgment of BOSS these items do not conform or are found to be defective in material of workmanship, BOSS will upon return of the item F.O.B. BOSS original shipping point, repair or replace the item or issue credit for a replacement item. Defective material must be returned within thirty (30) days of return shipping 2Ia S--7 1+ �.F ��.��ry.\TT�or�\R1PP+7\Tlnzzminar�c�Ctanrlarr� Warranty nr Rntary 4nrPw Cmmnressnr.q ___ 7/9/2018 Standard Warranty for Rotary Screw Compressors - Boss Industries, LLC Page 2 of 2 Copyright © 2018 :: Boss Industries, LLC :: All Rights Reserved o� i, . i-91--1i0.\r. narlc\Ctmiclarrl Warranty fnr Rntary Screw C.mmnrPssnrS ._. 7/9/2018 5) C-ow-i gencies and Force Majeure Sensata shall not be liable for any delay in delivery or for non -delivery, in whole or in part, caused by the occurrence of any contingency beyond -the control either of Sensata or Sensata's suppliers, including, but not limited to, war (whether an actual declaration thereof is made or not), sabotage, insurrection, riot, terrorism, both foreign and domestic, or other act of civil disobedience, act of a public enemy, failure or delay, in transportation, act of any government or any agency or subdivision thereof, judicial action., labor dispute, accident, B;.e, ex -plosion, flood, storm or other act of God, shortage of labor, fuel, raw material or machinery or technical failure where Sensata has exercised ordinary care in the prevention thereof. Sensata may allocate production and deliveries among Sensata's customers. 7) Sz sLah moons and Moda.ft icati€ ns of Goods Unless otherwise expressly agreed to by the parties, Sensata may modify the specifications of Goods or designs and substitute Goods manufactured to such original specifications for those modified Goods which substantially conform to the original specifications contained in the relevantA.greement 8) Legal Compliance Buyer, at all times, shall comply with all applicable federal, state and local laws and regulations. 9) Changes Any- changes or modifications requested by Buyer, to volume, materials, quality, shipping, delivery, scope of work, specifications, etc., must be expressly agreed to in writing by Sensata, and Sensata hereby reserves the right, under its sole discretion, to adjust the price of such Goods affeeled by Buyer's change request. .to) Virnited W arra»Ay and Remedies - THE FOLLOVVING WARRANTIES ARE IN LIEU OF ANY AND ALL OTHER WARRU.i'MES WHETHER EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO A1iY HAPLIED WARRANT Y OF M—E'RCHANTAB II.ITY OR FITNESS FOR A PARTICULAR PU RPOSE. SENSATA'S SOLE AND EXCLUSIVE •LLABILTTY FORA N Y BREACH OF WARRANTY SHA111, BE. (AT SENT ATWS OPTION) TO REPAIR OR REPLACE THE GOODS,. OR REFUND OF THE PURCHASE PRICE OF GOODS PAID' BY BUYER. Sensata warrants to Buyer for -the Warranty Periods that Goods shall: t) be free from defects i u workmanshil} and materials; 2) conform to Sensata's written specifications and drawings Object to Paragraph 7); and (3) that at the time of delivery, Sensata has title to the Goods free and clear of any and all liens and encumbrances (the "Warranty"). The foregoing Warranty can only be amended by a written instrument signed by an officer of Sensata. Sensata's Warranty shall be for the following periods (collectively the "Warranty Periods"): I"oi' Qll Goods, other than -Interconnection products described Belo tu, the Warranty Period shall be eighteen (iS) months from the date of shipment or twelve (r2) months from the date of resale by .Buyer to B yer's customers, whichever is first to expire. Interconnection products — the Warranty Period shall be twelve (12) months from the date of shipment or io,oao cycles, whichever occurs sooner. This includes, without limitation, test sockets and other similar products. --� c-er,saia-Iechnologies Standard -errns & Conditions of Sale 4,11116 vww.sensata.mm 3 18 (3 q�' q a� 1,-7 -7 Too C _.C. Tmck Bodies -* Equipment a Accessories Kaffenbarger gives 1 year warranty on workmanship. Thanks, Les Mason Sales Manager Kaffenbarger Truck. Equipment Company 10100 Ballentine Pike New Carlisle, Ohio 45344 Phone 937-845-3804 Fax 937-857-9068 Cell 614-314-3513 Email Imason _kaffenbarger.com Home > Warranty Warranty Information Limited Warranty For 2 years (1 year for Series LD, LG and LH cord reels) from the date of shipment, products (excluding hoses and light bulbs) manufactured and/or sold by Reelcraft Industries, Inc. ("Reelcraft") shall, when properly installed, maintained and operated in accordance with the recommendation of Reelcraft and the manual of instructions; be free of defects in material and workmanship at time of shipment. In no event shall Reelcraft be obligated under this warranty or otherwise in any way whatsoever for normal wear and tear or for any product which, in Reelcraft's sole and exclusive determination, has been subjected to accident, abuse, misapplication, improper repair or alteration, improper installation or maintenance, excessive operating conditions or for defects or failures resulting from purchaser's specifications or designs, or otherwise caused by purchaser, including without limitation defects or failures resulting from purchaser's manufacture, distribution, sale or promotion of its own products. A failure to use circuit breakers on electric motors, filter, lubricators on air motors and flexible inlet connections on live hose reels willvoid the express warranty stated above in this paragraph. EXCEPT FOR THE EXPRESS WARRANTY STATED ABOVE IN THIS PARAGRAPH, REELCRAFT MAKES NO OTHER WARRANTIES, INCLUDING, WITHOUT LIMITATION, ANY EXPRESS OR IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE OR ANY OTHER WARRANTIES, WHICH ARE HEREBY DISCLAIMED, WHETHER EXPRESS OR IMPLIED BY LAW, COURSE OF DEALING, COURSE OF PERFORMANCE, USAGE OF TRADE OR OTHERWISE. Equipment, products, components and hoses not manufactured by Reelcraft are'subject to the original manufacturer's guarantee and warranties. Hoses carry a 6 month warranty as listed by the manufacturer. Reelcraft will assist in filing claims, but does not have any additional responsibility if original manufacturer denies warranty claim. Product built to customer specifications and requirements or products incorporating variation from cataloged items are considered special and are not subject to cancellation or returnable for credit under any conditions. Reelcraft reserves the right to modify or alter product, dimensions, design and construction to improve performance. Please refer to Reelcraft's Terms and Conditions of Sale In the event of any conflict between this Warranty Information statement and the Terms and Conditions of Sale, the Terms and Conditions of Sale shall control. Returns Materials/products returned pre -paid to Reelcraft for warranty inspection/consideration and found to be defective will be repaired or replaced at no charge to the customer per Reelcraft's discretion. Materials/Products deemed not defective will require customer authorization to repair or replace at customers expense. Warranty Return Protocol ( WSJ 1. Contact Reelcraft customer service at 1-855-634-9109 and request the Return Goods Coordinator for the authorization number. Warranty claims will require the following information before a return authorization number can be issued: Product/model number Serial number Invoice number Additional information regarding a specific reason for return will be required in processing your request. 2. If a replacement is required prior to Reelcraft receiving your return, the items being sent will be invoiced to your account until the warranty process is completed. 3. Once given an RGA number all corresponding inquires, paperwork and boxes will require this number. Reelcraft reserves the right to refuse returns without an RGA number. 4. Upon receipt of your warranty return and all the warranty conditions are met, a credit memo will be issued to your account and forwarded to you for your records. If there is a problem with your return a Customer Service representative will be in contact with you to discuss this further. 5. If you desire, a warranty report is available to be forwarded or discussed with you regarding your specific return and our findings. Please contact our Return Goods Coordinator at 1-855-634-9109. 61 Z?OX 2%