HomeMy Public PortalAbout074-2018 - Pyramid Equipment - Commercial Trash TruckPURCHASE AGREEMENT ORIGINAL
THIS AGREEMENT made and entered into this ) 514" day of-4uue; 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners, 50 North 5` Street, Richmond, Indiana 47374 (hereinafter referred to as the
"City") and Pyramid Equipment, Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie,
Indiana 46371 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) 2019 commercial trash truck, delivered
by or on behalf of Contractor to 2380 Liberty Ave., Richmond, Indiana, with said commercial
trash truck being either a Freightliner 2019 M2106 Pak-Mor SM-HLR 29 Commercial Side -load
Body, with said commercial trash truck being more specifically described in Exhibit `B" attached
hereto and incorporated by reference herein.
City sent Request for Quotes containing certain specifications to Contractor. 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 April 9, 2018, 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 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 One Hundred Seventy -Four Thousand One
Hundred Sixteen Dollars and No Cents ($174,116.00) for a commercial trash truck, namely a
2019 Freightliner M2106 with Pak-Mor SM-HLR 29 Commercial Side -load Body. 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 three hundred (300) days
for the chassis and within seventy-five to one hundred twenty (75-120) days for the body after
receipt of the chassis, with all dates cited based upon the execution date of this Purchase
Agreement.
Contract No. 74-2018
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
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
c
By:
Sue Miller, President
f,.
Aman Bakshi resident
teins, Member
Dated: /V -1 S - /8
APPROVED:
c
avid Snow, May
Dated: a ($
11
"CONTRACTOR"
PYRAMID EQUIPMENT, INC.
By:
Printed:
Title: 1 /Psi
Dated: f �—d %//
Page 3 of 3
PROPOSAL SHEET
Commercial Trash Truck
Brand, Year and Model Number
Price of Unit
Price Firm for How Long?
Estimate Delivery Time (after bid awarding/P.O.)
a Example of estimate — 3 months.....
Price to include all shipping, handling and set up charges. To be delivered to Richmond
Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours
Of Monday through Friday from 6:OOA.M. to 3:OOP.M. — excluding holidays
Please include all warranty information with bid.
Authorized Signature
Company Name
Company Address
Phone Number
-kj
Date
Contact Person
City, State, Zip
/ 0� 11
Specifications for New Side Loader Commercial Trash Truck
Chassis Specifications:
1. Conventional chassis Yes No
2. Dual Sit Down Steering with Air ride. on both seats Yes No
3. Truck Style — Refuse Body
En�eine:
1.
Cummins Diesel.ISL 345 UP @ 2100 RPM
115.0 ft. lbs. torque @ 1400 RPM
Yes
No
2.
2017 onboard diagn6stic/2010epa/carb/ghg17
Yes
No
3.
Standard Oil Pan with Guard
Yes
No
4.
12v 160 amp Alternator
Yes.
No
5.
2-12V batteries. w/2250 cca
Yes
No
6.
Cummins Turbocharged air compressor/safety valve
Yes
No
7.
Electronic engine integral shutdown protection
Yes
No
8.
Left hand side. topstack exhaust
Yes
No
Transriaission:
1. Allison 3500 series automatic transmission with PTO Yes No
2. Primary mode gears 1- lowest, to highest gear 6 Yes No_
3. Secondary mode gears 1=lowest; to highest gear----
4. Neutral at stop —disabled, fuelsense — disabled Yes No
C'X�'L14A �U�/l
5. Vehicle interface wiring and pdm with body builder
Connector back of cab, no blunt cuts. Yes-
6. Water to oil transmission cooler Yes-
7. Transmission oil check and fill/electronic oil level check Yes
No
No
No
FrontAxle:
1.
14,700# single front axle
Yes
No
2.
Shock absorbers
Yes
No
3.
16,000# taper leaf front suspension
Yes
No
4.
Add extra 16,00:0# spring on mast side of chassis
Yes
No
5.
16.5x5 'q+ cast spider cam front brakes
Yes
No
6.
Automatic Slack Adjuster
. Yes
No
Rear Axle:
1.
26,000# t series single axle
Yes
No
2.
4.30 rear axle ratio
Yes
No
3.
16.5x7 q+ cast spider cam rear brakes double anchor
Yes
No
4.
Automatic Slack Adjuster
Yes
No
Rear Suspension:
1. 26,000# flat leaf spring rear with helper and radius rod Yes No
2. Spring suspension — no axle spacers. Add extra spring
Most side of chassis Yes No
3 o-F 11,
3.
Fore/aft control rods
Yes
No
4.
Locking differential
Yes
No
Braking
System:
1.
Air Brake Package
Yes
No
2.
Reinforced nylon., fabric braid and wire braid airlines
Yes
No
3.
Standard Brake. System valves
Yes
No
4.
Air brake line air dryer with heater
Yes
No
5.
Pull Cables on all air reservoirs .
Yes
No
Wheelbase, Chassis and Frame:
1. 228 inch wheelbase
2. 90 inch rear frame overhang
3. Front Tow hooks
4. Fender and front hood mounted mud flaps
5. 60 gallon aluminum fuel tanks — LH
6. 234neh diameter fuel tanks
Yes No
Yes No
Yes No
Yes No
Yes No
Yes_ No
7. FuelU'Water Separator with heated bowl Yes No
8. High Temp reinforced nylon fuel line Yes No.
Mires, Hubs and Wheels:
1. Goodyear G399A 295/75R22:514ply radial front tires Yes No.
2. Goodyear G622 RSD 295/75R22.514ply radial rears Yes No
exk,di4 A �1) 1N
3.
22.5x8.2510-hub pilot 5.79 inset aluminum wheel
Yes
No
4.
22.5x8.25 10-hub pilot aluminum disc rear wheels
Yes
No
Cab Exterior
1.
Leaf spring cab suspension
Yes
No
2.
Duel heated mirrors with LH & RH.remotes
Yes
No
. 3.
Door Mounted Mirrors
Yes
No
4.
LH & RH 8" Convex Mirrors mounted on fenders
Yes
No
5.
Twin Air horn mounted under cab
Yes
No
6.
Bug Screen behind grill
Yes
No
7.
Standard Lighting package
Yes
No
Cab Interiors
1.
All Standard Gauges
Yes
No
2.
All Standard Warning Lights and Alarms
Yes
No
3.
Low Air Pressure Alarm visual and audible
Yes
No
4.
Cab Climate Control integrated heater and A/C
Yes
No
5.
Heavy Duty Air Conditioner Compressor
Yes
No
6.
Standard Opal -gray vinyl interior.
Yes
No
-----T.—Standard
overhead Storage ------------ ---_---_----Yes
---
-_ Nn— - - - --
8.
Dash mounted storage
Yes
No
9. Basis High Back Air Suspension Driver and Passenger
Seat with mechanical lumbar and cushion extension Yes No
10. Dual Steering Column Yes No
11. Sit down dual drive Yes No
12. AM/FM Radio/Speakers
13. CB wiring only to roof/overhead console
Paint
1. Standard White / Chassis Black
Warranty.
1. Standard Chassis Warranty length_
2, Engine Warrantee length 5yr/150K
3. 2010 XSL Total Confidence Warrantee
Yes No
Yes No
Yes No
Yes No,
Yes No
Yes No
4. Transmission — 5-year/unlimited miles Yes No
Parts and Service Manuals and Support:
1. Service and operating manual/ for truck Hard/Digital Yes No
Delivery:
1, Once contract is signed a PO is given to vendor the time will start on the delivery
date. If the vehicle is not delivered when promised a $250.00 per day.penalty will be
enforced on vendor until vehicle is delivered and operational.
Yes No
Instructions to Bidder — Any item that is marked "NO" please give an
explination on a separate sheet of paper.
t� � t o 4 6, °' 11
Specifications for Commercial Trash Truck Body:
Attached with these Commercial Trash Truck Body spec is the specs for
our type of 3-yard Commercial Containers. This will ensure that your
truck will hook up too and dump our tubs without any issues. Alternates
to the following specifications must be explained in detail.
Alternates must be detailed on a separate sheet page referenced to the
appropriate section number. Failure to furnish this information may be
cause for rejection of bid.
1. General Description
A The compaction body is an automated container loading and dumping device.
It will have nominal capacity of (25) yards and be capable of compacting refuse
and ejecting same from the body at the disposal site.
B. The receiving hopper area will be approximately 8 cubic yards and will
accommodate up to and including 4 cubic yard side -load containers without
damage.
2. Compaction Body Construction
A. Continuous cylindrical design, suitably reinforced and a minimum of 3/16 inch
steel in thickness. There will be a reinforcing ring of 3" x 3" x %< square tubing
behind the hopper area and at the rear of the body.
B. Tailgate will be constructed of 3/16" steel with a 8" x 3" x Y4' square tubing ring
reinforced to prevent distortion in normal use.
C. Body floor (cylinder tray) to be minimum of 3/8" hi -tensile steel plate with %"
replaceable channels..
D. The compaction plate shall be all 3/16" steel design, reinforced so no distortion
occurs during operation. Four (4) 14" x 9" x 1" retainer teeth on top and eight (8)
4" x 9" x 2" retainer teeth -on bottom shall retain the refuse once compacted:
E. The compaction guide rails shall be a minimum of %4 steel and easily
replaceable for -longer body life.
F. The compaction plate shall -have three (3) replaceable wear slides per side for a
total of six (6).
G. The body is to be equipped. with a hinged access door located. on the side
opposite the container loader in order to provide easy access to the hopper
area. The minimum size of this door shall be approximately 44" x 35" and be of
one. (1) 'piece 3/16" steel rolled to conform to the body curvature.
cab. The opening in the front of the body shall not be smaller than 34" x 24'.
Hydraulic reservoir behind cab not acceptable.
I. The opening of the hopper will be protected on three sides with a wind screen to
prevent trash from exiting the hopper. The wind screen will extend 10 inches
above the top of the circumference of the body.
YES ALTERNATE
J. There will be no requirement for a top door.
3. Hydraulic Design
A. The unit shall be equipped with a single stage, engine driven hydraulic pump of
high GPM, low RPM displacement design, with a priority flow control device and
dry -valve to control the pump, it will deliver a minimum of 16 GPM @ 750 ehgine
RPM to operate the lift at engine idle. A combined flow of 36 GPM @ 1000
engine RPM will be used, for compaction and ejection. The 16 GPM of oil, from
the flow control device. will be used. for loader operation. The hydraulic system
will allow for the operation of the lift without shifting into neutral and accelerating
the truck engine.
B. Compaction cycle control shall be push button controlled from inside the truck I
cab with an electric -over -air operated spool valve.
C. The oil reservoir shall be 1-1/2 times the capacity of the hydraulic system but not
less than 55 US.gallons and shall be mounted on the side opposite the container
loading device for ease of maintenance. The top of the reservoir tank NOT TO
EXCEED 54" above ground. level in order that oil may be added without the
necessity of climbing on units, thus eliminating falls and/or injury to maintenance
personnel.
D. The hydraulic system will be equipped with a hydraulic oil filter on the return line
inside, on the top of the tank and a 100 wire mesh suction strainer. There will be
a high pressure, in -line filter of 10 micron capability in the pressure line ahead of
the main control valve.. The filter will be of the replaceable element type and will
be furnished with a 10 micron cartridge element. The hydraulic system shall be
designed to minimize the generation of heat within the system.
E. The hydraulic system shall be equipped with a pressure protection device to
insure a maximum of 2500-PSI operating pressure.
4. Controls
A. All movements of the loader (up, down, in, out) are to be accomplished with no
more than three (3) cylinders.
B. Loader is to be operated with two (2) air controls located within easy reach of
the operator. These controls shall be of a "featherable" design; cables or chains
will not be acceptable.
C. Compaction cycle shall be controlled with electric -over -air hydraulic spool type
valve. Compaction cylinder returns forward automatically when complete
compaction stroke is achieved. Button is to be within easy reach of the operator
inside the cab. Hydraulic valves are to be mounted outside the body for ease of
maintenance.
Z>" Ajbt+ '6 F '1j
YES ALTERNATE
5. Tailgate
A. Tailgate shall be hydraulically raised, lowered and locked with three (3) hydraulic
cylinders. The tailgate shall be operated from a control switch located within
easy reach of the operator inside the cab. Unit will have an audible warning
buzzer when the tailgate is unlocked and while being raised or lowered.
6. Container Loader
A. The container loader, used in conjunction with the compaction body, will provide
means to pick up, dump, and return to the ground 1-1/2 through 4 cubic yard
containers. The container loader will be rated at 8,000 pounds lifting capacity at
30" of extension.
B. The container. loader shall be capable of extending outward from the fully
collapsed position a minimum of 48 inches in a horizontal plane. For operations
between containers in alleys, the lift must be capable of being partially raised to
container attachment level without increasing the total height of the unit, thus
preventing damage to overhead wires. It shall also be capable of servicing a
container which sits at loading dock height (approximately 48" above ground
level).
7. Paint
A. The compaction body and loader shall be free of all weld slag and sandblasted
thoroughly before painting. Paint to be acrylic air-dried enamel. Primer to be
approved for use with finish coat. Color TSD.
8. General
A. The compaction body shall have all necessary warning decals, lights and
reflectors to meet State and Federal highway standards. Shall have four work
lights mounted in, work area and one in the hopper. Strobe Light to be mounted
on center of tailgate. Rear vision camera with 7" flat screen monitor to be
installed.
T� �bi-t 14
`�J
' Igi
0�
- a
�
,
�W
PROPOSAL SHEET
Commercial Trash Truck
Brand, Year and Model Number
r � y
Price of Unit
Price Firm for How Long?
Estimated Delivery Time (after bid awarding/P.O.)
• .Example of estimate — 3 months.....
i-ig,116
Price to include all shipping, handling and set up charges. To be delivered to Richmond
Sanitary District, 2380 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.
al l �. VMAR� ��Pa&w l a�
Company Address
Phone Number
Date
9"Q, — V63-71
City, Stat), Zip
/ 01� /0
P ramid Equipment, Inc
21Y South Prairie Street
P0Box 127
Rolling Prairie, IN 46371-0127
Voice: 219-778-2591
Fax: 219-778-2592
City of Richmond
Attn: Accounts Payable
50 North Fifth Street
Richmond, IN 47374
Quote Number: 6943
Quote Date: Apr 9, 2018
Page: 1
To:
Sanitary District
2380 Liberty Avenue
Richmond, IN 47374
Customer ID
Good Tlru'
Payment Terms
Sales Rep .
CITYRICMOND
5/9/18
Net 30 Days
Linback,Jeffery
Oty
Line Itein ID
Descn tlon
I?
Unit PrIC@ y.
Arnourit j
1.00
* 2019 Freightliner M2106 Chassis
174,116.00
174,116.00
WITH
* Pak MorSM-HLR29 Commercial Side -load Body
- Per Richmond Sanitary District bud specifications
o U
614
Due to the instability of the steel market, prices subject to change
without warning
Subtotal
174,116.00
Sales Tax
TOTAL
174,116.00
Any applicaple taxes, Le. IIV JdICS 1 cm, rCUG1 al LA low 1 QA `I L 1 1, GIV, VV III
be charged on the Invoice unless a valid Exemption Certificate is included
%AA+h nrriamr
EXCEPTIONS
Commercial Side -Load
• Pak-Mor uses an integrated top door design, no wind screens needed
• Body uses a 50-gallon frame -mounted hydraulic tank
• All movements accomplished using (4) cylinders
• Loader operated w/single joystick for all functions
• (2) Valve assemblies used.
o (1) inside body for pack & tailgate
o (1) outside the body for lift & extend
• Tailgate raised, lowered & locked using (2) cylinders
• Integrated top door design, door rises as lift goes up, no blowing
trash
,� 44,-� 13 3�16
Minimum Specifications for Cominercial Trash Truck Body.
Attached with these Commercial Trash Truck body specifications are the specifications for our
type of 3-yard Commercial Containers. This will ensure that your truck will hook up to and
dump our tubs without any issues. Alternates to the following specifications must be explained
in detail. Alternates must be detailed on a separate sheet page referenced to the appropriate
section number. Failure to furnish this information may be cause for rejection of bid.
General Description Yes .Alternate
• The compaction body is an automated 'container loading
and dumping device. It will have nominal capacity of (25)
yards and be capable of compacting refuse and ejecting
same fi om the body at the disposal site.
• The receiving hopper area will be approximately 8 cubic
yards and will accommodate up to and including4 cubic f
yard side -load containers without damage.
Compaction Body -Construction
• Continuous cylindrical design, suitably reinforced and a
minimum of 3/16" inch steel in thickness.
• Tailgate constructed of a minimum of 3/16" steel.
• The body is to be equipped with ahinged access door
located on the side opposite the container loader in
order to provide easy access to the hopper area.
• The operator must have unrestricted view of the
packer plate from inside the cab. Hydraulic
reservoir behind cab not acceptable.
• The opening of the hopper will be protected
on three sides with a wind screen to prevent
o
trash from extt�tngthe- hopper.
z�1� -H 13 t-) c),() Zi
I
Hydraulic Design
• Theunit shall be equipped with a single stage, engine
drivenhydraulicpump. Thehydraulic system will allow
for the operation of the lift without shifting into neutral
and accelerating the truck engine. /
• Compaction cycle control shall be push button controlled
from inside the truck cab.
• The oil reservoir shall be- 1-1/2 times the capacity of the
hydraulic system but not less than 55 US gallons and shall
be mounted on the side opposite the container loading
device for ease of maintenance. The top of the reservoir
tank Not To Exceed 54" above ground level in order that
oil may be added without the necessity bf climbing on
units, thus eliminating falls and/or injury to maintenance
personnel.
Controls
• All movements of the loader (up, down, in, out)
are to be accomplished with no more than (3)
cylinders.
• Loader is to be operated with two (2) air controls
located within easy reach of the operator. These
controls shall be of a "featherable" design, cables f
or chains will not be acceptable.
• Compaction cycle shall be controlled with electric -
over - air hydraulic spool type valve. Compaction
cylinder returns forward automatically when complete
compaction stroke is achieved. Button is to be within
easy reach of the operator inside the cab. Hydraulic
valves are to be mounted outside the body for ease /
of maintenance.
,6 4,'�T� 6 �_o-(16
Tailgate
• Tailgate shall be hydraulically raised, lowered and
locked with three (3) hydraulic cylinders. The
tailgate shall be operated from a control switch
located within easy reach of the operator inside the
cab. Unit will have an audible warning buzzer when
the tailgate is unlocked and while being raised
or lowered.
Container Loader
• The container loader mustbe located on curbside
of body.
• The container loader used in conjunction with the
compaction body, will provide means to pick
up, dump, and return to the ground 1-1 / 2
through 4 cubic yard containers: The container
loader will be rated @ 3,000 pounds lifting
capacity at 3 0 inches of extension.
• The container loader shall be capable of extending
outward from the fully collapsed position a
minimum of 48 inches in a horizontal plane. For
operations in alleys, the lift must.be capable of
being partially raised to container attachment level
without increasing the total height out the unit, thus
preventing damage to overheadwires.
Paint
• White
General
• The compaction body shall have all necessary warning
decals, lights and reflectors to meet State and Federal
highway standards. Shall have four work lights mounted
in work area and one in the hopper. Strobe light to be
mounted on center of tailgate. Rear vision camera with
7-inch flat screen monitor to be installed.
Mj nimum Specifications for Side Loader Commercial. 'Trash Truth
The Sanitary District of the City of Richmond is soliciting quotes for one (1) Side Loader
Commercial Trash Truck. The Truck should be 2018 or newer with extended warranty. The
vehicle should have the following minimum equipment with any additional options covered
under the vehicle type listed below.
Chassis Specifi_ cafiom:
Conventional chassis
• Dual Sit Down Steering with Air ride on both seats
• Ti11ck Style — Refuse Body
.Er^ a�ine;
Minimum of 345 HP /Diesel
• 2017 onboard diagnostic/2010epa/carb/ghgl7
• 12v 160 amp Alternator
I
• 12V batteries w/2250 cca
• Electronic engine integral shutdown protection
• Left hand side topstack exhaust
Yes ✓ No
Yes ✓ No
Yes ✓r No
Yes_ No
Yes_ No
Yes_ No
Yes ✓ No
Yes ✓ No
Transmission:
• Automatic transmission with PTO Yes No
• Water to oil-transinission cooler Yes'. ✓ No
• Transmission oil check and filltelectronic oil level check Yes ✓ No
LT- V,� -)3 'e,,6- )a
::en11SI(Tl. G ti.:. Yes
AMWYea.
icri& NQ
�j�) 7y'y, �1�-(ryA �f'}�y�jj�; y�'p•�F((�]�F�yp py� y]y:�y7fi, {+I��j��+i y�/�(��(
.��/j�_
{y.
: ��R
d
su elas ^x Vr = Aa �r pz
s_ubabs
7c; -
LLk'f�i%,a'Y!.f 4/�V?:lS6Y.4?}O :!-','SI.� jk�ttl F'3 ��+.r!a.T �j1'Y'- •.
t�,
_..
e �L, L-,� I, -S e) (- 10
IV kha�jffll
SPA
lM.4r wit
VM 0-
-p.Mft-v
ir, Lot ailv dwlli J, b
v -4
SAV
Ad A. . .. - 77 . . -51
e,
ld I 'A' 4 ---Auyii-oio p
e.r
Ab e oaftutlow opAw el tf,6f& Im
OW 'V' tb tfo 4 MUM
am to hp-WV&d,