Loading...
HomeMy Public PortalAbout078-2019 - Sanitary - Pyramid Equipment - Two Trash TrucksPURCHASE AGREEMENT GRIMN& THIS AGREEMENT made and entered into this day of June, 2019, 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 two (2) 2020 commercial trash trucks, delivered by or on behalf of Contractor to 2380 Liberty Ave., Richmond, Indiana, with both commercial trash trucks being a Freightliner 2020 M2 106 conventional chassis with a Pak--Mor 14LR24 side -- load commercial body, with said commercial trash trucks being more specifically described in Exhibit "B" attached hereto and incorporated by reference herein. A Notice to Bidders was published in the Richmond Palladium --Item for bids for two new commercial trash trucks. A copy of the Notice to Bidders is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor to said Request for Bids, dated May 14, 2019, is attached hereto and incorporated by reference herein as Exhibit "B" and consisting of thirty --five 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 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 Three Hundred Forty --Seven Thousand Eight Hundred Dollars and No Cents ($347,800.00) for two (2) commercial, trash trucks (with each truck costing $173,900.00), namely two (2) 2020 Freightliners M2 106 conventional chassis with Pak-Mor BLR24 side --loaded commercial 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 thirty (330) days from the execution date of this Purchase Agreement. Contract No. 78-2019 Page 1 of 3 I 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 attorneys 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 revolved or rescinded. Page 2 of 3 i� IN WITNESS WIffiREOF, 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 by and through its Board of Sanitary Commissioners Dom Sue Miller, President to man Baks i, ice President r e g terns, 7ember Dated: 61t APPR ()VlPn- Page 3 of 3 PYRAMID EQUIPMENT, INC. By' Printed:,1{/«, Title: Dated: 1I CITY OF RICHMOND INDIANA INVITATION TO SID Two (2) Commercial Trash Trucks FOR RICHMOND SANITARY DISTRYCT �oglU 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, May 14, 2019, at 10:00 A.M., Eastern Daylight Time, 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. Two (2) Commercial Trash Trucks 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, 23 8 0 Liberty Ave., Richmond, Indiana, 473 74 or from the Purchasing Offce, 50 North 5 h 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 etTors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity lags and regulations, including Section 504 of the Rehabilitation Act of 19 8 3.. ' BOARD OF SANITARY COMMISSIONERS OF THE RICHMOND SANITARY DISTRICT Sue Miller Arran B akshi Greg Stiens Publish Dates: April 215t & 28t',.2019 INVITATION 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: Two (2) Commercial Trash Trucks Submit Bids Before 10:00 a.m. on Day of Bid opening to: Bid opening: Time: 10:00 a.m. Date: May 14, 2019 Location of Bid opening: Board of Sani.tary Commissioners Richmond Sanitary District Administration Building 23 8 0 Lib prty Avenue Richmond, IN 47374 Richmond Sanital-.y 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 Lrxl..b� A c{ak' Y./ Minimum Specifications for Side Loader Commercial Trash Truck The Sanitary District of the City of Richmond is soliciting quotes for two (2) Side Loader Commercial Trash Trucks. The Truck should be 2019 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 Specifications: • Conventional chassis Yes No • Dual Sit Down Steering with Air ride on both seats Yes No • Truck Style —Refuse Body Engine: • Minimum of 345 HI' /Diesel Yes No • 2017 onboard diagnostic/2010epa/carb/ghg17 Yes No • 12v 160 amp Alternator Yes No . • 12V batteries w/2250 cca Yes No • Electronic engine integral shutdown protection Yes No ■ Left hand side topstack exhaust Yes No ■ Automatic transmission with PTO Yes • Water to oil transmission cooler Yes ■ Transmission oil check and fill/electronic oil level check Yes - I NO'' No No .Front Axle: • 14,700# single front axle Yes No • Shock absorbers Yes No 16,000# taper leaf front suspension Yes No ■ Add extra 16,000# spring on mast side of chassis Yes No • Spider earn front brakes Yes No • Automatic Slack Adjuster Yes No Rear Axle: • 26,000# t--series single axle Yes No • 4.3 0 rear axle ratio Yes No • Spider cam rear brakes double anchor Yes No • Automatic Slack Adjuster Yes No Rear Suspension: • 26,000# flat leaf spring rear with helper and radius rod Yes No • Spring suspension — no axle spacers. Add extra spring Yes No mast side of chassis • Locking differential. Yes No Brakzw_ _ystem: • Air Brake Package Yes No • Standard Brake System valves Yes No N. 6 eycl q Wheelbase. Chassis and Frame: a 228 inch wheelbase a 90 inch rear frame overhang a Front Tow hooks a Minimum 60 gallon fuel tank -- LH Cab exterior: a Leaf spring cab suspension a Door Mounted Mirrors a Standard Lighting package Yes No Yes No Yes 'No Yes No Yes No Yes No Yes No a All Standard Gauges Yes No a All Standard warning Lights and Alarms Yes No a Low Air Pressure Alarm visual and audible Yes No 0 Cab Climate Control integrated heater and A/C Yes. No a Heavy Duty ,Air Conditioner Compressor Yes No a Basis High Back Air Suspension Driver and Passenger seat with mechanical lumbar and cushion extension Yes No a Dual Steering Column Yes No ' Sit down dual drive Yes No a Standard Radio/Speakers Yes No �- V07 /1-/-/ LB 9 - CB wiring only to roof/overhead console Yes No Paint: * Standard white / Chassis Black Yes No ,Warranty: • Standard Chassis warranty length Yes No • Engine warrantee length 5yr/ 15 0K Yes No • Transmission — 5-year/unlimited miles Yes No Parts and Sfei-vice Manuals and Support: ■ Service and operating manual/ for truck Hard/Digital Yes No Derivery • • Once a signed contract is executed, 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 explanation on a separate sheet of paper. Any questions shall be directed to Tim Lingar at 765-983-7478 or tlin��richmondindianagovv. All bids are to be delivered to Richmond Sanitary District, Attention: Denise Johnson, 2380 Liberty Avenue, Richmond, IN. 47374 by (date and time quotes are due) to be accepted. Minimum Specifications for Commercial 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 fimrnish this information may be cause for rejection of bid. General Des c i tion 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 from the body at the disposal site. • The receiving hopper area will be approximately 8 cubic yards and will accommodate up to and including4 cubic yard side --load containers without damage. Compaction Body Const�uctt'on • 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 a hinged 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 trash from exiting the hopper. Hydraulic Design • The unit shall be equipped with a single stage, engine driven hydraulic pump. The hydraulic system will allover 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 SS 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. 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 or chains will not beacceptable. • 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. Tailkate • 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 must be located on curbside ofbody. • The container loader used in conjunction with the compaction body, will provide means to pick up, dump, and return to the ground 1 - 112 through 4 cubic yard containers. The container loader will be rated @a 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 overhead wires. 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. C<9 uj V 19 I Vol ■ PROPOSAL SHEET Two (2) Commercial Trash Trucks Price Per Unit $ Make and Model Number: Cab and Chassis Commercial Body; Warranty: Cab and Single Axle Chassis: Fully Automated Body: Awarding dealer will be responsible for warranty work during the duration of the warranty period including transportation or other expense incurred if warranty work is done at any other location than that of the awarding dealer: Delivery Time once PO has been issued: Bid firm for how long? Bid to include all shipping and handling charges. Commercial Trash 'Trucks to be delivered to Richmond Sanitary District, 2380 Liberty Avenue, Richmond, IN 47374. Awarding Dealer will instruct Sanitary personnel on operation of the unit at the time of delivery. Company Phone Number Date Authorized Signature Contact Person PROPOSAL SHEET Two (2) Commercial Trash Trucks Price Per Unit $ I� � � 1 00 Make and Model Number: Cab and Chassis VU � � d Commercial Body: Warranty: Cab and Single Axle Chassis: ,V f ��Tqurcb. Fully Automated Body: � T-007RPA)jm— Awarding dealer will be responsible for warranty work during the duration of the warranty period including transportation or other expense incurred if warranty work is done at any other location than that of the awarding dealer. Delivery Time once PO has been issued: Bid firm for bow long? 45 ftq,v,, Sid to include all shipping and handling charges. commercial Trash Trucks to be delivered. to Richmond Sanitary District, 2380 ]Liberty Avenue, Richmond, IN 47374. Awarding Dealer will instruct Sanitary personnel on operation of the unit at the time of delivery. a U?ulzme��Vtic. wo MI.Lj S dom'p%any IAu6tedSignature J � 4 If Q 9 Phone Number Co Person Date /0001 WE,BTBEPJD A MUTUAL. INSURANCE COMPANY" Bond Number 2411091 s / Z e KNOW ALL BY THESE PRESENTS, That We, Pyramid Equipment, Inc. as Principal, and WEST BEND MUTUAL INSURANCE COMPANY, a corporation organized under the laws of the State of Wisconsin and having its principal office in Middleton, Wisconsin, in said State, as Surety, are held and firmly bound unto Richmond Sanitary District as Owner, in the full and just sum of Five Percent 5 %) of amount bid for the payment whereof said Principal binds its heirs, administrators, and executors and said Surety binds itself, its successors and assigns firmly by these presents WHEREAS, said Principal has submitted to said Owner a bid or proposal for Two Commercial Side Load Trucks NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if within Sixty days hereof and in accordance with said proposal a contract shall be awarded to said Principal and the said Principal shall enter into a contract for said work and shall furnish bond with surety as required for its faithful performance then .this obligation shall be void, otherwise remain in full force and virtue. Signed and Sealed this 14 day of May , 20 19 Principal: Pyramid Equipment, Inc. 4 By. (SEAL) Witnes : Namefyped: Jon -Paul Surma, Presiden Title Surety: . West end Mutual lnsuran Co any ' B - �� f , ' (SEAL}. Witness: " Name Typed: Tara M Patterson , Attor. Oy-i -Fact ' Title Agency Name: DAN BERRY INSURANCE AGENCY INC ' Address: 54101 IRONWOOD RD f SOUTH BEND, IN 46635 Phone Number: (574) 255-6222 MICHIGAN ONLY: This policy is exempt from the filing requirements of Section 2236 of the Insurance Code of 1956, 1956 PA 218 and MCL 500.2236. NB 0192 11 17 Page 1 of 1 PO Box 620976 1 Middleton, WI 53562 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilverlining.com WESTBEND A MUTUAL INSURANCE COMPANY° POWER of ATTORNEY THE SILKIER LINING" Bond No. 2411091 Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: Tara M Patterson lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of: Seven Million Five Hundred Thousand Dollars ($7,500,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21st day of December, 1999. Appointment ofA ttorney-In -Fact The president or any vice president, or any other officer of West Bend Mutual Insurance Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal maybe affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at'any time. In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember, 2017. Attest': :j .°°�r:.�,: Christopher C. BartsEA '�. Secretary ' State of Wisconsin ..._..... •'' County of Washington Kevin A. Steiner Chief Executive Officer/President On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. " • • A, •.. •�. TA Y • Juii A nedum �N�,;• ► UBLIC �w; Senior orporate Attorney -�'••• ••••'� ti Notary Public, Washington Co., WI o o wti My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this 14th day of. May 2019 . �fj�o�o�ar�L� EAL'' Heather Dunn Vice President -- Chief Financial officer Notice: Any questions concerning this Power of Attorney may directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company, 1900 S. 18th Ave. West Bend, WI 53095 1 ph (262) 334--6430 1 1-800-236-5004 1 fax (262) 338-5058 1 www.thesilverlining.com tjI b;'t' �S 3 b4' 3<' as aces .. m ❑1 'C3 p . �ar.ate co Sa CW3 _ r: ❑ C] - m FL.L_ m -o a :., m - rro -"� E coCo C3 -m © .__. � -a :t: -0 Ed �r f 1• _- 2E }� O 0 .� uj '1 0� mood❑ 0 LU - r:m �-�� QCL a ' O tffc U IL cr LO • 4-4 a z .. M 0 cis a .q �. m.❑.ay•,� � a Ltfcis co= -6--0 m [a Q . Ell ❑ m �•'�� '[[0 CZ ��.•.y� tM • M C Q3 - ;-A al.�� j �� il3 _ toS -to n is © Q k- ,-t; r- o .. o m . o M o _ m o m r C A -- u] � m L7 -[ m rn } •C o � -r- a w < • - , m .0 • • E m Ell -a U ❑ o to •. ts.- Cif .� 3' ❑ 0 w m ❑ ❑L6 ,� ❑ to O C m r p m :t! O ,� E m co 3 C ova - o�• _ . ❑ o C ❑ ..-Q•m�❑� •m � 5 m10 . m 13 . to ❑ `❑ G3 o�C 3: C m •- ,a i cz �. r: 13 C cd •� _ a �, as ❑ •13 _C �•- m � E � cS' mCE) al Elk a �- .U, C - m C_ ❑Ed ar C o rs cc•� • c: C :g d- LL r:Fm 4—� W I 1 W } _ - Q ❑ a a 0 C �--• •--� Z; m m ❑ ❑ A� .❑" 0C m C3 al _ - LLI Q- 0 E � a v U, n_ a G r� v rfj ao}'�❑Ld ors C13 o rL m 0 0 w � jlf'1411 m .01 •-°u- -o x�.. E - w 0 E - .- ra ❑ E ca ❑ Lw D �� •'ego "I' tiS II1 0 D in 0 OC G]Eda a- y Lei D � G �-% •* Z � v: ° o o m fir►►►iittti�Sti>>�"�� � [� e r Pvramiid Equipment, Inc. 211 South Prairie Street P O Box 127 Rolling Prairie, 1N 46371-0127 Voice: 219-778-2591 Fax: 219-778-2592 Chu oted, To: City of Richmond Aftn: Accounts Payable 50 North Fifth Street Richmond, IN 47374 Quote Number. 7460 Quote Date: May 13, 2019 Page: 1 Ship To: Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Customer ID Good Thr�u Payment Terms Sales Repa.' . - CITYRICMOND 6/12/19 Net 30 Days Linback,Jeffery Qty Line ltm 1D J Description Unit Price Amount ' 2.00 * 2020 Freightliner M2 106 Conventional Chassis 173,900.00 347,800.00 WITH * Pak Mor HLR24 Side -load Commercial Body -- Per Bid Specifications OPTION: For Pak-Mor HLR29, Please add $2,000.00 per unit steel market prices subject ces ect to change n e Due to the instability of the � p � 9 Subtotal 3473800.00 Sales Tax without warning TOTAL . . 347,8DO.OD n ........,..1;...��.1.. 4,ft%r �• :.a 1A1 C'�IaL- Tnv =nr�lno-n1 �'vr+i�n T�v fr= n Anh- Ud J' 'r-108 �i�i +...��: f�I �f.��yV ■ syR saw ram■ wrr ■ w% ■ char ed on the Invoice unless a valid F rem Lion Certificate is included K order.` �.. Minimum Specifications for Side Loader Commercial Trash Truck The Sanitary District of the City of Richmond is soliciting quotes for two (2) Side Loader Commercial Trash Trucks. The Truck should be 2019 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 Svecifacations: a Conventional chassis Yes � No • Dual Sit Down Steering with Air ride on both seats Yes No • Truck Style —Refuse Body `n ne: Minimum of 345 HP /Diesel ® 2017 onboard diagnosticl2010epa/carb/ghgl7 12v 160 amp Alternator © 12V batteries w/225 0 cca Electronic engine integral shutdown. protection ® Left hand side topstack exhaust Yes J No Yes No Yes f No Yes as No � Yes No Yes i No Automatic transmission with PTO Yes � No a Water to oil transmission cooler Yes No o Transmission oil check and fill/electronic oil level check Yes � No no s Front Axle: ® 14,700# single front axle Shock absorbers • 16,000# taper leaf front suspension a Add extra 16,000# spring on mast side of chassis • Spider cam front brakes a Automatic Slack Adjuster Rear.Axle: 0 26,000# t--series single axle 4.30 rear axle ratio © Spider cam rear brakes double anchor a Automatic Slack Adjuster Rear Susnension: Yes No Yes No Yes � No Yes J No Yes J No Yes ,/ No Yes_ No Yes No�_ Yes � No Yes V No '26,000# flat leaf spring rear with helper and radius rod Yes No • Spring suspension -- no axle spacers. Add extra spring Yes No _X___ .mast side of chassis 0 Locking differential Yes No Rrakinz Srystem: © Air Brake Package Yes No Standard Brake System valves Yes No 3 � r 9%eerhaset Chasse and Frame: 228 inch wheelbase Yes No • 90 inch rear frame overhang Yes No Front Tow hoofs Yes -No • um 60 gallon fuel tank — LIB Yes No o Leaf spring cab suspension Yes No�_ v � Door Mounted Mirrors Yes No Standard Lighting package Yes No � e All Standard Gauges Yes No � o All Standard Warning Lights and Alarms Yes No o Low Air Pressure Alarm visual and audible Yes ,� No • Cab Climate Control integrated heater and A/C Yes_ No e Heavy Duty Air Conditioner Compressor Yes No a Basis High Back Air Suspension Driver and Passenger / seat with mechanical lumbar and cushion extension Yes J No o Dual Steering Column Yes No Sit down dual drive Yes No o Standard Radio/Speakers Yes J No 3 LoV ® CB wiring only to roof/overhead. console Paint. Standard White / Chassis Black Warran Standard Chassis Warranty length Engine Warrantee length 5yr/150IL Yes Yes k0r No Yes No Yes No Transmission -- 5--year/unlimited miles Yes No Parts and ,Service Manuals and Support.- * Service and operating manual/ for truck HardlDigital Yes No De * Once a signed contract is executed, 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 explanation on a separate sheet of paper. Any questions shall be directed to Tim Lingar at 765 --9 8 3 --747 8 or tlingar(i4ichmondindiana. gov. All bids are to be delivered to Richmond Sanitary District, Attention: Denise Johnson, 23 80 Liberty Avenue, Richmond, IN. 47374 by (date and time quotes are due) to be accepted. �of3S Minimum Specifications for Commercial 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 Deseri lion 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 from the body at the disposal site. o The receiving hopper area will be approximately 8 cubic yards and will accommodate up to and including- cubic yard side --load containers without damage. -compaction Bodv Construction • Continuous cylindrical design, suitably reinforced and a minimum of 3 / 1 G" inch steel ha thickness. Q Tailgate constructed of a minimum of 3/1 6" steel. - o 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. o The operator must have unrestricted view of the packer plate from inside the cab. Hydraulic reservoir behind cab not acceptable. o The opening of the hopper will be protected on three sides with a wind screen to prevent trash from exiting the hopper. 7 � a v 4 v � v Hydraulic D csz The unit shall b e 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. o 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. 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 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 J —"— / Y' of maintenance. i \1 Tail a e 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 r © The container loader must be located on curbside of body. O 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 @a 3,000 pounds lifting capacity at 3 0 inches of extension. o 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 F preventing damage to overheadwires. Paint o white Genera' 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. { A proposal for City of Richmond IN Prepared by Dustin Waters May 02, 2099 Freightliner M2 106 Components shown may not reflect all speed options and are not to scale Application Version 10.1.202 Data Version PRL-20M.001 Richmond Side Loader m2-100 2020 0 Prepared by: Dustin Waters 2333 W 25th. Ave GARY, IN 45404 Phone: 21 9-949-8595 05l02/2019 1:30 PM Page 1 of 17 V� a Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 S P E C I FICATION PROPOSAL Description Y• �P• ce-Level _ � .. t- i - - . n a. ....-x�C«.w.._r".a_.___J•_atA....«.aw_•___.e.»_._....�_.__.:k...«..a. ». -. .--.-..•�..-. nw } .-+w • �-.-.-.a ._-...•...� ".a ,. Ad »t ....-..-.-»-. -_-. w. » _ »� � i.A 1... w..' �..»....._ Jl:�w�i... a�........_.J».s._� ...•.�.J__a..at_..._.......».-a...__...._rA»___i_.___w_....��___r.v_. . .... ..__ M2 P•RL-20M (EFF:04130119) ' �•- _ _ _ j 'r t CC ti'• ? . `. �:Data•.Ver �on� _ SPECPR021 DATA RELEASE VER 001 ii _ e :: 'c� 1Dr ver- R� ention��Pa ka� • it •1r`i#eirior�Cvnven�en e � t .j .� _ .. 1.._ .._.... r_ ter»_. r•.... _ ... .. _ ... •1. .. J. «•� r .♦ 'h• .. �. .... .•.. •. r•.-. •r_.r •yam .. �-, a• r v . .r. •. a�--.•. • .r[..+v' ...r r .�•J: rM1./�., ar. _J 4'__ •l'• v INTERIOR CONVENIENCE PACKAGE WITH CB PROVISION r V� e o f� u a ion:. cl n t h M2 106 CONVENTIONAL CHASSIS . 2020 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION PREP FOR LH PRIMARY STEERING LOCATION AND CUSTOMER SUPPLIED RH SIT-DOWN SECONDARY STEERING LOCATION WITH DUAL INSTRUMENT CLUSTER nl 'rVx .. .....n._..�_.-..__�..._._..w...�A....._..�«.x»..«I.�w�A.v-.-�._.1�»«_.._w..__�».i.«n.... n..... .r_1.»...•.....e ...�...1 r... •C' ., TRUCK CONFIGURATION DOMICILED, USA (EXCLUDING CALIFORNIA AND GARB OPT -INSTATES) REFUSE SERVICE GOVERNMENT BUSINESS SEGMENT MOIST BULK COMMODITY TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, 1S SPENT ON PAVED ROADS MAXIMUM 8% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN -TRANSIT (BETWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLES) LOAD: 14700.0 lbs EXPECTED REAR DRIVE,AXLE(S) LOAD: 24020.0 lbs - Application Version 10.1-202 Fx1 5/02/2019 �1:30 PM Data Version PRL-20M.001 _ Richmond Side Loader m2-106 2020 Page 2 of 17 -• - 0 . • 5 Description Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 EXPECTED GROSS VEHICLE WEIGHT CAPACITY 38720.0 Ibs -- r - -. v -- - - -r- - -- •f. ). •uc ��e o Tr k rir� a r r y w ..r•-ti • ..... .. aV r. r.r�... •'.-..l•w':. •...r.....r....V'h.•.'-._.-..V.•.. REFUSE, SIDE LOAD OR REAR PACKER BODY - ..r_.....t_. ti..__ _ DOES. NOT UNLOAD 1N A LANDFILL . . PYRAMID EQUIPMENT INC. EXPECTED BODY/PAYLOAD CG HEIGHTABOVE- FRAME "XX" INCHES : 32.0 in >' i. 'r - ngin ••r. i 4• Y. —C CUM L9 350 HP @ 2000 RPM, 2200 GOV RPM, 1000 LBIFT @ 1400 -RPM. .=Ee tironM aramet r , .1 a. 65 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO -MODE ENGINE RPM LIMIT- 1100 RPM PTO•RPM WITH CRUISE SET SWITCH - 700 RPM PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM PTO MODE CANCEL VEHICLE SPEED - 5 MPH PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND. PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH •E n �' .m n •' -. .. ...-.. 2016•-2019 ONBOARD DIAGNOSTICS12010 _ «.ti_.•..-............ra»»._..r«n.i.«-}T._',•......... __.�,.. �_..�...w..w--+.._..:.Annw ...,_....ern `•.. n:..-.-.•.. •i..nx•�u. EPAICARBIFINAL GHG17 CONFIGURATION ' NO 2008 CARB EMISSION CERTIFICATION 1 STANDARD OIL PAN ENGINE- MOUNTED OIL CHECK AND FILL ONE PIECE VALVE COVER SIDE OF HOOD• AIR. INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR. WITH REMOTE BATTERY VOLT SENSE (3) DTNA GENUINE, FLOODED STARTING, MIN • 2250CCA, 51ORC, THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS Application Version 10.1.202 Data Version PRL-20M.001 L! 05102/2019 1:30 PM Richmond Side Loader m2-1.06 2020 - Page 3 of 17 ' Description Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 21 9-949-8595 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE BACK OF CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON: -POLISHED BATTERY BOX COVER CAB AUXILIARY POWER CABLE POSITIVE LOAD DISCONNECT WITH CAB MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT POSITIVE AND NEGATIVE POSTS FOR JUMPSTART LOCATED ON FRAME NEXT TO STARTER CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR AIR COMPRESSOR,DISCHARGE LINE ELECTRONIC ENGINE INTEGRAL WARNING AND DERATE PROTECTION SYSTEM CUMMINS EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH -ON/OFF DASH SWITCH RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH LH B-PILLAR MOUNTED VERTICAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH I I FOOT 06 INCH (1,38 INCH+01-5.9 INCH) EXHAUST SYSTEM HEIGHT LH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED ROUTED OVER FRAME 6 GALLON DIESEL EXHAUST FLUID TANK 100 PERCENT DIESEL EXHAUST FLUID FILL LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING STANDARD DIESEL EXHAUST.FLUID TANK CAP ALUMINUM AFTERTREATMENT DEVICEIMUFFLERITA1LPIPE SHIELD(S) HORTON DRIVEMASTER ADVANTAGE ON/OFF FAN DRIVE Application Version 1 0. 1.202 V02/2019 1 PM Data Version PRL--20M.001 :30 ` Richmond Side Loader m2-1 06' 2020 �' ' Page 4 of 17 - .000� 1 r Prepared by: Dustin Waters 2333 VIA 25th Ave GARY, IN 46404 Phone: 219-949-8595 Description AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOW/BYPASS OIL FILTER 1100-SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -60F, ETHYLENE GLYCOL PRE - CHARGED SCA HEAVY DUTY COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVAI_ENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIATOR DRAIN VALVE' LOWER RADIATOR GUARD PHILLIPS-TEMRO 1000 VIWATT1115 VOLT BLOCK HEATER - BLACK PLASTIC ENGINE HEATER RECEPTACLE ' MOUNTED UNDER LH DOOR - ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC'SWITCH _�, .. _ _ .. _.... �_ _ .. .... -. _ _- _ransm�ss�vri is . _..w. _ _ . _ _ ... _..:._.............___.._.............. _._._. _ ..___..:;..::............._ ................_. _..................... ........_ ALLISON 3000 RDS AUTOMATIC TRANSMISSION ..... . WITH PTO PROVISION D t` Trans S �s i n El �u� �rn n s ALLISON VOCATIONAL PACKAGE 145 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS ALLISON VOCATIONAL RATING FOR REFUSE APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY -MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 63AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY PRIMARY SHIFT SCHEDULE RECOMMENDEO'BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE Application Version 10.1.202 05/0212019 1:30 PM Data Version PRL-20M.001 ,. Richmond Side Loader m2-106 2020 - �, Page 5 of 17 0� 7 [ i • • ❑ ' Description Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SPEED RECOMMENDED BY DTNA-AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE -ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE ALTERNATE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE FUEL SENSE 2.0 DISABLED - MAXIMUM PERFORMANCE - TABLE BASED DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES VEHICLE INTERFACE WIRING CONNECTOR WITH PDM AND NO BLUNT CUTS, AT BACK: OF CAB . ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED CUSTOMER INSTALLED MUNCIE CS41 SERIES PTO' - PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION. MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLES} FILL AND DRAIN PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) ....... •......- .. .. , :y - - •�o �1�� ad: E u� ir�ien :fir n�� A, � r � 'tip .. t DETROIT DA-17-14.7-3 14,700# FF1 71.5 KP113.74 DROP SINGLE FRONT AXLE MERITOR 16.5X5 Q+ CAST SPIDER HEAVY DUTY CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON -ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS Application Version 10.1.202 ❑ 05/02/2019 1:30 PM Data Version PRL-20M.001 Richmond Side Loader m2-106 2020 �' Page 6 of 17 { Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 Description FRONT BRAKE DUST SHIELDS FRONT OIL SEALS ' VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL STANDARD SPINDLE NUTS FORTALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS TRW TAS-85 POWER STEERING POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR OIUAIR POVVER STEERING COOLER ORGANIC SAE 80190 FRONT AXLE LUBE Y.•- :Fnt u n i - •.... .--. ..__. _..+.L• '.Y..Yti�....�•`�•._.. �.....�-. �_.\r�l...i•.;.•:•.r _ .�... ... ..�... y'�. r.v•..... ...-. w•. .-....... ........ � - -.l., .ti�rrrw .. _ -.y 16,000## TAPERLEAF FRONT SUSPENSION .. .... ..-... .� .... ..• .. r....+. r....a... v . ... ... .... MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION FRONT SHOCK ABSORBERS _ .... ,.:.,.. ..�.�. .�.Y._ .,.. .Rear 4x�e a d.� UIp merit ;: R.........._�.....»........-.....`.....-«.w..a.:........ti....ea..............:......—...:,....:,.�...,,...-.....:.a..«.:«.»a..».'»....-:.....ti�.�::.....:.. �i.a..........:...e........_...::...:.:r.»n-:a........:-.«».,........::..» . ...... .. .. _ .. :ti ...»..:.w...». w:.a..roc+:.:».:::ir....>aw_...:.._._....e._.....w........:.`...... . _—.........._ _..a»ab._..._.,....... .............s.....v..a.._.�............,..r....... RS-26-185 26,000# T-SERIES SINGLE REAR .........r...............>». AXLE 4.30 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 17T MERITOR EXTENDED LUBE MAIN DRIVELINE WITH HALF ROUND YOKES DRIVER CONTROLLED TRACTION DIFFERENTIAL - SINGLE REAR AXLE (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE BUZZER AND BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH MERITOR 16.5X7 P CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, CAST SHOES NON ASBESTOS REAR BRAKE LINING BRAKE CAMS AND CHAMBERS ON REAR SIDE OF DRIVE AXLE(S) WEBB HEAVY WEIGHT CAST IRON REAR BRAKE DRUMS REAR BRAKE DUST SHIELDS REAR OIL SEALS Application Version 10.1.202' 05/02/2019 1:30 PM Data Version PRL-20M.001 0 • Richmond Side Loader m2-106-2020 - • Page 7of17 0 IZ Prepared by: 0 Dustin Waters 2333 W 25th Ave x GARY, IN 46404 Phone: 219-949-8595 Description WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS HALDEX AUTOMATIC REAR SLACK ADJUSTERS ORGANIC SAE 80/90 REAR AXLE LUBE -t. •r S'us ens o _ 26,000# FLAT LEAF SPRING REAR SUSPENSION WITH HELPER AND RADIUS ROD SPRING SUSPENSION - NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP , FORE/AFT CONTROL RODS II.. SWO i Iyy _ . .•......_..... _. .............r.n.... a...........n......n««.-..! ..in ww..•..nn......nr...«s..inn.:t... ...f n«.._..«.....a.«.«..:�hr. ..: ,i..r. .n. :,.«A ........wa...L.......«.Jx...................n....d..ar.rna..n.»»n..f....-.. w.n a.. .!•... ......r .'... • A1R'BRAKE PACKAGE ....aw.:..w...n....._a«wn.a.s�.:....,.............-..r.r....-..0........r_.n..........n �.... ..r.r.-......i....a.........-:�...................r.. ...•.... ... •0. •. -i WABCO 4S/4M ABS - REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES FIBER BRAID PARKING BRAKE HOSE STANDARD BRAKE SYSTEM VALVES STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM STD U.S. FRONT BRAKE VALVE RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE VVABCO SYSTEM SAVER HP WITH INTEGRAL AIR GOVERNOR AND HEATER ' AIR DRYER MOUNTED UNDER HOOD STEEL AIR TANKS MOUNTED AFT INSIDE AND/OR BELOW FRAME JUST FORWARD OF REAR SUSPENSION, NO TRIPLE OR TORPEDO TANKS CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH RAILS OUTBOARD BW DV-2 AUTO DRAIN VALVE WITH HEATER - WET TANK S _T•t o� nne�� C��c s� :. R, •ti - ... _ r .. - .. � . ...-... ..r. .._r. _.V-Mr_•ti- •_+L_«_•+_...+r .. .. .. ... .-.wr .\. ...-. .'iw...:.. r. ...—_..--..... .. • r.. •• •'.ti'l. :-r••rni .• • S .'I: NAY. .\.•. "} r. .. a • �.• w. .a w..♦ «.r•• r UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT LWhr. •ee168e�Aam,' 5800MM (228 INCH) WHEELBASE 7/16X3-9/16X11-1/8 INCH STEEL FRAME (11.1MMX282.6MM/0.437X11.13 INCH) 120KS1 Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 Richmond Side Loader m2-106 2020 1 Page 8 of 17 r t - ❑ Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 Description 2275MM (90 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 81 INCH TO 90 INCH CALC'D BACK OF CAB TO REAR SUSP CIL (CA) : 162.75 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION CIL (CA) : 159.75 in CALC'D FRAME LENGTH - OVERALL: 347.29 CALCULATED'FRAME SPACE LH SIDE : 110.25 in CALCULATED FRAME SPACE RH SIDE: 233.08 in CALC'D SPACE AVAILABLE FOR DECKPLATE . 162.45 in SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE CROSSMEMBER - STANDARD CROSSMEMBER BACK OF TRANSMISSION STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER - Fiass E� ui me a.«.....«...««-.«nw.L.a..a.w:n.w............n.-......ana....n-»...n«.-........a....•....a.«-n.._......»,...-.s._.-....._....... �: ................::.s.... n.......�......»......w.�........a.:.ti...•....n..........»:...a-.......«a.�.«..«...«............�........._...........».»c......w.:»..w..«.».»... .. L•' . ` ....:.a.. ... ...._ ..w.r..c..._1......... .. .., r ... .. ... r. .. w.. . h... .. THREE-PIECE 14 INCH CHROMED STEEL BUMPER WITH COLLAPSIBLE ENDS FRONT TOW HOOKS - FRAME MOUNTED BUMPER MOUNTING -FOR SINGLE LICENSE PLATE FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS Fuel i'ank�: - 60 GALLONI227 LITER ALUMINUM FUEL TANK - LH 23 INCH DIAIIIIETER{FUEL TANK(S) PLAIN ALUMINUM/PAINTED STEEL FUELIHYDRAULIC TANK(S) WITH PAINTED BANbs. FUEL TANK(S) FORWARD PLAIN STEP FINISH Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 ❑ Richmond Side Loader m2-106 2020 Page 9 of 17 J 1 l � 5 � Prepared by: 0 Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 Description FUEL. TANK CAP(S) DETROIT FUELNV'ATER SEPARATOR WITH WATER IN FUEL SENSOR, HAND PRIMER AND 12 VOLT PREHEATER" EOUIFLO INBOARD FUEL SYSTEM NO NATURAL GAS VEHICLE FUEL TANK VENT LI N EISTAC K ' HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 17. a.v... ...n�... «.-..-...:._:..»............ s......,Hx.ar-._».:..a...«�.......:...ea.......:.»-wn.... .r.....w..rt..a+.:....._.««a,...........:.....».....-...�..ti.�.....uw.......a s.»"...-r.....a......:....�:....:::h:......:,............�.F:...,..... ti_..,.....: :...........x........_�........._.._............................ a........«..��..............:Js...�, � !_:.«....�.....,....._..-....... ...... --'-----......,,............r....,�.. GOODYEAR G291 315180R22.5 18 PLY RADIAL FRONT TIRES CONTINENTAL HDL2 11R22.5 16 PLY RADIAL REAR TIRES c•. i CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET•PLUS PREMIUM IRON REAR HUBS _ • . • , -. :[ ..e:...�......._._....:+.a.-sJ..:_.«r....�«:i..n.r.....a...—..-r..�....a....«......r__..c...w...»......-.._�_._....`.........b,�«........�..<,.-.�.�i...s.«:.n.,...:.....::....:................_:.............:.=..wi...w.:.:«•�...:1::—��...::1.........•wr..,a:...ii�w.».��...�:....:.,ti�...»xw.....«.,r..w....._w«._._.�..:.•.c_..,....u._...+..,........_.n.:i...:.�....::.i...-=..v...:.:n..-:...»wr..nna..._.::_.. ALCOA ULTRA ONE 89U64X 22.5X9.00 10-HUB PILOT 5.99 INSET ALUMINUM FRONT WHEELS ALCOA LVL ONE 88367X 22.5X8.25 10-HUB PILOT ALUMINUM DISC REAR WHEELS FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS NYLON WHEEL GUARDS FRONT AND REAR ALL INTERFACES-, .. �•:» - A . - 5 Cab=.E�c• •erj o • _ t [. f 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB LEAF SPRING REAR CAB SUSPENSION x NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE LH AND RH EXTERIOR GRAB HANDLES WITH SINGLE►RUBBER INSERT HOOD MOUNTED CHROMED PLASTIC GRILLE CHROME HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD TUNNELIFIREWALL LINER SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK Application Version 10.1.202 EXI 05102/2019 1:30 PM Data Version PRL-20M.001 Richmond Side Loader m2-1.06 2020 Page 10 of 17 ti ` Prepared by: Dustin Waters 2333 W 25th Ave GARY, I N 46404 Phone: 21 9-949-8595 Description SINGLE ELECTRIC HORN SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED _ THE SAME WITH (4) KEYS REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEAD LIGHT/MARKER ASSEMBLY WITH CHROME BEZEL (5) AMBER MARKER LIGHTS DAYTIME RUNNING LIGHTS OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE WIRING WITH SEPARATE STOPITURN WIRES TO 4 FEET BEYOND END OF FRAME STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8.INCH BRIGW-FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS RH DOWN VIEW MIRROR • RH 8 INCH STAINLESS STEEL FENDER MOUNTED CONVEX MIRROR WITH TRIPOD BRACKETS STANDARD SIDEIREAR REFLECTORS DUAL LEVEL CAB ENTRY STEPS ON BOTH SIDES 63X•14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS RH AND LH ELECTRIC POWERED WINDOWS, PASSENGER SWITCHES ON DOOR(S) LOWER RH DOOR WINDOW WITH FRESNEL LENS 1-PIECE TINTED ROPED -IN WINDSHIELD 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cati: 46rN or-. i. "• 'Jti: !. .+. f•'•. A. n .. •r.. nf.......naw....izh•..x..w....n.a.a...... w..A..:..s:.ri r..n .« hx n..»n« r..s J. 1.....1 b n .• ....... ..... ....r......«.............c....w......w .. r. ...!. ...........?........:....: ....n:.n....nnnwl....i. ..«w.....l... .t...A.....4....n......................1.•..•..l...wv.J.l........th..hl:1.M1..1....\.M.....N..•..n.57....vn.r•..... r...w... »w.««.-»..w.. w .. .. F' n • n• OPAL GRAY VINYL INTERIOR .. .... .. .. .. .. «.n... •».n» r• . . ..w. . . •.• .n MOLDED PLASTIC DOOR PANEL WITHOUT VINYL INSERT WITH ALUMINUM KICKPLATE LOWER DOOR Application Version 10.1.202 05/02/2019 1:30 PM Data Vernon PRL-20M.001 Richmond Side Loader m2-1 06 2020 Page 'I I of 17 M T % . ■ 0 Description MOLDED PLASTIC DOOR PANEL WITHOUT VINYL INSERT -WITH ALUMINUM KICKPLATE LOWER DOOR BLACK MATS WITH SINGLE INSULATION FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING. IN.DASH STORAGE BIN- (2) CUP HOLDERS LH AND. RH DASH GRAY/CHARCOAL FLAT DASH SMART SWITCH EXPANSION MODULE HEATER, DEFROSTER AND AIR CONDITIONER STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION_ SWITCH STANDARD.HEATER PLUMBING WITH BALL SHUTOFF VALVES VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR BINARY CONTROL, R-134A PREMIUM INSULATION SOLID-STATE CIRCUIT PROTECTION AND FUSES I2V NEGATIVE GROUND ELECTRICAL SYSTEM DOME DOOR ACTIVATED LH AND RH, DUAL READING LIGHTS, FORWARD CAB ROOF LH AND RH ELECTRIC DOOR LOCKS (1) 12 VOLT POWER SUPPLY IN DASH TRIANGULARREFLECTORS WITHOUT FLARES BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION BASIC HIGH BACK AIR SUSPENSION - PASSENGER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION INBOARD DRIVER SEAT ARMREST, NO PASSENGER SEAT ARMREST LH AND RH INTEGRAL DOOR PANEL ARMRESTS BLACK 'CORDURA PLUS CLOTH DRIVER SEAT COVER BLACK CORDU_ RA PLUS CLOTH PASSENGER SEAT COVER BLACK SEAT BELTS Application Version 10.1.202 Data Version PRL-20M.001 Richmond Side Loader m2-105 2020 Prepared by: Dustin Waters 2333 W 25th Ave • GARY, IN 45404 Phone: 219-949-8595 05/02/2019 1:30 PM '� Page 12 of 17 t ' ' Description Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone, 219-949-8595 ADJUSTABLE STEERING COLUMN, SUPPLIER CONVERSION TO LH AND RH ADJUSTABLE TILT STEERING COLUMNS 4-SPOKE.18 INCH (450MM) STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS •lst ents co t• o s�-:: , - :.......:.....:....:...::.:...:.:'--:-'-::..:....:.:.:_.....-..........................a«...r.:._«....:.:. . ..r..:n-w.._,...».,.......w«..............a..n.++-.w::...N......-+__..`.....w«...._..................s.«.si�:...ti_........s...«:w«....:..:«:.......w.:_.a......�_i.�».;i«._.:..a.:+........�-.:....^...:..i.-na-.-».,.....»..q..:w•.«...:«.-.:«•:.«w. ....«.:�.«.:._:...� GRAY DRIVER INSTRUMENT PANEL :.:... n:: ::,n.»t GRAY CENTER INSTRUMENT PANEL ENGINE REMOTE INTERFACE WITH PARK BRAKE' AND NEUTRAL INTERLOCKS BLACK GAUGE. BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM (1) SINGLE BRAKE APPLICATION AIR GAUGE 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITH. GRADUATIONS 97 DB BACKUP ALARM ELECTRONIC CRUISE CONTROL WITH ' SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY ICU3S, 132x48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE ENGINE REMOTE INTERFACE WITH PRESET FAST IDLE ENGINE REMOTE INTERFACE CONNECTOR IN ENGINE COMPARTMENT ELECTRICAL ENGINE COOLANT TEMPERATURE ' GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY (1) DASH MOUNTED PTO SWITCH WITH ' INDICATOR LAMP - NEUTRAL INTERLOCK FOR CUSTOMER INSTALLED PTO Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 Richmond Side Loader m2-106 2020 Page 13 01:17 Prepared by: 0 Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 21 9-949-8595 bescription ELECTRIC ENGINE 'OIL PRESSURE GAUGE OVERHEAD INSTRUMENT PANEL AM/FMJW13 WORLD TUNER RADIO WITH AUXILIARY INPUT, J1939 DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF POWER AND GROUND WIRING PROVISION OVERHEAT] CB WIRING ONLY TO ROOFIOVERHEAD CONSOLE; NO MOUNTING PROVISION ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER " STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER IDLE LIMITER, ELECTRONIC ENGINE PRE -TRIP LAMP INSPECTION, ALL OUTPUTS FLASH, WITH SMART SWITCH DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH ONE VALVE PARKING -BRAKE SYSTEM WITH DASH VALVE CONTROL AUTONEUTRAL AND WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHERIVVTPER AND HAZARD IN HANDLE. INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH STOP LAMPS OVERRIDING HAZARD LAMPS iJesi n. - __....._.........`.»................»...........»..................._...:s...»........._»................. ».... »....... ... ...... .......................... ............'_N"..�._._,...._........,...._...»..»................___..»..._.........»..........» . PAINT: ONE SOLID COLOR 7 CAB COLOR A: L0006EB WHITE ELITE BC BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT . STANDARD E COAT/UNDERCOATING - �C c} on:• o at ,.. .. Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 Richmond Side Loader m2-106 2020 Page 14 of 17 �, ? � rf �- - � f•g x F �i i � � e � �+ ■' , ! .t'� �� i t 9 .. Prepared by: 0 Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 Description • U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS S co" 'd a �ctoo =� = •'J e n :F`a t� �s .f :y . ..-1 ..r ..J.• w. .lJ.•.. _ _• . . .. 1'' :''i': :ti-.'••.r J ..... .•Y.-••'. .. . rM.•`. ,a • .. 14:r . r!_'4 . . ._ . � . ._ :L•:: • -, I f r r•r ♦ . • . .•i-^r.• ..• J.ti ,'i r_ .r• .. ._J.••'• .•..- •.._ .. ._. i+. v•... ..•. i...-r .__ .-.y-r. Y.. .:-. [w_. .. CORPORATE PDl CENTER IN-SERVICE ONLY SHIP TO FONTAINE (STATESVILLE, NC) PRIOR TO DELIVERY Raw �P.erfarri�ance���•D`ata•,: .. - .. .. .. .. { CALC'D FRAME LENGTH - OVERALL: 347.29 CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION CIL (CA) : 159.75 in CALC'D SPACE AVAILABLE FOR DECKPLATE : 162.45 in. - • r .. _ - _ .l l _ - .. .. . i _ _ .. .. -SAL PryraYs `• m � _ NO SALES PROGRAMS HAVE BEEN SELECTED f;•. • - i Exte:nc�d ll�arrant •i CUM 2017 L9: HD2 MD DTY 5 YEARS 1 1501000 MILES 12411500 KM EXTENDED WARRANTY. FEX APPLIES ALLISON 3000 RDS TRANSMISSION FOR REFUSE EXTENDED WARRANTY, 5 YEARS/UNLIMITED MILEAGE FEX .I Application Version 10.1.202 Data Version PR_ L-20M.001 Richmond Side Loader m2-105 2020 ❑ 05/02/2019 130 PM X ► �(� , Page 15 of 17 � V� 0 Q U 0 T A T 1 0 N t �M2 '106-C�IV�EIVTlONi41.:� CHASSIS Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 SET BACK AXLE - TRUCK - DETROIT DA-F-14.7--3 14,700# FF1 71.5 KP113.74 DROP CUM L9 350 HP r@ 2000 RPM, 2200 GOV'RPM, 1000 SINGLE FRONT AXLE LB/FT a01400 RPM 16, 000#, TAPE RLEAF FRONT SUSPENSION ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PTO PROVISION CAB RS-26-185 26,000# T-SERIES SINGLE REAR AXLE 5800MM (228 INCH) WHEELBASE 261000# FLAT LEAF SPRING REAR SUSPENSION WITH 7116X3-9116X11-118 INCH STEEL FRAME HELPER AND RADIUS ROD (11.11 MMX282.6MM10.437X11.13 INCH) 120KSI 2275MM (90 INCH) REAR FRAME OVERHANG PER UNIT TOTAL VEHICLE PRICE 'TOTAL # OF UNITS (2) $ 94,241 $ 188,482 EXTENDED WARRANTY $ 2,228 $ 4,456 DEALER INSTALLED OPTIONS $ 0 $ 0 CUSTOMER PRICE BEFORE TAX $ 96.469- $ 192,938 TAXES -AND FEES .......»...w..�....«..«..«..w..........n....r.:...«.....«...«........a-....-.«........................n............... ...,....... ................... .._..-........... . .......:..r,....-_' FEDERAL EXCISE TAX (FET) $ (220) $ (440) TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE iN - - TRADE-IN ALLOWANCE $ (0) $ '(0) BALANCE DUE (LOCAL CURRENCY) $ 96,249 $ 192,498 COMMENTS: Projected delivery on 1 1 provided the order is received before 1 1 APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X Date: 1 1 Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 0 Richmond Side Loader m2-106 2020 Page 16 of 17 ac Prepared by: Dustin Waters 2333 W 25th Ave GARY, IN 46404 Phone: 219-949-8595 Q-U0TAT 10N DETAILS X END ARRAN ALLISON 3000 RDS TRANSMISSION _ $ 1,028 $ 21056 FOR REFUSE EXTENDED WARRANTY, 5 YEARS/UNLIMITED MILEAGE FEX CUM 2017 1-9: HD2 MD DTY 5 YEARS 1 $ 13200 $ 23400 150,000 MILES / 2411500 KM EXTENDED WARRANTY. FEX APPLIES f _ XCISETi4 FEDERAL-E �� j .:.........«-...........T.-.-...-.-r....................«.... ......r.......r................. ....... ......... ..r..«.............«..........-...«..r.....«...........«....................«.......r-...r«...........«r...«.................r.r...... TAX BEFORE CREDITS $ .00 $ .00 CREDITS r $ (220.20) $ (440.40) See your local dealer for a competitive quote from Daimler Truck Financial, or Dainiler Truo� Rhancial contact us at Informs#ion@dtfoffers.com. Daimler Truck Financial offers a variety of finance; lease and insurance solutions to Financing that works for you. fit your business needs. For more information about our products and services, visit our website at www.dalmler-truckfinancial.com. Application Version 10.1.202 05/02/2019 1:30 PM Data Version PRL-20M.001 - ❑ Richmond Side Loader m2-106 2020 + Page 17 of 17 Freighti ner Chassis Exceptions 1) Rear axle 5.13 in lieu of 4.3 2} Air=ride cab in lieu of leaf -spring suspension 3) Rear suspension 31,000# in lieu of 26,000# w/extra spring Commercial Side -load Body Exceptions 1) 24 yd body, 29 yd offered as an option 2) Pak-Mor uses an integrated top door design, no wind screens required 3) Automatic transmission w/PTO per chassis specifications 4) Body utilizes an 50 gallon frame -mounted hydraulic tank 5) All movements accomplished using (4) cylinders 6) Loader operated w/single joystick for all functions 7) (2) valve assemblies used: (1) inside body for pack &tailgate, (1) outside body for lift &extend 8) Tailgate raised, lowered &locked using (2) cylinders 9) Integrated top door design. Door rises as lift rises eliminating blowing trash Q Every" Confidence. You can have confidence knowing that your Cummins 2013 engine is backed by the total coverage of Cummins base and extended warranty coverage plans. Every major component from the air handling to the exhaust aftertreatment* — including those in the Cummins Aftertreatment System — is included under the base warranty. In addition to the base warranty, Cummins offers a selection of extended coverage plans that provide extra protection for your business against major unexpected repair expenses. These protection plans provide financial peace of mind, insuring you against unforeseen expenses for years to come. And they can be included in the financing of your new truck for just dollars a day. Cummins extended coverage plans are honored at all authorized Cummins service locations and backed by Cummins Care. No matter where your business takes you, you've always got a Cummins -authorized service facility nearby, with over 3,500 locations in North America. So you can be assured that every contingency is covered. Best of all, those facilities will handle every bit of paperwork associated with your warranty repair. 'Does not include air cleaner, intake pipes, exhaust pipes or mounting hardware lsL9 Base Warranty. The ISL9 base warranty is good for 2 years/ 250,000 miles (402,336 km), whichever occurs first, and includes virtually everything at no additional cost: 2-YeaIr/250,000-Mile (402,336 km) Coverage ■ 100 percent parts and labor on warrantable failures* ■Travel or towing when an engine is disabled by a warrantable failure (from date of delivery through the first year) ■ Consumables not reusable due to covered failure ■ No deductible ■ includes aftertreatment *Warrantable failures are those due to defects in Cummins material or factory workmanship. } ISB6.7 Base Warranty. Cummins 6-cylinder IS136.7 engine has coverage similar to that of the ISL9, except there is no mileage restriction. The IS136.7 warranty is good for 2 years with unlimited mileage. 2-Year/Unlimited-Mileage Coverage ■ 100 percent parts and labor on warrantable failures* 4 40 ■ Travel or towing when an engine is disabled by a warrantable failure (from date of delivery through the first year) ■ Consumables not reusable due to covered failure ■ No deductible ■ Includes aftertreatment 'Warrantable failures are those due to defects in Cummins material or factory workmanship. Extended Coverage Means Added Security. A Cummins Protection Plan is the most important travel insurance you can buy. Not only will it protect your business from unexpected expenses, but it will also ensure that you'll always get quality Cummins parts and professional Cummins service. There are two plans to choose from for ISL9 and ISB6.7 engines. Protection Plan 1 Security is knowing that you are protected by comprehensive protection, with options ranging from 3 to 5 years and 1003000 to 300,000 miles (160,934-482,803 km). ■ Internal components and major engine systems including the turbocharger, water pump and fuel injectors and, new for 2013, the air compressor, fuel pump and select engine sensors ■ Registered parts and labor on covered failures Protection Plan 2 Cummins Internal Protection Plan 2 covers you against major repair costs down the road, with registered parts and labor on major components and your choice of long-term options from 3 to 7 years and 100,000 to 300,000 miles (160,934-482,803 km). ■ internal components and major engine systems i Registered parts and labor on covered failures Aftertreatment Extended Coverage* Extended coverage is also available for your Cummins Aftertreatment System. Options range from 3 to 5 years and 100,000 to 300,000 miles (160,934-482,803 km). The coverage includes Cummins -supplied aftertreatment components, including: ■ Diesel Oxidation Catalyst (DOC), Diesel Particulate Filter (DPF) and Selective Catalytic Reduction (SCR) assemblies ■ Diesel Exhaust Fluid (DEF) dosing system ■ Aftertreatment controls ■ Ammonia sensor 'Protection Plan 1 EPA 2013 of equal duration is required prior to the purchase of the Aftertreatment Extended Coverage. 013 ISL9 And 1SB6x7 Extended Coverage 7erms* SCR Assembly Decomposition Reactor Mid -Bed Ammonia Sensor DPF Assembly Fuel Pump Air Compressor Select Engine Sensors Water Pump Turbo Fuel Injectors EGR Cooler, EGR Valve, EGR Mixer Cylinder Head Assembly ECM Pistons, Rings and Liners Lube Oil Cooler Assembly Cylinder Block Assembly Crankshaft Assemblies Front Gear Cover Gil Pan Connecting Rod Assembly Lube Pump Assembly Camshaft Assembly and Bushings Brake Housing, Bushings, Rocker Levers, Roller Pin, Roller, Crosshead Pin, Crosshead, Including Mounting Hardware and Gaskets Engine Cylinder Block Casting Engine Main Bearing Bolts Engine Cylinder Head Casting Engine Cylinder Head Capscrews Engine Crankshaft Forging Engine Camshaft Forging Cam Follower Housing Cam Follower Assemblies Engine Connecting Rods and Caps Engine Connecting Rod Bolts Intake Manifold Castings Rocker Lever Housings Rocker Lever Assembly Gear Train Gears 'Terms and conditions are subject to change. "Protection Plan 1 EPA 2013 of equal duration is required prior to the purchase of the Aftert'reatment Extended Coverage. 1,!7 Leave Every Detail To Us. For complete coverage details, including pricing, contact your local Cummins distributor or OEM dealer. Ordering Cummins extended coverage is easy. Your local Cummins distributor or dealer can handle it for you when you buy your new ISLg= or IS86.7- powered truck and include it in your financing, or you can buy it separately later on for up to 18 months. If you experience a service need during the coverage period, call Cummins Care toll -free at 1-800-DIESELST14 (1-800-343-7357). Our Cummins Care representatives are standing by, every hour of every day, and they will check with nearby authorized Cummins distributors and dealers to locate a facility with an available technician and the right diagnostic tools to handle your equipment repair. Your Cummins representative will help get you to the nearest available location -- with 3,500 authorized locations, there's sure to be one close by. Simply show the servicing distributor/dealer your extended coverage certificate, and he or she will handle all the necessary paperwork and repairs to get you back on the road as quickly as possible. "After 12 months, a small administrative fee may be applied. /000" % 17�C -,June 142-Q1,9 The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, June 11, 2019 at 10:00 A.M. Those present were Aman Bakshi- Vice --President, Greg Stiens- Board Member, Bryan Ervin - Director, Elijah welch- District Engineer, Jeff Lohmoeller- WWTP and Maintenance Manager, Kim Vessels- Assistant City Attorney, Jessica Foster-- Assistant Recording Clerk, Leighanne Hahn - Pretreatment Operator, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP Operator, perspective bidders, G101.3 and WCTV. The first order of business was to approve board minutes from the May 21, 2019 meeting. Mr. Stiens made a motion to approve the minutes from the April 23, 2019 meeting. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the total amount of $396,661.73 covering May 17, 24, & 31, 2019. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded the motion. The motion passed 2-0. , The next order of business was the Director's Report. Mr. Ervin informed the board that the 2019 Spring Clean Up had so far been successful and that the pick-up for the final zone, southwest Richmond, had been extended as there was more trash than anticipated. The next order of business was to receive bids quotes for Cleaning Services at Richmond Sanitary District. Four quotes were received. The first quote was received from Office Pride of Richmond, Indiana, at the cost of $3,247.50 per month. Additional costs are as follows: $1,500.00 for a one-- time deep clean, $1,686.80 to shampoo the carpets twice a year, $400.00 to wash exterior windows twice a year, $400.00 to wash interior windows twice a year, $3,251.70 to wax floors twice a year, and $35.001hour per person for any additional labor. The quote is valid for one year. The second quote was from Whitewater Valley Cleaning of Richmond, Indiana, at the cost of $2,976.88 per month. Additional costs are as follows: $693.76 to shampoo twice a year, $991.25 to wash exterior windows twice a year, $991.25 to wash interior windows twice a year, $5,401.75 to wax floors twice a year, and $27.50Chour per person for any additional labor. The quote is valid through December 31, 2019. The third quote was received from Elite Clean of Richmond, Indiana, at the cost of $2,800.00 per month. Additional costs are as follows:.1801sq. ft. to shampoo twice a year, $2.50 per window to wash exterior windows twice a year, $2.50 per window to wash interior windows twice a year, 0.48 ¢Isq. ft. to wax floors twice a year, and $25.00Ihour per person for any additional labor. The quote is valid until June 30, 2019. The fourth quote was received from Apex Cleaning & Building of Richmond, Indiana, at the cost of $5,114.16 per year. Additional costs are as follows: $1,328.31 to shampoo carpets twice a year, $1,600.00 to wash exterior windows twice a year, $1,600.00 to wash interior windows twice a year, $1,089 to clean & seal concrete or $7,05 8.40 to strip, clean & wax tile, and $241hour per person for any additional labor. The board referred bids to management for evaluation and recommendation. The next order of business was to receive bids for new Hook Truck with New water Tank. The first bid was received from Pyramid Equipment Inc., of Rolling Prairie, Indiana, at the cost of $45,950.00 for the stainless steel tank only. The bid is firm for 30 days and the estimated delivery time is 8--9 months after purchase order is issued. The second bid was received from Selking International of Richmond, Indiana, at the cost of $174,260.00 for an International HV-607 with 2 steel tank or $169,8 80.00 for a polyethylene tank. The trade --in value for the previous hook truck is $7,800.00. The bid is firm until June 29, 2019, and estimated delivery time is 11-13 months after purchase order is issued. The third bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $173,585.00 for a Freightliner M2-106 with steel tank or $167,804.00 for a polyethylene tank. The trade-in value for the previous hook truck is $8,500.00. The bid is firm for 30 days and the estimated delivery time is 250 days after purchase order is issued. The fourth bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $174,185.00 for an International HV-607 with stainless steel tank or $1685404.00 for a polyethylene tank. The trade-in value for the previous hook truck is $8,500.00. The bid is firm for 30 days and the estimated delivery time is 300 days after the purchase order is issued. The board referred bids to management for evaluation and recommendation. The next order of business was the recommendation to award quote for a Four Door Sports Utility Vehicle. Mr. Lohmoeller recommended to award the quote to Cronin of Richmond, Indiana, for a 2019 Ford Explorer XLT in the amount of $38,651.73. Mr. Chidester submitted a written opinion to the board on why Cronin Toyota's quote was the lowest responsible and responsive bidder. Mr. Stiens made .a motion to award the quote to Cronin Toyota of Richmond, Indiana, in the amount of $3 8,651.73. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award bid for Six Fully Automated Residential Trash Trucks. Mr. Lohmoeller recommended to award the bid to Southeastern Equipment of Indianapolis, Indiana, for leasing six New Way Sidewinder 22 ASL Freightliner M2- 106 trash trucks in the amount of $243,140.76 per year. The contract would be a six year lease ending December 31, 2026, and would be financed through Baystone Government Finance of Manhattan,. Kansas. Mr. Ervin stated that Richmond Sanitary would keep two of the current fleet as back up and.the .remaining trucks would be sold off or used as trade-in to replace other commercial recycling .trucks in the future. Mr. 'Stiens made a motion to award the contract to Southeastern Equipment -of Indianapolis, Indiana, and Baystone Government Finance of Manhattan, Kansas, in the amount of $2435140.76 per year. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award bid for Two Commercial Trash Trucks. Mr. Lohmoeller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for two Pak Mor M2-106 trucks in an amount not -to -exceed $347,800.00. Mr. Stiens made a motion to award the bid to Pyramid Equipment of Rolling Prairie, Indiana, in an amount not -to -exceed $347,800.00. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award bid for new High Sprocket Crawler Tractor. Mr. Lohmoeller recommended to award MacAllister Machinery of Indianapolis, Indiana, for a Caterpillar Model D8T in an amount not -to -exceed $482,900.00. This cost includes the trade-- in of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin stated the equipment has to be replaced often due to the high amount of wear from daily use. Mr. Stiens made a motion to award the contract to Southeastern Equipment of Indianapolis, Indiana, in an amount not -to -exceed $482,900.00, which includes the trade in of the 2015 D8T (G) Dozer. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award quote for Instrumentation and Control System Technical Services. Mr. Lohmoeller recommended to award the quote to Hurst Technical Services of Fort Wayne, Indiana for one year with the option to renew for two additional one year terms. The first year would cost $79.00/hour for up to 576 hours per year or a not--to-exceed cost of 2 steel tank or $169.; 8 8 0.0 0 for a polyethylene tank. The trade-in value for the previous, hook track -is $7,800.00. The bid is firm until June 29, 2019, and estimated delivery time is 11-13 months after purchase order -is .issued. The third bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at the cost of $173,585.00 for a Freightliner M2--106 with steel tank or $167,804.00 for a polyethylene tank. The trade --in value for the previous hook truck is $8,500..00. The bid is firm for 30 days and the estimated delivery time is 250 days after purchase order is issued. The fourth bid was received from Municipal Equipment Inc. of Louisville, Kentucky, at ,the cost of $174,185.00 for an International Hv--607 with stainless steel tank or $168,404.00 for a polyethylene tank. The trade-in value for the previous hook truck is $ 8, 5 0 0.0 0. The bid is f= for 30 days and the estimated delivery time is 300 days after the purchase order is issued. The board referred bids to management for evaluation and recommendation. The next order of business was the recommendation to award quote for a Four Door Sports Utility Vehicle. Mr. Lohmoeller recommended to award the quote to Cronin of Richmond, Indiana, -for a 2019 Ford Explorer xLT in the amount of $38,651.73. Mr. Chidester submitted a written opinion to the ' b o and ..on why Cronin Toyota's quote was the- lowest responsible and responsive bidder. Mr. Stiens made -a motion to award the quote to Cronin Toyota of Richmond, Indiana, in the amount of $3 81651.73.. Mr. Bakshi seconded the motion. The motion passed 2--0. The next • order of business was the recommendation to award bid for Six Fully Automated Residential Trash Trucks. Mr. Lohmoeller recommended to award the bid to Southeastern Equipmentt-of Indianapolis, Indiana, for leasing six New Way Sidewinder 22 ASL Freightliner M2- 106 trash. trucks in the amount of $243,140.76 per year. The contract would be a six year lease ending December .31, 2026, and would be financed through Baystone Government Finance of Manhattan,. Kansas. Mr. Ervin stated that Richmond Sanitary would keep two of the current fleet as back up and the .remaining trucks would be sold off or used as trade --in to replace other commercial recycling ..trucks in the future. Mr. 'Stiens made a motion to award the contract to Southeastern Equipment of Indianapolis, Indiana, and Baystone Government Finance of Manhattan, Kansas, in the amount of.$243 , 140.76 per year. Mr. Bakshi seconded the motion. The motion passed 2-0. The next -order .of business was the recommendation to award bid for Two Commercial -Trash \., Trucks. Mr. • Lohmoeller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for ' two Pak Mor M2-10 6 trucks ' in an amount not -to -exceed $ 3 47, 8 0 0.0 0. - Mr. Stiens made a motion to award the --bid -to' Pyramid Equipment of Rolling Prairie, Indiana, in an amount not-to-exceed�;•` -$347,800.00.:Mr. Bakshi seconded the motion. The motion-passed-2-0 The next order of business was the recommendation to award bid for new High Sprocket Crawler Tractor. Mr. Lohmoeller recommended to award MacAllister Machinery of Indianapolis, Indiana, for a Caterpillar Model .D8T in an amount not -to --exceed $482,900.00. This cost includes the trade-- in of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin stated the equipment has to be replaced often due to the high amount of wear from daily use. Mr. Stiens made a motion to award the contract to o Southeastern Equipment of Indianapolis, Indiana, in an amount not -to -exceed $482,900.00, which includes the trade in of the 2015 D8T (G) Dozer. Mr. Bakshi seconded the motion. The -motion passed 2-0. The next order of business was the recommendation to award quote for Instrumentation and Control System Technical Services. Mr. Lohmoeller recommended to award the quote to Hurst Technical Services of Fort Wayne, Indiana for one year with the option to renew for two additional one year terms. The first year would cost $79.00Ihour for up to 576 hours per year or a not--to-exceed cast of i 3 $45,504.00 annually. For the first year, an additional 100 hours would be granted at the cost of $79.00Ihour or a not -to -exceed cost -of $7,900.00 on top of the annual cost. The second year would cost $80.001hour for up to 576 hours per year or a not--to-exceed cost of $46,080.00 annually. The third year would could $81.001hour for up to 576 hours per year or $46,656.00 annually. Mr. Stiens made a motion to award the quote to Hurst Technical Services of Fort Wayne, Indiana, as outlined. Mr. Bakshi seconded the motion. The motion passed 2--0. The next order of business was approval to enter into contract with Maze Design. The contract with Maze Design would be in the amount of $11,500.00, and would detail a design for a new women's restroom in the Solid Waste Garage. Mr. Stiens made a motion to enter into contract with Maze Design to design a new women's restroom in the Solid waste garage in the amount of $11,500.00. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve wastewater Discharge Permit No. R5-06-0522 for Richmond Power & Light of Richmond, Indiana. The permit was re -opened May 25, 2019, in order to make a permit revision that would add an additional outfall for the facility. The revision is effective starting June 11, 2019 and is valid until May 8, 2022. Mr. Stiens made a motion to approve wastewater Discharge Permit No. R5-06-0522 for Richmond Power & Light of Richmond, Indiana, expiring May 08, 2022. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business ,was to approve Wastewater Residuals Permit No. R-RREST-2019, 20, 21, 22 for Rumpke- Portable Restrooms of Dayton, Ohio. The permit is valid until April 30, 2022. Mr. Stiens made a motion to approve wastewater Residuals Permit No. R-RREST--2019, 20, 21, 22 for Rumpke- Portable Restrooms of Dayton, Ohio, expiring April 30, 2022. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve Groundwater Discharge Permit No. GW2-RBR288WP- 0619 for Haber Land Company LTD of Richmond, Indiana. The permit is valid until December 31, 2019. Mr. Stiens made a motion to approve Groundwater Discharge Permit No. GW2-RBR288WP- 0619 for Haber Land Company LTD of Richmond, Indiana, expiring December 31, 2019. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the Project Status Update. Mr. welch gave an update to the Board on the, Sanitary District's current projects. With no further business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi seconded the motion. The motion passed 2-0. The meeting adjourned at 10:45 A.M. Jessica Foster, Assistant Recording Clerk Aman Bakshi, vice President .--+ ..--�..1- -tom_ . �--��. -ma- 2120DI The Board of Sanitary .Consrnissionets of the Sanitary District of 1�ichmon.d, Indiana, met in regular session- in the Board Room. of the Rich-6i6nd Sanitary District Building, 2380 Liberty Avenue, Richmond, Yndiana, on. -Tuesday, May 21, 2019 at 10:00 A.M. . Those present were.. Sue Nfiller7. President, Aman B akshi- vice --President, 'Greg Stiens- Board Member, Bryan Ervin-- Director, Elijah Welchr District Engineer, Jeff Bob o eller-- WWTP and Maintenance Manager, Walt Chidester-- .Assistant City Attorney, Jessica Foster-- Assistant Recording Clerlf, Tian On -ill- RSD Lab Supervisor, Pat Smoker-- Plant Superintendent, Todd Hobson- operator, and perspective bidders. The first order of business was to approve board minutes from the April 23, 2019 meeting. Mx. B akshi made a motion- to -.approve the minutes from. the April 23, 2019 meeting. Mr. Stiens seconded the motion.. The iiaotion passed 3-0. The next order of business was to approve the invoices. The invoices were in the total amount of $ 8 5 6, 525.47 covering .Apra 12519, 2 G; and- May 3 & 10, 2 01.9. Mx. Stiens :made a motion to approve the invoices. Mr..Bakshi seconded the .motion. The motion passed 3=0. The next order of business was the -Director's Report. Ervin informed the board that the 2019 Spring Clean Up had so far been successful and that 152 toms of trash and over 160 tires had been collected in the first two Zones,, Aft. Ervin. stated the amount of tires collected are up from last year, ,but was not sure homer to t6nnage compared =to the previous year. Mr. Ervin also stated that there have been issues with residents setting items out after Monday and encouraged neighbors and . residents to remind -one another that items should be set out the weekend before their respective pick --up. The next order of business was to -receive bids; for one High Sprocket Crawler Tractor. The %st bid was received from MdcAhi'ster 'Mac :e r� of Itdian:apolis, Indiana, for a Caterpillar Model �D$T ' r Tractor in the amount: of. $792-091-00. with- a trade --ill allowance of $310 000.00, the net price would be' $482-900.00. The-Secohd'bid was received from. Ohio CAT of Broadview Heights, Ohio, fax a Caterpillar High Spro dket Crawler ill ,the amount of $ 815, 00 0.0 0. with a trade --in- allowanoo of $29OX0.1), the net- price. would be.. $525.7000400. The board referred the bids to management for evaluation and recom .endation at a later bneeting. I The next order - of 'busfifess vas to recex-ve bids for two Commercial Trash Trucks. The first bid was *~ ., r' fro'Pyramid Equipment of Rolag Fra.-ie, I�.cana, fo:rtwo Freightliner. lV-- I o trash truck at the cost of $173,900-00 per unit. The bid was firm for 45 days and the estimated lead tune for the tmoks was 330 days. The second bid was received from. Municipal Equipam.ent of.Louisvill.e, Kentucky, for two 2020 Frey htli.ner 1�--106 gash tr-ucks,at the cost of $20s 2725 per unit. The bid was arm for g � .p p �-60 days and the estimated lead time fox the trucks was 250 days. The board referred the bids to managembnt for evaluati-6n and.-rcommehdation ,at_a The next order of business was to receive bids for six 2019 or Newer Fully .Automdted- —Trash Trucks. Six bids were -received. The board referred the bids to management for evaluation and recommendation. The next order of business was the recommendation to Award Quote for a % Ton Pick --Up Truck for, the New Paris Pike Landfill. Mir. Lobrioeller recommended to award the q-gote to Advantage Ford 2 of Connersville,- Indiana, for a 2019 Ford F250 Pickup Truck 4x4 in the amount of $3 8,391.10. Brad Robinson. of Wetzel Ford -in Richmond, Indiana, gave a comment that he wished to appeal the decision to go with Advantage Ford. Mr. Chid -ester stated that he would speak with Mx. Robinson. about the appeal following the meeting, but that the board should move forward- with the recommendation on the basis that delivery time was note the specifications and that .Advantae g Ford was the lowest responsible and responsive company to quote. Mr. Bakshi made a motion to award Advantage Ford of Connersville, Indiana, in the amount of $3 8,391.10. Mr. Stiens seconded the motion. Item number 8, Recommendation to .Award Quote.for a Four Door Sports U ' 'ty Vehicle, was tabled until a future meeting. _ The next order of business. was the recommendation to Reject Quotes for a New -water Tank on its Own Frame. Mr. Bakshi wade a notion to reject the quotes for a New Water Tank and Truck and to be rebid at a later date. Mr. Stiens seconded the motion. . The next order of business was approval to enter into contract with Pelton Environmental Contracts. The contract with Pelton Environment Products was in the amount of $36,783.35 and would allow for the repair of a broken RotoMat Grease Screen, which removes trash and debris from scum skimmers at each wastewater tank and from the grease reactor. Mr. L ohm.o eller stated that the screen failed due to age, but that he hoped the refurbishment done by Pelton could potentially extend the -life of the machine by eight or more years. Mr. Stiens made 'a motion to enter into contract with Pelton Environmental for a not -to -exceed cost of $36,783.35. Mr. Bakshi seconded the motion. The next order of business was to approve Amendment No. 1 to- Contract 172--2018. The amendment requests an. additional $31,573.00 for Contract- 172"20 18 with Commonwealth Engineers, Inc., to assist with additional surveying, field -work, and the collection system modeling for the Short Creek Interception'project. NS.x. welch explained that there has been a surge of interest in building commercial businesses on Richmond's east side near the interstate, and that this additional surveying would help determine whether or not there- would be 'enough capacity for additional buildout in the future. Mr. Bakshi made a motion to approve Amendment No. 1 to Contract 172--2 018 with C onimonwe alth Engineers, Inc., in the amount of $31,573.00, with 5 0 % of fands coming from. Sanitary and 50% of funds coming from Stormwater. Mx. Stiens seconded the motion. The motion passed 3--0. The next order of business was the Project Status Update. Mr. welch gave an update to the Board on the Sanitary District's current projects. . The board discussed other Richmond Sanitary District issues. No action was taken. With no further business, Mx. Stiens -made a notion to adjourn the meeting. Mr. Bakshi seconded the motion. The motion passed 3-0. The meeting adjou red at 11:06 A.M.. Jessica Foster, Assistant Recording Clerk Sue Miller, President