Loading...
HomeMy Public PortalAbout109-2019 - Municipal Equipment - Freight liner truckr PURCHASE AGREEMENT THIS AGREEMENT made and entered into this 2-:7 day of i vy L46-F 2019, by and between the City of Richmond, Indiana, a municipal corporation acti g by and through its Board of Sanitary Commissioners and its Storm water Management Board, with its office at 50 North 5' Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Municipal Equipment, Inc., 6305 Shepherdsville Road, Louisville, Kentucky 40228 (hereinafter referred to as the "Contractor") . SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) new vehicle, delivered to 2380 Liberty Ave., Richmond, Indiana, with said vehicle being a 2020 Freightliner M2 106, with said vehicle being more specifically described in Exhibit "B" attached hereto and incorporated by reference herein. City sent a Notice to Bidders for quotes for one (1 ) new tandem axle truck chassis with a new hook lift unit and 3,500 gallon water tank, which Notice was published in the Richmond Palladium -Item on May 20 and May 27, 2019. The Notice to Bidders, along with the specifications and other documents from City, is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor, dated June 11, 2019,.to said Notice to Bidders, is attached hereto and incorporated by reference herein as Exhibit "B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling._ This Agreement shall not take effect until the City is in receipt of any required bonds and certificates of insurance, and until a purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. PURCHASE PRICE City shall pay Contractor a sum not to exceed One Hundred F'fty Nine Thousand Three Hundred Four Dollars and No Cents ($159,304.00) for a 2020 Freight iner M2 106 Chassis, with a hook loader and a 3,250 gallon poly water tank. The cost of the 2020 Freightliner M2 106 Chassis, with a hook loader and a 33250 gallon poly water tank. was One Hundred Sixty --Seven Thousand Eight Hundred Four Dollars and No Cents ($167,804.00), but a trade--in--allowance of Eight Thousand Five Hundred Dollars and No Cents ($8,500) was given by Contractor to City from the purchase price for City's 1992 hook truck. The monies to be paid to Contractor are based upon the response submitted by Contractor, which is set forth in Exhibit "B", and attached with this Agreement and made a part hereof. The monies to be paid to Contractor shall be divided equally between the Richmond Sanitary District and the Storm water Management Board, with each Contract No. 109-2019 Page 1 of 3 entity to pay Contractor the sum of Seventy -Nine Thousand Six Hundred Fifty -Two Dollars and Non Cents ($79,652-00). 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 : 0 0 A.M. to 3 : 0 0 P.M, excluding Holidays. The estimated delivery time for the above described equipment is within Two Hundred Fifty Days (250) days after the issuance of the Purchase Order following the execution date of this Purchase Agreement. SECTION IV. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9--1--10, Contractor, any subcontractor, 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. Page 2 of 3 If any portion of this agreement is declared unenforceable by a coml or tribunal, all other portions shall remain in full force and effect. Any person executing this Purchase Agreement in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. IN WITNESS WMREOF, 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 10 Sue Miller, President Aman a s �VicePresident � G$et ins, Member ated: 7 THE CITY OF RICHMOND, INDIANA, by and through its Storm water Manaffment BSr ins, President A s i, ice Presi ent Sue Miller, Member Dated: 5[17 / (l APPROVED• avi M. Snow, ayo Dated: Page 3 of 3 "CONTRACTOR" MUNICIPAL EQUIPMENT, INC. By: Prime. %/lf1C� S CL( ! 0 �VIGL Title: P9ESJ4)EQT— Dated: 1go- 8low I I CITY OF RICHMOND INDLANA INVITATION TO BID Onell) New Tandem Axle Truck Chassis with a New Hook Lift Unit Installed and a new 3,500 GallonWater 'Tank FOR RICHMOND SANITARY DISTRICT INDEX INVITA ON TO BID - Bid Form. Notice to Bidders Invitation. for Bid STANDARD TERMS AND CONDITIONS Definition. Departments . Bidder & Contractor Estimated Quantities Addenda Bidding D o cumen-ts Substitutions D emonstrations/S amples Data Privacy Bidding Procedures Bid Security Submission of Bids Bidder's Representation Modification or Withdrawal of Bid Delivery of Goods Consideration. of Bids Rejection/Acceptance of Bids Bid Award Warranties, Guarantees & Maintenance Contract Documents Indemnification ication Workers Compensation Insurance Payments Method of Invoicing Damages for Delays Specifications Proposal Sheet See Attached. Form 1 Page I Page A.1 A.2 A.3 A.4 A.5 B.1 B.2 B.3 B.4 C.1 C.2 C.3 C.4 C.5 C.6 D.1 D.2 D.3 D.4 F.1 F.2 G. 1 0.2 G°r.3- NOTICE TO BIDDERS BOARD OF SANITARY +COA1DUSSIONERS RICBMOND, 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, June 11, 2019, at 10:00 A.M., Eastern Daylight Time, for finishing the following in accordance nth specifications on file at the Richmond Sanitary District, 23 80 Liberty Ave., Richmond, Indiana, and in. the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. One (1) New Tandem e Truck Chassis with a New Hook Lift U-nit and 3,500 Gallon Water Tank 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 Suretywhois 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 office, 50 North 51h St., Richmond, Indiana, 47374. All proposals should be placed in a sealed envelope marked "Confidential --Bid Proposal" on outside of envelope. The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana, reserves the right to reject any and all bids, parts of bids and re -advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity lags and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY CONZ41S SIONERS OF THE RICHMOND SANITARY DISTRICT Sue Miller Aman B akshi Greg Stiens Publish Dates: May 20t' & 27th, 2019 r . / "J, A 3 " INVITATION FOR BID This invitation is issued to establish a contract to supply the City of Richmond with a commodity or service in accordancewith accompanying specifications. Specification. For: One (1) New Tandem- Axle Truck with Hook Lift Unit and New 3,500 Gallon Water Tank Submit Bids Before 10:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 23 80 Liberty- Avenue Richmond, IN 473 74 Bid Opening: Time: 10:00 a.m. Date: June 11, 2019 Location of Bid opening: Richmond SanitM District Administration stration Buildin 23 80 Liberty Avenue Ricbmond, IN 47374 Bid Bond: 5% ---- (See Section C.2) Performance Bond: Labor & Materials Payment Bond: Insurance/Workman's Compensation: Common Constructions -wages: Bid Form Included: Schedule of Values: YES - NIA. N/A. N/A NIA YES _(See Section C.2) !(See Section C.2) _(See Section B.1.4 & F.2.1) (See Seciion B.1.5 & See attached) PtV of Richmond — Department of Sanitation Minimum Specifications for a New Hook Lift Truck and . New %500 Galion Round Water Tank The Richmond Sanitary District Sewer Maintenance Department is requesting quotes on a new Tandem Axle Truck Chassis with a New Hook Lift Unit installed on the truck frame. A new 3,500 Gallon Round Water Tank. water Tank will be Stainless Steel, Polyethylene or Aluminum. This tank is to be mounted on. a Roll Off Container Frame, Specs for the roll off frame is included. The Richmond Sanitary District also wishes to receive a bid on trading in. (1) one 1992 International 4900 with a Stellar Hook Lift Unit mounted on the chassis. (VIN # 1HTGHPBTXNH405253) To view this truck, call. Jason Berry a@ 765--983--7463 or Jeff Lohmoell.er @a 765--983--7464 Bidders must check yes or no. Failure to do so will render the bid non -responsive and the bid may be rejected. If there are any exceptions, please explain on a separate sheet. This bidwillbe awarded based on the lowest responsive and responsible bid excluding Unit B which may, or may not, be traded. Minimum 5pac for 54,000 GVWR, Dual wheel, Cab End Chassis Truck Cummins L9 Diesel Engine 350hp/1000 lb. ft. torque rating Yes No Minimum 18.7 cfm air -compressor Yes No 130 amp alternator Yes No Minimum of 2250 CCA Batteries Yes No Allison 3000RDS Transmission with programming to support this application Yes No Transmission Cooler Yes No Front suspension:'Spring Multi --Leaf Shackle Type 20,000 Has front shocks Yes No Rear Suspension: walking beam type 5e Axle spacing 46,0001b. capacity Yes No Frame Rails: Heat treated alloy steel with 120,000 PSI yield full C channel reinforced Yes No Rear Differential Lock Yes No Automatic Slack Adjusters and dust shields Yes No 242" wheelbase Yes No 75gallon or greater fuel tank wl stainless steel tank bands Yes No Air dryer Yes No Battery shutoff Yes No Body builder Junction box located inside the cab Yes No Front Mud Flaps Yes No Heated and remote mirrors Yes No Power windows and door locks Yes No Air horns mounted under the cab Yes No Bug/Rock screen mounted behind grille for radiator protection Yes No Adjustable tilt -and telescopic steering wheel Yes No Air Ride driver and passenger with heat Yes No AC and Defroster with premium cab insulation package Yes No Radio with Bluetooth Yes No Front Tires Heavy Steer Application with 20,000 minimum rating Yes No Rear Tires Heavy Drive application with 30,000 minimum rating Yes No Paint to be two stage Base and Clear Coat White Yes No . A turning radius study must be submitted with the bid for evaluation Yes No Extended Engine warranty to include Injectors, turbo, water pump and after treatment Yes No For 5yrs/150,000miles Yes No Transmission Warranty to be Syr/Unlimited miles Yes No �J:�Go b �" f-�r ��� �� Minimum Snecifxcations for Hook Lift Unit Lifting and dumping capacity: Minimum of 52,000 pounds Yes No Minimum Dump Angle must be 50--degrees Yes No Maximum operating pressure must be 4,200 psi Yes No Weight of unit not t❑ exceed 5,500 pounds Yes N❑ Hook height not to exceed 61.75 inches from the bottom of the skid rails To bottom ❑f hook bar. Yes No Hydraulic pump must be a direct -coupled high pressure piston pump Yes No Hydraulic control valve mounted directly into the oil reservoir Yes No All hydraulic cylinder are t❑ be double acting with dual integral . Pilot -operated counterbalance valves to prevent cylinder collapse ' In case of hose failure. Yes No Controls must be dual levers with sealed cable actuators mounted in Truck cab to allow full feathering of all loader functions. Yes No Loader must have pivoting type front tilt section {jib} to provide A low degree load ingjunloading angle. Yes No Lift hoop must have an automatic mechanical safety latch which Disengages only when the container is in proper position to be Picked up or dropped off. Yes No Loader unit must have a hydraulic lock out devise to prevent Operation of the tilt section when loader is in dumping mode. Yes No Dumping must be accomplished through a rear pivot. Tilt and lift section must Iock into rigid full Iength 27 inch wide frame with front saddle to provide support far container while in the _ dump mode. Yes No Locking sections must form this frame without the use of. mechanical latches which rely on gravity, springs, or container . mounted latches. Yes N❑ ' The hook lift unit must be protected from out of sequences operation. Yes No . Rear dump hinge pins must be a minimum of inch diameter, 304 or 17--4 stainless steel. Yes No All pins must be 304 or 7-14 stainless steel. Yes No r All bushings to be DX pre -lubricated type and used with grease fittings. Yes No All hoses and fittings must be SAE, no metrics allowed. Yes No Rear body Hold-downs: Unit must have dual fined --position hold-down devises mounted to the dump frame to secure the body t❑ the loader through all ranges of the dump mode. This must be accomplished without the use of springs, hydraulics, or air operated devises. The hold-down must be compatible witli City of Richmond containers. Yes No New durable plastic fenders are to be installed with taillights mounted In fenders. Yes No Taillights: 3 lights per fender (each side) 2wired for turn signal and brake 1 for back --up. Yes No Successful bidder will provide a full 1 year warranty on all parts, Labor, transportation, and travel time, or other expenses incurred during warranty period. Yes No Owner's manual & parts book to be included. Yes No The Richmond Sanitary District Sewer Maintenance Department is requesting quotes on a new 3.500 Gallon Round dater Tank. Water Tank will be Stainless Steel, Polyethylene or Aluminum. This tank is to be mounted on a Roll Off Container Frame. Specs for the roll off frame are included. Minimum Specifications for Stainless Steel Water Tank PolyethViene and AIuminum water Tanks will be accepted as alternate bids Tank Description: . Front and Rear Sight Glass Yes No ® (2) Two 3 inch Vent openings - Yes No ® Stainless Steel Conduit for wire to hook up light Yes No Hooks up to Customer Hook Truck Yes No 0 Baffles — 3 Transverse Baffles Yes No 0 6 inch Knife Valve on Back of Tank to Discharge Water Yes No 0 16 inch Manhole w/10 FIip Lid - Yes No 0 2.5 inch Fill Opening on Passenger Side Rear Yes No 0 Gas Motor and Pump with 2.5 inch Discharge Passenger -Side Yes No ' - 0 Pump- Hookup Passenger Side Front of Tank Yes No I i� y7 �� R . z 13 i■ Q Pr oposaQ Sheet Awarding dealer is responsible for warranty work during duration of warranty period including transportation or other expenses incurred if any warranty work is done at any location other than that of the awarding dealer. Bid to include all prep, shipping, and handling charges. Truck is to be delivered to 2380 Liberty Avenue, Richmond, Indiana 47374 Make and model Number: Total Price of Hook Truck and stainless steel Tank: 19 Total Price of Hook Truck and Polyethylene Tank: Total Price of Hook Truck and Aluminum Tank: Trade in value of 1992 Int'l Hook Truck: Bid firm for how long: . r Delivery Time after Po has been issued: E--verification form filled out: Local Preference Claim: Iran Investments: Yes No Yes No Yes No 13 cz�l /3 W x SAUC] 09Z ,Q2 Olt 4T... # D MAI (enj2A ul. eppil 00*009'9$ sepnioul) 000-V0C 1 69 M E1. P- r1m I P0, �S- . (enjeA uj epej_L ooboog'g$ sapnioul) • off990,99 �$ ;S1 o -'dwV .01-1 WOH OZ-Z LZ-09 �-81mv 11 ill '.90 zvq ozoz '4h =fat I#: rW" �WjA ROAAWT41 WZj �qr mm pt�p� it P-,. ns ma, po m -,Vu "Vol vwoqv�a R.-M-Ad-W MNI A OR M.-W-v Ax TANK & TRUCK SALES, INC. r Company Name: Municipal Equipment, Inc. Contact: Jocelynn Clindaniel Address: Phone: 502-216-0353 City, State: Loiusville, KY Fax: jclindaniql(24meieq.c,om TANK: New 3250--gallon POLY tank 78" H x 88" W x 146" L . Tank ecluipped with following standard options: - 14 Lb./gallon rating - off-white color - Interior baffles - 16" manhole Gallonage indicator on each end of tank . - Mild steel sub --frame with steel hoops -- Tank Plumbing: • One 3" discharge on bottom rear center of tank head with POLY ball valve • one 3" pump suppler on front passenger side of tank Pum Flowmax 15 Gas powered pump mounted on passenger side of skid - Honda electric start 11 Hp. gas engine -- 3" discharge reduced to 2.5" - 280 GPM pump flog Municipal Equipment, Inc. 6305 Shepherdsville Road >"�""'•i :: .�.�tt_�aL:rl �v.� 3.i-�'�=..»..—.Y'•:-i�..�� L•.•��a»'.�t�-x'w......�� } jf Louisville, KY 40228 Number: 6-10-19-3-JC (502) 962-9527 Date: 4122/19 FAX {502] 962-6499 Page: I of I _e- City of Richmond Indiana Denise Johnson, Customer Service Mgr 2380 Libeqy Avenue Richmond, IN 47374 RE: Hook Truck / Water Tank City of Richmond Indiana 2380 Liberty Avenue Richmond, IN 47374 1-C e I I- 250 Days from Jocelynn Richmond, IN BW Net 15 INCLUDED: INCLUDED: Receipt of PO Clindaniel NOT INCLUDED: XX NOT INCLUDED: XX . . 'I U 1 2020 Freightliner M2 106 Chassis $167,804.00 $1671804.00 Extended Warranty (Chassis Specs and Warranty Attached) Ampliroll AMP-160-212-20/AL24 Rated at 523800 lb capacity for carrying bodies up to 22' in length All Standard Features Included Cable Control package with DIN pump Plastic Fenders with integral LED light package Rear Bumper with DOT 3-Light Cluster Hot Shift PTO with cab controls and integration with chassis ECM 5 year warranty on Hook Loader 3250 Gallon Poly water tank complete with all specified options (See attachment) Sub -Total $167,804.00 Trade In VIN: 405253 ($8,500.00) Total $1591304-00 MW&IPA EQUIPMENT, INC. ACCEPTED BY Quote Valid for 3 0 Days A Y­ MISESt LLANE-.0" DATE !'BMAN CZEIEDU AI)V DocumentOT X= CONTRACTOR: SURETY: (Nance, legal stains and address) (Name, legal status and principal place Municipal Equipment, Inc. of business) 6306 Shepherdsville Rd. Arch Insurance Company Louisville, KY 40228 Harborside 3, 210 Hudson St., Suite 300 This document has important legal Jersey City, NJ 07311 consequences. Consultation with OWNER: an attorney is encouraged with (Mayne, legal status and address) respect to its completion or City of Richmond, Indiana - Department of Sanitation modification, 2380 Liberty Avenue Any singular reference to Richmond, IN 47374 Contractor, Surety, Owner or BOND AMOUNT: Five Percent (5%) of the Total Amount Bid other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project 1nwnber, if anj) One (1) New Tandem Axle Truck Chassis with a new Hook Lift Unit Installed and a new 3,500 Gallon Water Tank The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. , 1 I When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted .herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. when so furnished, the i ant ' that this Bond shall be construed as a statutory bond and not as a common law bond. Si and se° le '1�Ith day of June, 20'19. ! Municipal E ui me t, . � . ��Z. (Tllifness) ( tle) ria r Arch Insurance Company m(�' ') (Seal) Ift7eSS) p (Title) Tammy L. Mas Bison, Attorneyt-fact ' -! p AIA Document A310TO -- 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects.. BID, OFFM 011-- -PROPOSAL FOR. SALE-_0� LEASEEOF MAT ERIALS r ` Y (Please type or prints ' • I�ate�, - 0overnmental Unit: � � County: �, ■. • e , • - . �.. Bidder (Firm): ' Address: 168 _ . ■�] 4. Telephone Number; g= Agent of'Plddar (If appllcabla): r Pursuant to naflass glven, the undersigned offers. bld(s}, to (novernmsntal Unit) in accordance with the following dtachrnent(s) which s eclf =the class o desorlpflon, quantity, -unih unit price and total amount. P T Item �unber ❑r The contract will be awarded by classes or Items, In accordance wlth.e ealflca�tiona, A c � - �tlans In the"Items speciil®d wili render -•such bid veld as to that Wass. ax~Itep . Any h n�aftor'attera�- oftared nor racelvod a ie5s prior than the price stated In his* bid for'the . m. Bidder prvmiea� that h�. has• nod other agrees That he Will net withdraw his bid from the oI'tica in v�hlch ms�erlaIe_rnclttded 1rt sold bId. F�Iddar' fur'�- be flied with each bid If requIred, and llabliity for breach shall b.e•e i# I flied. A.certtfil®d chec€t or Wind -shall •titled chaci� or bafh•ae the carp ,maybe. nfQ�•❑eaxilb: up_Qn:#he-.caMraa% thu band ❑r oar- . hC11&1 - . . • r nafur r111111N1%' .09 1 X116AMA A "a cf glddr nr Agent E31D CFP.ER OR PROPOSAL - ' Attach separate she®t listing vaQh item bid based nn ao- 'c s . is an example of tho bid format: • - p lfr atrotrs publl hid, rgnv rnTng body. Fo1lnwing . Cia�� yr f[pm Quanlit Unit . ■ �. DasGrr ilan Unit Frlca Amptmt [C NON -COLLUSION AFFIDAVIT •-�--- • . A .E= r A - ss. ray. OUN ' The•underslgncd bidder or Ago'nt, boing duly sw❑rn on oath sa . repr®sentativo, ❑r agent of the firm, Gompan�►,,cnr oration Y� thafi��hsnotr trorhas env oifrsrrnerr�b�r, ■combinatlont callUsl❑n ❑r� agr�ernent with any p©rson relativo t�ah n©rshlp r� resented Jai hint, en£ai ed into any to revont an # � price is ka b�d�by-by-afi such ratting nQr p y person from bidding norto Induce arty❑rzp to refraln fro, htddin , and that i ' fafer�ance to any other bid and Without any agreement, understandin ar' Go .g h �bld is made without . referenaa to such bidding. mbinati+on: wlfh any other .person IT, a He further sava,that•nu person ❑rpei'sone, firma, ❑r.c❑r ❑rai[❑ y lye any rebate, fee, gift) c❑mmIsslQn or thing Qf value on aGOQ�rrtt a ■I�as= haves ar��uill�recei�® �Ix�ctl�r ❑riRdire❑t� f such sale. ■ Igrtatuia_.of sldd�r ❑ r 1� ant • ubscrIbe a�t cl swan t. befo a me this ' da ❑¢ - c U - my cornrnlnsIorr Bx ir_as.t ' � ��ka\ fAt y •� County .of. HesIdr nce:` - - Nalary Public ACCEPTANCE - - There *now being sufficient unobllgated appropriated funds* av ' - ariablo, the oontraofing autharlty of (C❑vernmental Wit) her•Bby accepts a the terms o$� iIie' attached Glasses or ItOm numbered h d bld fol- • and PrOMINgtO Paythe undersigned bidder upon doilvary . [be price quoted fol■ the materlals stipulated In said bld. _ Contracting Authority Members:' .. • - i ■ 1 0i A1C 0000279294 — THIS P0V €R= F = ' IRN '=1S NQT VALID UNLE S ITIS PRINT D ON BLUE BACKGROUND. --- Tlfis Power of Attorney limits the acts of those named herein, and they hai a no autho to h1t�d� �Cvr��aa_��r�e�ce_.e�_.�-r~r� the manner and to the extent herein stated. Not valid for llforte, i.oan, L-= vs Cre�lt ���ren� Rate, ��e��R��e ��r�entral Value Guarantees. _ - POWER OF ATTORNEY - Know All Persons By These Presents: - — - ha e= A = #� ns:a once CaryOW c-a- oratra� T-ganized aadr exis i-hg unTer the laws of the State of Missouri, having its principal d ni � t i =o �c-min Jersey =1�y, [ Jersey thereinafter referred to as the "Company") does hereby appoint: Tammy L. Masterson of Louisville, KY its true ar Ja^wful 4 to i e to make-= ec eai�-ffrdeliver from the date of issuance of this power for and on Its behalf as mvety, ands�ts aetnd deems Any and all bonds, undertakings, recognizances and other surety_obbati-aOs=;J:n Wlepenaksum not=ex�eed� Ninety Million Dollars (S90,000,000.RD). - _ — - h-permit tR§g� mat h W e split into two or more bonds In order to bring each such bond within the dollar �arit-0— 9si Mrth herein. The execution of such bonds, undertakings, recvg-nizances anl_-_-.Qtt-pr surety Mig�ici s iK_M ui sfflarirM-f-of these---_--��:-: sen -shall=be=as binding upon the said Gom. n ! as fully aRc amp_L o=all fie ifs nd purpo_s�s, s=� fhE31sam had been duly executed and acknvwledge�byf regal-alyel�=officers aric�p� _aTd�risrative office ��ersey City, New Jersey. -%p ower of i fSirney-iTlexeculed by authority of resolutions adopted by unanimous consent of the Board -of D rector of e: ompan ff — vn• September 15, 2011, true and accurate copies of which are hereinafter set fod-h -and--are here carsignedl iaff Secretary as being in full force and effect: " QTwTha _ie=- I. rr n of theB=a -dI e es e ^vr the Exec tie Vice President, or any Senior Vice President, of the Surety Bus_�:�sS- is�on^- r=tFewappointeesr�iesi�ed 'In writing and filed with the Secretary, or the Secretary shall have the power and autnou#y taUtspoint=agents and attorneys -in -fact, and to authorize them subject to the limitations set: forth in their re___ e_37rvq- f -- attorney, to execute on behalf of the Company, and attach the seal of the Compaq thre=ba--_nc ar e akings, reca= ni�anc aand other surety obligations obligatory in the nature there ais-- d=aucMn fcers oft-it��eorr~��annaz�a—nt agents foaccep ante of process." Mi TWEE -Paver of AtRZFT: y M&ed EM-1 d and certified by facsimile under and by authority of the following resolution adopted by the _ u-�Eip. �Torzs..consent of the Board -of Directors of the Company on September 15, 2011: - .�VCTED, ;�iat-th�e.:signature of the Chairman^of tha=_Boat, president�Qr -k-ei` ecu�VER- e F resident, ny Senfror Vtce President, Y= ta Secret�an, or �ei=upn of ur�e:g ted in vrnary,. and the signature of the Secre;%eseaL6e=Ca_pany, and-certi icatrrris i Secretary, may be affixed by facsimile on any power of attorney or bond -� exect{ €L—pi[rsrx-�be-resolution adapted by the Board of Directors on September �5, 2Q��1, and any such power svexeeuted,� sealed and rc6i ull bd with respect to any band or undertaking to which It is attached, shal.l�continu.e ta=be=�ralid and br dir- =urn .f eJ OOMLOO13 00.03 0-3 _ -- - -- -- fag_- `# of 2 --P- Printed in U .S.A. CC _ - - a° - - AIC 0000279294 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed -by their authorized officers, this 39th day of May1 2019. . Attested and Certified Arch Insurance Company N. S5% _ • a� A4 Patrick K. Nails, Secretary `Ravld M. Fin a stein, Executive Vice President STATE OF FrENNSYLVANIA"SS r The following security features exceed stale mandates. The folloveing security► features emceed state mandates. e' ^��r's Qrt ^tn� f a1��P =1}.ftered ' Securiy I'eatt=�cs I�ocun;ent�§.ppearartee if Altered -- -�aF PH A E f#49 ��---- Hidden Pantograph o The word "VOID" appears when copied. Hidden Pantograph o The word "VOID" appears when copied. e Coin Rcactive-Iilk o Ink changes color when rubbed with a coin. Coin Rya ti►�e Inlr Q In]c chancres color wti len rubbed with 3 coil). ` } p 'c ereb cer�i{,, that' Patrick K. Nails artd a� Fi kelstp1� ersona � awn fo .me to be the Art�iic4 �fti .��� :Trrpad��,� a1 ; �'s�.. itdlnii ��,.�ez i . y iy iiZ�IN', i�i`mar gilcr i-pap�rc.unt-0.1)g k:arcrin rltii�lg . UnSaMckPeJnSons 14 Pet ? 'i1 e��Clep3�,r p 13 .�y.�r� 1 Secretary and Executivejnlllr,�aLPIgsident, l?fj ept t�rG� i�� ,�l�Obl>SCQ�It�i P��rla a ' cola-dgration orggVidab, € hT14F1ZtN&'121AVrs of the State of Missouri, stab§t:1Pj ddEto the fore g- i' , Mih§t b- m'en1%,vU0p'etiTreFd)rbtfbre me y In person,gar 'us,,e g� �jkla�c,�q�v,+�eAgq, that they, being thereunto duly ay�tl;�o� jzed signed' sea�ec� v�'�� t�,e co2vra�te seal and .. ►-n trr+ r Zrr r. , (3 1� lei 1. .r anid aw Au Fed S lls UX IS U 3 OSL' OL G delivered the sail 7W, �r s � e� e nd��iFdl i' �'iy act of said corporation{ and as -their own fre � ncan�iTvct�nt�� �at�rfoz�hS,�esjand anhpu apses there!D&, 10 Fe< <a. ,ti 1 I L� dfsecurity features on the paper for compli^ ^ !, s List Complete list of security features on die paperfor compliance purposes. urposes. Ensure Protection Erase any of the signatures and the badc.gmand will I iok altered, Erasure Z otection Erase any of the signawav IU At 'ai h round will Iook altered. Mic el TripdNotay Pub[ic My com fission expires 07I3'i 2021 CERTIFICATION 1, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated May 30 2019 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of , 20�q 1 Patrick K. Nails, Secretary . - z This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and_fl�ey have no authority to bind the Company except in the manner and to the extent herein stated. ? - rs ` '' PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: �I j -.Arch..insurance__.Sur_ety.Divi.sionr_.._ ........... �.... _. _ ..... .. _ . .„. _ :-:�•�, .. '_ _: r:' 3 ParkwayseSi iSteigl�-g-D.Q-.y► features exceed state mandates. "�,'�'` r The following security features exceed eta e�lf2nlidafes. � ... . A earance _tiered I• 8R'h!1q-0&J-0jfli ua�►.::�..�� pp Security Features DocumeutAppea=,nce if Altere Hidden Pantograph . The ~word "VOID" appears when copied. Coin Reactive Ink a Init cI)anges color when rubbed with a coin. s Artiricial Watennark Q Special paper containing " ~watermarking'. - Unifom) Background b ifsorneone tries to erase or copy. the consistent background Color. BLUE color will look altered acid will shotiw the color of the • underlying paper. , microprirlting a Frarne.aroand features list box is composed ortype "SECUTZITYGUARDPLUSIvIICROPPJNTINCiFEATURO' and can be vie%ved with a magnifier. � ' Fea :•r-� L°. L ^� 1�:.'�:.list of security features on the paper for cornplianco UGWE0013 0102)JUC9 Erasure Protection Erase any of the signatures laid the back, -aund will look altered. Iidden Pantograph Talc -ward `*VOID" appears when copied. 'oin Reactive Ink a Ink changes color when rubbed with a coin. . Artificial Watermark ' o Special paper contaainin; " waterrnarking". Uniform Background o If someona tries to erase or copy, the consistent background Color. BLUE color will looIc altered and will sliow the color of t114 ' underlying paper. ielicropriuting a Fran -re around features list box is composed of lypc "SECUR IT Y G U A RDPLUSMICR OPR II\ITI NG FEATURE" and can be viewed zwilln n magnifier. Of Features List P omplete list of security fcaturesl+7ri'.�� a � n c» li, �r !� g� u oses. Er'dsilre Protection Erase any of the signatures and the bac:kyround will look altered. 1 ael- City of Richmond -- Department of Sanitation Minimum specifications for a New Hook Lift 'Truck and New 3,500 Galion Round Water Tank The Richmond Sanitary District Sewer er Maintenance Department is requesting quotes on a new Tandem .Axle Tracy Chassis with a New Hook Lift Unit installed on the track frame..A new 3,500 Gallon Round Water Tank. Water Tank will be Stainless Steel, Polyethylene or Aluminum. This tank is to be mounted on a Roll Off Container Frame, Specs for the roll off frame is included. The Richmond Sanitary District also wishes to receive a bid on trading in (1) one 1992 International 4900 with a Stellar Hook Lift Unit mounted on the chassis. (TIN # XHTGI-IPB 405253) To view this track, call Jason Berry a@ 765--983-7463 or Jeff Lohmoelier @ 765--9 83 -7464 Bidders must check yes or no. Failure to do so will render the bid non --responsive and the bid may be rejected. If there are any exceptions, please explain on a separate sheet. This bid will be awarded based on the lowest responsive and responsible bid excluding Unit B which may, or may not, be traded. r • L Minimum Spec for 54,000 GV R Dual Wheel Cab and Chassis'T'ruck Cummins L9 DieseI. Engine 350hp/1000 lb. ft. torque rating Yes No Minimum 18.7cfm air compressor Yes No 130 amp alternator Yes No Minimum of 2250 CCA Batteries Yes No Allison 3000RDS Transmission with programming to support this application Yes V1 No Transmission Cooler Yes V No Front suspension:'Spring Multi --Leaf Shackle Type 20,000 Has front shocks Yes No Rear Suspension: walking beam type 5e Axles acing 40,0001b. ca acity Yes No p g Yla P p • 't 220 00Q PSI yield full C channel reinforced Yes No Frame Rolls. Heat treated alloy sleet with y . Rear Differential Lock Yes' V No Automatic Slack Adjusters and dust shields Yes No 242" Wheelbase Yes No L. y 75 / fuel tank w greater or gallon stainless steel tank bands g g Yes No -T Air dryer Yes No Battery shutoff Yes V No Bodybuilder Junction box located inside the cab Yes V` No Front Mud Flaps Yes V/ No Heated and remote mirrors Yes No Power windows door and locks- d Yes No Air horns mounted under the cab Yes No B Roc scree mounted behind grille for radiator protection Bug/Rock k n g p Ye s No Adjustable tilt and telescopic steering wheel Yes No Air Ride driver and with heat passenger Yes No AC and Defroster with premium cab insulation package Yes No L Radio with Bluetooth Yes No Front Tires Heavy Steer Application with 20,000 minimum rating Yes V1 No Rear Tires Heavy Drive -application with 30000 minimum rating Yes No Paint to be two stage Base and Clear Coat White Yes No . A turning radius study must be submitted with the bid for evaluation Yes No e Extended Engine Warranty to include Injectors, turbo, water pump and after treatment Yes No For 5yrs/150,000miles Yes N ❑ Transmission Warranty to be yr 5 Unlimited miles / . Yes No kkk L-7AI-Al IV Minimum Soecificafrons for Hook Lift Emit Lifting and dumping capacity: Minimum of 52,000 pounds Yes No Minimum Dump Angle must be 50-degrees Yes No Maximum operating pressure must be 4,200 psi Yes No Weight of unit not to exceed 5,500 pounds - Yes No - Hook height not to exceed 61.75 inches from the bottom of the skid rails . To bottom of hook bar. - Yes No Hydraulic pump must be a direct -coupled high. pressure piston pump Yes No . reservoir Hydraulic control mounted directly the oil rsere rr Y es No All hydraulic cylinder are to be double acting with dual integral PiIot--operated counterbalance valves to prevent cylinder collapse In case of hose failure. Yes No f Controls must be dual levers with sealed cable actuators mounted in Truck cab to allay foil feathering of all loader functions. Yes No Loader must have pivoting type front tilt section (jib) to provide A low degree Ioadingjunloading angle. Yes No Lift hook must have an automatic mechanical safety latch which Disengages only when the container is in proper position to be Picked up or dropped off. Yes No Loader unit must have a hydraulic lock out devise to prevent e to is in dumping Operation of the tilt section when der a p g mode. Yes V/ No Dumping must be accomplished through a rear pivot. Tilt and lift section must lock into rigid full length 27 inch wide frame with front saddle to provide support for container while in the dump mode. Yes No Locking sections _must form this frame without the use of. - mechanical latches which rely on gravity, springs, or container mounted latches. - Yes No The hook lift unit must be protected from out of sequences operation. Yes No Rear dump hinge pins must be a minimum of 3 inch diameter, 304 or 17-4 stainless steel. Yes No All pins must be 304 or 7-14 stainless steel. Yes No All bushings to be DX pre -lubricated type and used with grease fittings. Yes No All hoses and fittings must be SAE no metrics allowed. 1 e Yes No Rear body Hold-downs: Unit must have dual fixed --position hold-down devises mounted to the -dump frame to secure the body to the loader _ through all ranges of the dump mode. This must be accomplished without the use of springs, hydraulics, or air operated devises. The Mid -down must . be cvrnpat�ble with pity of Richmond containers. Yes N o New durable .plastic fenders are to be installed with taillights mounted In fenders. Yes No Taillights: 3 lights per fender (each side) 2 wired for turn signal and brake 1 for back --up. Yes No Successful bidder will provide a full 1 year warranty on all parts, Labor, transportation, and travel time, or other expenses incurred during warranty period. Yes No Owner's manual & parts book to be included. Yes No u r P The Richmond S anitax-r District S ewer Maintenance D epa tment is requesting quotes on. a new 3,500 Gallon Round Water Tank. Water Tank will be Stainless Steel, Polyethylene or Aluminum.. This tank is to be amounted on a Roll off Container Frame. Specs for the roll off frame are included. . Minimum Specifications for Stainless Steel Water Tank PolVethVlene and Aluminum Water Tams will be accepted as. alternate bids Tank Description: Front © and Rear Sight Glass Yes No 0 (2) Two 3 inch Vent. Openings Yes No 4 Stainless Steel Conduit for wire to hook up light Yes No o Hooks up to Customer Hook Truck Yes No 0 Baffles -- 3 Transverse Baffles Yes No a 6 inch Knife Valve on Back of Tank to Discharge plater Yes N❑ . v 16 inch Manhole wj10 Flip Lid Yes No 0 2.5 inch Fill opening on Passenger Side Rear Yes No o Gas Motor and Pumpwith 2.5 inch Discharge Passenger Side g g Yes N❑ ' - o Pump Hookup Passenger Side Front of Tank • r Yes No iq7) b IrUIN r i zr= � � r 4. a LAI L �1 i +A o+ff� �[ a x vo {q" Gl � n WE E A-IND 811VU ,e, S UM f9 *3