Loading...
HomeMy Public PortalAbout068-2020 - Municipal Equipment - Recycling truckPURCHASE AGREEMENT OR" I G I N A L THIS AGREEMENT made and entered into this l (e day of M 0, q 2020, by and between the City of Richmond, Indiana, a municipal corporation actilg by and through its Board of Sanitary Commissioners 50 North 5`' Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Municipal Equipment Inc., 6305 Shepherdsville Road, Louisville, KY 40228 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor for one (1) split -body recycling truck, a GS Products-SB-822OXSB body on a 2021 International HV607 SBA chassis, delivered to 2380 Liberty Ave., Richmond, Indiana, with said split -body recycling truck specifically described in Exhibit `B". A Notice to Bidders by City was published in the Richmond Palladium Item on March 1 and March 8, 2020. A copy of said Notice to Bidders, and the specifications thereto, are attached hereto and incorporated herein by reference as Exhibit "A", consisting of thirteen (13) pages. The response of the Notice to Bidders by Contractor was dated March 24, 2020, consisting of six (6) pages, 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 11. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. PURCHASE PRICE City shall pay Contractor a sum not to exceed Two Hundred Twenty -Seven Thousand Six Hundred Seventeen Dollars and Twenty -Three Cents ($227,617.23) for one (1) split -body recycling truck, a GS Products-SB-822OXSB body on a 2021 International HV607 SBA chassis. 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 Two Hundred Fifty (250) days after a Purchase Order has been issued by City. Contract No. 68-2020 Page 1 of 3 SECTION IV. PROHIBITION AGAINST DISCREVIINATION 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 parry may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a comlor tribunal, all other portions shall remain in full force and effect. Any person executing this Purchase Agreement in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Purchase Agreement on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 2 of 3 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, INDIANA MUNCIPAL EQUIPMENT INC. by and through its Board of Sanitary Commissioners By: Sue Miller, President Dated: shi, Vice President eg ns, Member S! 2 Q tLo j javi"d OVED: r 3Sn ayor Dated: /! -, .� I !/rI I/ Ui: ► Title: '. Page 3 of 3 i CITY OF RICHMOND INDIANA INVITATION TO BID One 0) Split Body 'Recyle. Truck FOR RICHMOND SANITARY DISTRICT 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, March 24, 2020, at 10:00 A.M. Eastern Daylight Time, for fiin ishing the following in accordance with specifications on file at the Richmond Sanitary -District, -2380 Liberty Ave., Richmond, Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. One (1) Split Body Recycle Truck All proposals shall be properly and completely executed on a proposal form which is included in the bid documents. All proposals submitted shall be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price. If the bidder. is from out-of-state, the Bidder's Bond must be secured by a Surety who isfadmitted to do business in Indiana. Checks of the unsuccessful bidders will be returned on award of the proposals. Specifications and bid forms may be secured from the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, 47374 or from the Purchasing Office, 50 North .5th 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 parts of bids as well as reserves the right to reject any and all bids and re -advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS OF THE RICHMOND SANITARY DISTRICT Sue Miller Aman Bakshi Greg Stiens Publish Dates: March 1 & 8,2020 This invitation is issued to establish a contract to supply the City of Richmond with a commodity or service in accordance with accompanying specifications. Specification For: - One (1) Split Body Recycle Truck Submit Bids Before 10:00 a.m. on Day of Bid Opening to:. Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN* 47374 Bid Opening: Time: 10:00 a.m. Date: March 24, 2020 Location of Bid Opening: Richmond SgWIM District Administration Building 2380-Libedy 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: gx�t,U'1� REQUEST FOR QUOTE The Sanitary District of the City of Richmond is soliciting quotes for one (1) Split Body Recycle Truck. The Split Body Recycle Truck should be 2020 or newer with extended warranty. The vehicle should have the following minimum equipment with any additional options covered under the vehicle type listed below: DESCRIPTION: Split Body Recycle Truck 60/40 Chassis • Wheel Base 145" Yes No • G.V.W.39,600 Yes No • Overall Length: 28' 6" Yes No • Travel Height: I F 6" Yes No • Overall Width: 95 7/8" Yes No • Turning Radius: Outside Bumper: 32" • Turning Radius: Outside Front Tire 27' • Tailgate Clearance: 16' 2" when opened Enzine: • Minimum of 300 HP Cummins L-Series Diesel engine • 2017 onboard diagnostic/2010epa/carb/ghg17 • Two (2) 12volt batteries w/2250 cca •• 12volt 160 amp alternator • Electronic engine integral shutdown protection. • Vertical Stack Muffler/Particulate Filter Yes No Yes No Yes No Yes No. Yes No. Yes No Yes No- yes No. Yes No qo )3 Lx Transmission: • Allison Automatic Transmission RDS 3500 series Yes No • 5 — Forward Speeds Yes No, • 1— Reverse Speed Yes No • Transmission Shift Interlock Yes No • Transmission Cooler Radiator bottom tank Yes No • Transfer Case Ratio 1:1 Yes No FrontAxle: • Front Axle: 23,000 lb. • Carrier 6.14 Ratio • Suspension Spring • Size Vx54" • Leaves: Ten (10) • Capacity at Ground: 20,400—10,200 each • Power Steering • Shock Absorbers Rear Suspension: • Independent Wheel Suspension • Walking Beam • Rated Capacity: 20,000lbs. Weight: • Front Axle: 17,200lbs. • Rear Axle: 7,500 lbs. • Tare without options 24,700lbs. Yes No Yes No Yes No Yes 'No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No .�l�A .Sa,��13 X,� l Brakes 9 Type: Full Air — S-Cam Type, Yes No, ACCEPTABLE VEHICLES Chassis: • International • Ford • Freightliner • GMC • Lodal Split Body Recycle Specifications: • 60% (Co-Mingle)/40% (Paper) Split Body • 60% split side will be on the passenger side Crusher Panel • Drop Frame for low Loading Height • Dump body sizes range between 20 and-30 cubic yards • Curbside Tipper (FRONT) needs to dump into the 60% side whereas (REAR) Tipper dumps into the 40% side • Curbside Tipper capable of handling City of Richmond recycling carts. The upper catch point is able catch the city of Richmond's container the lower lift mechanism must be able to connect to the lower catch bar. These dimensions are; Bar is V in diameter, 10" in width and bar is 1 '/4" in depth from back of catch bar to body of container. Please include the following information with each quote: 1) Complete specifications of the vehicle quoted including the year, make, model, color, other options, etc.; 2) Total price for the vehicle; 3) Mileage; 4) Warranty information Any questions shall be directed to Jeff Lohmoeller at 765-983-7464 or . ilohmoeller@rielimondindiana.gov. FROPOSA1L SHEET One (1) Split Body Recycling Truck Price Per Unit $ Make and Model Number: Cab and Chassis Split Body Warranty: Cab and Chassis Split Body Awarding dealer will be responsible for warranty work during the duration of the warranty period including transportation or other expenses 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. Split Body Recycling Truck to be delivered to the Richmond Sanitary District 2380 Liberty Avenue, Richmond, IN 47374.' Awarding Dealer will instruct sanitary personnel bn operation of the unit at the time of delivery. Company Phone Number Date Authorized Signature Contact Person Indiana Local Preference Claire: Definitions: Affected Couniy - Wayne County or an adjacent county. Local Indiana Business —A business whose principal place of business is in an Affected County, a business that pays a majority of its payroll (in dollar volume) to residents of Affected Counties; or a business that employees residents of Affected Counties as a majority of its employees. Local Preference Documentation, If the Bidder is claiming local preference as defined by Indiana Code 5-22-15 20.9, it shall include such claim with its Bid. In addition the Bidder shall submit, as a Post -Bid submittal, all documentation required by the Local Indiana Preference form. -If the Bidder is a Joint Venture and is claiming local preference pursuant to Indiana Code 5-22-15-20.9, the Bidder shall submit all post bid documentation as required by the Post -Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9, the Owner will evaluate the Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties, total number of employees, and total number of employees who are residents of Affected Counties. Further, each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture qualifies as a local Indiana business_ The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana Code 5-22-15-20.9. Subject to Indiana Code 5-22-15 20.9, award of the Contract will -be made -to the lowest, responsive and responsible Bidder, where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in$id Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. .4.A ok l� INJDIANA LOCAL ]PREFERENCE CLAIM (Only fill out this Part if claiming to be a Local Indiana. Business) Pursuant to•Indiana Code 5-22-15-20.9, (Name of Business) Claims a local Indiana business preference for the bid for Project in Wayne County, Indiana. (Name of Project) The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) . ❑ 1. The location of the Business's principal place of business is: A) in Wayne County, or B) in an adjacent county ❑ 2. The majority of the business's payroll, for the previous twelve (12) months from the date of this Bid, is to residents in Wayne or an adjacent county. ❑ 3. The majority of the business's employee's, for the previous twelve (12) months from the date of this Bid, are residents of Wayne or an adjacent county. If business is deemed to be the apparent low bidder, business shall provide information pursuant to Post -Bid submittal (Local Indiana Business Preference), to substantiate the claim of a local Indiana business. POST BED SYJBAMTAL Local Indiana Business Preference Pursuant to the City of Richmond Bidding and Contract Requirements, this application for the local Indiana business, pursuant to Indiana Code section 5-22-15-20.9, is hereby submitted.for the Project listed below by Bidder/Applicant (hereinafter Bidder). (Use additional sheets if necessary.) Date Bid Submitted: Project Name: Bidder: Contact Name: Principal Place of Business: ProjectNumber: Phone Number: Number of Months Address has been Principal Place of Business: Number of all Employees for the twelve (12) months prior to the- date of Bid submission: Number of Employees who were residents of Affected Counties for the twelve (12) -months prior to the -date of Bide submission: 1. If the Bidder claims it is*a local Indiana business because the Bidder's principal place of business is in Wayne County or an adjacent county, give a statement explaining the reasons the business considers the location named as the business's principal place of business: 2. In order to claim local preference pursuant to Indiana Code section 5-22-15-20.9, the Bidder must supply below its total payroll and the amount of the business's payroll paid t residents of Affected Counties for the previous twelve (12) months from the date of the Bid. a. Total Amount of -payroll paid to all employees of Bidder in the previous twelve (12) months from the date of the Bid: $ b.. Total Amount 'of payroll paid to residents of affected counties for the previous twelve (12) months from the date of the Bid: Bidder shall supply supporting payroll records sufficient for Owner to establish the above representations. When supplying supporting records, Bidder shall -redact all Social Security Numbers �.A P . 0� ), ) 0 V IQ E-Verify Requirements: Definitions:. E--Ver' y Program — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L. 104-208), Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a) (2); and . 3. A purchase order has been issued by the Purchasing Department. nna©nnouoma�rmm�angponnano�u��tnaa�n�oucna.caiauntvadnn'm�anwnwaadtiuu©oa�oac�nccmnemwnnnMIN COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana. E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no.longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within: the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. I Affidavit of Employment Eligibility Verification The Contractor, , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does -not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program.. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the.penalty of perjury that the foregoing statement is true. Dated this . day of , 20 (signature) (printed name) IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22.16.5. In the event the City determines during -the course of this Agreement that this certification is no longer valid and said determination is not refitted by Contractor in the manner set forth in IC 5-22-16.5, the Cityreserves the right to consider the Contractor to be in breach'of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. 1 b�1 L )3 PROPOSAL SH EIET One (1) Split Body Recycling Truck Make and Model Number: Price Per Unit $ ,� , �,� �3 Cab and Chassis 1021 \4Y\PA:m-co - �� L4c)--I SIR Ay Split Body G Yet AQUIC, S ` S ` 2 2-Ilmse Warranty: Cab and Chassis Split Body «. "�m�NN S �Sa �r�cCaC�(1YY1Q1i��C� Awarding dealer will be responsible for warranty work during the duration of the warranty period including transportation or other expenses incurred if warranty work is done at any other location than that of the awarding dealer Delivery Time once PO has been issued. 15 Bid firm for how long. QN Bid to include all shipping and handling charges. Split Body Recycling Truck to be delivered to the 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. N Ij ni r , Inc. Company' 501- Phone Number D 11q 110. Date CL�6& A thorzzed Signature Contact terson 1oF liq Municipal Equipment, Inc. 6305 Shepherdsville Road Number: 03-19-20-1-JC Louisville, KY 40228 Date: (502) 962-9527 Page: 1 of 1 Fax: (502) 962-6499 To: City of Richmond Indiana 2380 Liberty Avenue Richmond, IN 47374 Delivery Sales Rep FOB Ship Via Terms Jocelynn Clindaniel Richmond Indiana TBD Net 15 To: City of Richmond Indiana 2380 Liberty Avenue Richmond, IN 47374 Sales Tax Excise Tax Included: Included: Not Included: xx Not Included: xx Tax ID: QTY Unit Description Unit Price Amount 1 ea 2021 International HV607 SBA $227,617.23 $227,617.23 Includes Conversion - STDUP RH DRIVE (Chassis Specs Attached) Body Information: Make Model G S Products ISB-8220XSB 24 cu yd extra capacity split body single side loading bucket 6.3 cu ys tailgate class 8 Tandem 168" CT, Standard SB-8000, 890 Transmission mounted PTO with Direct mounted pump, single side loading split bucket, 1/4" hardox 450 floor plus 1/4" hardox 450 hopper overlay, single sheet hardox sides and roof panel, "Chip -Guard" coating on interior bucket surfaces, (2) cart tippers fold out bucket, bucket loading worklights, LED Body lights mid -body turn signals, 29 Cu yd up, ground level tailgate grease block, shovel and broom holder, conspicuity tape, one color paint (2) Cart Tippers standard SB-8000 Fold out bucket (one side) Standard SB-8000 Modesls Single Camera System by zone defense quad monitor automated (Additional Body Specs Attached) Mileage New Truck, miles on chassis will be delivering miles only Quote is good for 30 Days Municipal Equipment, Inc. Accepted By Date Subtotal $227,617.23 Tax $0.00 Freight Included Miscellaneous $ - Balance Due $227,617.23 REQUEST FOR QUOTE The Sanitary District of the City of Richmond is soliciting quotes for one (1) Split Body Recycle Truck. The Split Body Recycle Truck should be 2020 or newer with extended warranty. The vehicle should have the following minimum equipment with any additional options covered under the vehicle type listed below: DESCRIPTION: Split Body Recycle Truck 60/40 Chassis • Wheel Base 145" Yes No • G.V.W.39,600 Yes V No • Overall Length: 28' 6" Yes No • Travel Height: 11' 6" Yes ✓ No • Overall Width: 95 7/8" Yes ✓ No • Turning Radius: Outside Bumper: 32" Yes No V/ • Turning Radius: Outside Front Tire 27' Yes V1 No • Tailgate Clearance: 16' 2" when opened Yes v No Engine: / • Minimum of 300 HP Cummins L-Series Diesel engine Yes No • 2017 onboard diagnostic/2010epa/carb/ghgl7 Yes ✓ No • Two (2) 12volt batteries w/2250 cca Yes '✓ No • 12volt 160 amp alternator Yes No • Electronic engine integral shutdown protection. Yes No • Vertical Stack Muffler/Particulate Filter Yes No r ; 11 11) � A6 6x Transmission: • Allison Automatic Transmission RDS 3500 series Yes ✓ No • 5 — Forward Speeds Yes_ No • 1 —Reverse Speed Yes V No • Transmission Shift Interlock Yes, No • Transmission Cooler Radiator bottom tank Yes ✓ No • Transfer Case Ratio 1:1 Yes No ' ✓ Front Axle: Front Axle: 23,000 lb. Yes No ✓ • Carrier 6.14 Ratio es No Yes-7— • Suspension Spring Yes ✓ No • Size 4"x54" Yes j/ No • Leaves: Ten (10) Yes i/ No • Capacity at Ground: 20,400—10,200 each Yes ✓ No • Power Steering Yes—J/ No • Shock Absorbers Yes ✓ No Rear Suspension: • Independent Wheel Suspension Yes ✓ No • Walking Beam Yes ✓ No • Rated Capacity: 20,000lbs. Yes No Weight: • Front Axle: 17,200lbs. Yes No ✓ • Rear Axle: 7,500 lbs. • Tare without options 24,700lbs. p Brakes • Type: Full Air — S-Cam Type ACCEPTABLE VEHICLES Chassis: • International • Ford • Freightliner • GMC • Lodal Split Body Recycle Specifications: • 60% (Co-Mingle)/40% (Paper) Split Body • 60% split side will be on the passenger side Yes -/ No • Crusher Panel • Drop Frame for low Loading Height • Dump body sizes range between 20 and 30 cubic yards • Curbside Tipper (FRONT) needs to dump into the 60% side whereas (REAR) Tipper dumps into the 40% side • Curbside Tipper capable of handling City of Richmond recycling carts. The upper catch point is able catch the city of Richmond's container the lower lift mechanism must be able to connect to the lower catch bar. These dimensions are; Bar is 1/4". in diameter, 10" in width and bar is 1 1/4" in depth from back of catch bar to body of container. Please include the following information with each quote: 1) Complete specifications of the vehicle quoted including the year, make, model, color, other . options, etc.; 2) Total price for the vehicle; 3) Mileage; 4) Warranty information Any questions shall be directed to Jeff Lohmoeller at 765-983-7464 or jlohmoeller@richmondindiana.gov. 0 �1�9 J City of Richmond Indiana One (1) Split Body Recycle Truck Chassis Bid Exceptions (International HV607 SBA) Chassis Wheel Base 145" — Explanation: Spec is unobtainable. We believe this measure of 145" should be the CA length not the WB length. Turning Radius: Outside Bumper: 32" — Explanation: Spec is unobtainable. We believe this measure should be in feet not inches. Transmission Transfer Case Ratio 1:1— Explanation: 4x4 Transfer Case not available in this current spec. Front Axle Front Axle: 23,000 lb. — Explanation: Not available by chassis manufacturer. Weight Front Axle:17,200 lbs. — Explanation: Not compliant to chassis specs Rear Axle: 7,500 lbs. — Explanation: Not compliant to chassis specs Body Bid Exceptions (G S Products SB-8220XSB) Body Standards Dump Body size range between 20 and 30 yards — Explanation: Non Dumping body for safety reasons, 24 CU YD plus 4.8 CU YD Hopper Drop Frame for low loading height — Explanation: Drop frame is not needed for body application