Loading...
HomeMy Public PortalAbout098-2021 - Sanitation - Pyramid Equipment - Recylcing Truck AGREEMENT THIS AGREEMENT made and entered into this / d day of oj.4 cif", 2021, and referred to as Contract No. 98-2021 by and between the City of Richmond, diana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Pyramid Equipment,Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie,IN 46371 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) 2022 Curbside Cardboard Recycling Truck Freightliner M2-106 New Way Sidewinder 22 ASL with said equipment being more specifically described on Exhibit `B" attached hereto and incorporated by reference herein. The foregoing shall meet the requirements previously requested by the City which are set forth on the specifications sheet to which the Contractor has responded with said response being attached hereto as Exhibit`B". A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, which is attached hereto and incorporated by reference herein as Exhibit"A". The quotation and proposal of Contractor, inclusive of the equipment specifications to said Request for Quotes 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 and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement,this Agreement shall be controlling. The Contractor shall furnish and deliver the equipment described on Exhibit`B"attached hereto as soon as is practically possible, but said deliver shall not exceed thirty (30) days from the receipt of the purchase order pertaining to this Agreement. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. 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. The Contractor shall provide, at its own expense, competent supervision of the work relative to the delivery of the equipment described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of two hundred forty-six thousand eight hundred sixty dollars and 00/100 ($246,860.00), fifty percent (50%) of which shall be reimbursed by the Indiana Department of Environmental Management("IDEM") State Program—Recycling Promotion and Assistance Fund for Reimbursement in consideration for the equipment specifically described within the Exhibits attached hereto,inclusive of delivery. 1 I Page SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue until such time that the Contractor delivers the equipment, in new and working condition, to the City. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to a purchaser's remedies for the furnishing of a defective automobile. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time before the delivery of the equipment described above specifying the reasons for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice,whether oral or written,by the Contractor to the City that is incorrect,incomplete,or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination,the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement,purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence 2 I Page $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors&Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law,and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. 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 this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the.City notifies the Contractor of the violation. If 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. SECTION VIII. 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 Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor 3 I Page 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety(90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. 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. B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color,sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement;and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X.RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. 4 I Page SECTION XI.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. 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. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement,including but not limited to, City's reasonable attorney's fees. 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. 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. [Signatures to Follow on Page 6] 5 I Page "CITY" "CONTRACTOR" The City of Richmond,Indiana,by and through Pyramid Equipment,Inc. its Board of Sanitary Commissioners By: ue M. sident (Printed): C3y1; \ out Sv M-6' an Bak 'ce President Title: LQD Dated: ( ft reg tiens,Member Dated: V 11 12 l APPROVED: 1 _ 41111 Da. 'I• ,Mayor Dated: 0 V 09/ A 6 I Page CITY OF RICHMOND INDIANA INVITATION TO t ID (1) Cardbo _'' ecyding Truck FOR RICHMOND SANITARY IDIISTRICT x��� 1(3ff A 1 of- 4-7 INDEX INVITATION TO IUD Bid Form See Attached Form Notice to Bidders 1 Page Invitation for Bid 1 Page STANDARD TERMS AND CONDITIONS Definition A.1 Departments A.2 Bidder& Contractor A.3 Estimated Quantities A.4 Addenda A.5 Bidding Documents B.1 Substitutions B.2 Demonstrations/Samples B.3 Data Privacy B.4 Bidding Procedures C.1 Bid Security C.2 Submission of Bids C.3 Bidder's Representation C.4 Modification or Withdrawal of Bid • C.5 Delivery of Goods C.6 Consideration of Bids D.1 Rejection/Acceptance of Bids D.2 Bid Award D.3 Warranties, Guarantees &Maintenance D.4 Contract Documents E.1 Indemnification F.1 Workers Compensation Insurance' F.2 Payments G.1 • Method of Invoicing G.2 Damages for Delays • G.3 • • Specifications Proposal Sheet E-Verify Requirements and Indiana Local Preference Claim Tnfotmation enclosed. -�- / O'C 4'7 • hiiiii OF•F•ER.OR PROPOSAL FOR. SALE ok LEASE OF MATERIALS S . (Please type or print) • Date: 1. Governmental Unit: . • 2. County: . , • Address: City/State: 4. Telephone Number: • ' • 5. 'Agent of•Rld'der (if applicable): Pursuant to notices given, the undersIgned offers,bids to • ' (Governmental Unit) in accordance with the following altachment(s) which specify the class or item number or description, quantity, unit; unit price and total amount. The contract wii.i be awarded by classes or!toms,In acoordanoe with specifications,Any changes or allera- tione in the"Items specified will rencter•such bid void as to,that class or item: »adder promises that he has.not offered.nor received a less price than the price stated in his bid for the rnaterials included In sold bid. Bidder fur. 'thor agrees that he will not withdraw his bid from the office In which it Is filed, A certified check or bend•shail be flied with each bid if required, and liability for breach shall be•enforceable upon the contract, the bond or car- 'titled check or both•as the case .may be. • • • *Signature of Bidder or Agent BID oFrizt OR PROPOSAL • Attach separate sheet listing each Hem bid based on specifications published by governing body.Following is an example of the bid format: • • Clasu or Jlom 4luanlit Unit ' gesorf lion unit Price Amount NON-COLLUSION AFFIDAVIT . STATE OF INDiANA . -- • COUNTY' . ss. • The undersigned bidder or agent,being duly sw • • orn on oath,says that he has representative, or agent of the-firm, company,,corp❑ration or partnership repres nted by his any other member,combination, collusion or agreement with any person relative to the price to be bid byanyone at to prevent anyY m, entered Into any person from bidding nor to induce anyone to refrain from bidding, and that this bid le madetwithout •reference to any other bid and without any agreement, understanding or combination with any otherperson In • reference 'te such bidding, • • He further says that•no person or persons,firms, or.aarparatlon has;have or Mil receive directly or indirect. , 1Y, any rebate, fee, gift, commission or thing pf value on account of such sale, . �IddQr(Firm) Subscribed• and sworn to before me this My commission expires; -PI- County ,of Rssldence: T L_ �- 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, June 22, 2021, 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., Rich-mond, Indiana, and in the Office of Purchasing in the Municipal Building, .50 North Fifth Street, Richmond, Indiana. Bids must be submitted by no later than 9:00 a.m. on June 22, 2021, and any bids received after 9:00 a.m.,Eastern Daylight Time,on June 22,2021,will be returned unopened to the bidder because of the bidder's failure to timely submit its bid. One(1) Cardboard Recycling.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 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,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 ail 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: May 28th&June 4th, 2021 r �'ll b�� A 4 of 4-7 _t • • 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: One (1) Cardboard Recycling Truck Submit Bids Before 9:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Binil ding 2380 Liberty Avenue Richmond,IN 47374. • Bid Opening: Time: 10:00 a.m. • Date: June 22,2021 Location of Bid Opening: Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond,IN 47374 Bid.Bond: 5% (See Section C.2) Perfojuuance 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 Fowl.Included: YES Schedule of Values: YES • • C' vl�,i � i 4-7 • • • C.4 BIDDER'S REPRESENTATION • C.4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding documents and his bid.has been made in accordance therein. • C.4.2 . • Each bidder fox services further represents that the bidder has familiarized himself with the local conditions under which the work is to be done andhas correlated his•observations with the requirements of the bidding documents. • C.4.3 Each bidder agrees that he will not discriminate against any employee or applicant for • employment because of race,color,religious creed,ancestry,physical handicap,sex or political affiliation,and that he-will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to race,color,religious creed, physical handicap,ancestry,sex or political affiliation.• C.4.4 Each bidder shall'be responsible for complying•with any applicable affirmative action laws. • C.5 MOD.W1CATION OR WITHDRAWAL OF BID • • C.5.1 A bid may not be mortified,withdrawn or canceled by the bidder following the time and.date designated for receipt of bids and each bidder so agrees in submitting his bid. C.5.2 Prior to the time and date designated for receipt ofbids,any bid submitted may be Imo rii-iied or withdrawn by notice to the Purchasing Director at the place designated for receipt of bids. • C.5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to bidders. C.6 DELIVERY OF GOODS C.6.1• All delivered goods are to be FOB Richmond,IN,unless otherwise stated in.the bid. C.6.2. The City reserves the_right to inspect and have any goads tested after delivery for compliance with the specifications. Notice of latent defects,which would make the items unfit for the purposes for which they are required,may be given,at any time within,one(1)year after discovery of the defects. • • C.6.3 All items rejected must be removed immediately by the contractor at the expense and risk ofthe contractot. If the contractor fails or refuses to remove the rejected items,they maybe sold by the City and the proceeds used to cover all related expense incurred by the City. C.6.4 In some cases, at the discretion ofthe City,inspection of the commodities or equipment will be made at the factory,plant,or other establish ents where they are produced before shipment. • • C.6.5 The above provisions shall not be constructed in limitation of any rights the City may have under any laws including the Unifoli» Commercial Code. • C.6.6 If applicable,State written approval is required before the release of any Bonds or payments wilibe made to contractor. • —. r_ I n ac 4 7 s the th ' . D.3.3 Unless otherwise indicated in the invitation.for£idss,themsCity reservection where right ch actionserves e• contract in whole or in part,by item,by group the best interest of the City. • D.3 A Bids submitted on an"all or.none"basis or similar basis will be evaluated againstthe total of the low bids for the individual items. - D.4 WARRANTIES, GUARANTEES AND MAINTENANCE • • D.4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid.must accompany vendor's bid. A copy ofyour company's warranties and for guarantees for the items bidding also must accompany vendor's bid. D.4.2 ' As aminimutnrequirement of the City,the vendor will also guarantee,in wilting,that any - • defective components discovered within a one(1)year period following the date of•equipment • - acceptance shall be replaced by the vendor at no cost to the City. D.4.3 • Replacement parts of defective components shall be sbipped.to the City of Richmonsl at no cost to the City. If defective parts are required to be returned to the vendor,the shipping costs shall . be bonne by the vendor. • • • • • • Of 4-7 • • • • • ARTICT,F E • • INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT E.1 CONTRACT DOCUMENTS E. 1.1 Nothing in the contract documents shall create any contractual relationship between the City and the contractor's employees,subcontractors and their agents and employees and any other parties furnishing goods and services to the contractor and their agents arid employees. E. 1.2 The contract documents consist of the invitation for bids,instructions to bidders,contractor's bid form with attachments,if any,executed contract,conditions of the contract(general, supplementary and other conditions),the specifications,all addenda issued prior to receipt of the bids arid all modifications issued after execution of the contract. A modification is(a)a • written or supplement to the contraot signed by both parties or(b)purchase release issued by the City or(c)change order. E. 1.3 The contract documents form the contract. This contract represents the entire and integrated agreement between pcaties hereto and•supersedes all prior negotiations,representations or agreements,either mitten or oral. • - E. 1.4 The issue of a purchase order that is in accordance with the specifications represents a contract. Should vendor find purchase order to be incorrect,said vendor must notify Purchasing Director within twenty four(24)hours ofpnrchase order date. • • • • • • • V Ir\4 o•- 47 i' -. .- 7 4.0 01 V �1 q' ui . • . . . _ • . - • • . • • . • • . . • .. • • . . . • . . • • . • . • • . . . • . • . . _ • . . • • . • . . . - -emerf agSs-ca maggo Sus sins aso1[iik mg euodue fg xo`u[aq.Jo . -due Sq.palojdura SpaaJipur xo S oexrp.otp.auo1Sue Iq xo sxolosaluoo-gtiS Sue:Sq.Jo Iol.ovaruo0 alp.ISq suopexado tfo-ns xatp.at[M.`}uautaa.a T srcp.zapuu.saor-mzado s,xo;oezpro0 at;tao. ;pox xo go;no asrse Se-oxTycM,t o]aq tpzog;.as sLurero atp.urozg u4.4.3oo;oxd ma we earesasar • tfons lareiw.eur xa eaxaup.pure aseufomd`Tao Luum3v grill o1 alrsmEaxaxd se VEILS J01.OE4u00 OJ T'£A - IIawaristII £',d 'Z-S-£ZZ DI FEBI-S-E ZZ`S-Z E ZZ aI-taP6,pa?Tdlaoa sstr iapppq Ions 3.2I3.gu[Mon[s • ?mug s,agxsom ntrsrpuq alp.tuozr aleo-g-pzaa•e-rsztr off.?alphas axe sxapprq(E)fin-£ . -a DI apoa eugnIalIo su070.ozd 0I[.oo.1.uensmdxxo ;o aoneur1OJxad 211-KOAUT s;.aet1-t<oa xo,d T'Z'a - gatilirelOSNI NOLLWSNIIMIOD S t2IMMO. Z'.d •sI.oe watraq aafo1duxa zatpo zo shoe lr, auag STruqqsrp`shoe iropesuadtuoo so:mut-lam zo ma.4,11.14 avail xoloe4uoa-q- s ATE zo x04.0'0 .uoa a-p.xog xo 4 q atgeSed sigauaq xo uormsaa dame e `satew.epgo a Q.xo;.Imoure atp.do-aoll.R.tul1 Sae Sq.10I&SusurpazturGG aq;at rags j '-O . I[d-ez2-exed srgp.Japan uo-p r[qo uor�ea4�u ucapur atp.`Neff eq 2Soua uratp.To Sue opp asott&.xoo • auolSue xo motp.go Sue Lq palSordura.�Tloairpur xo Aj oaxrp.auorSuE-`Jo4���o q s o ue csoi Sue oo Z'I 'II atp.go aoSorduIa Sue dq saadordure zo sxaoEgo slrgo Sue io�0 tp;s , I TIE F iq - •xapunaxaq • • patgratudpurared-efg lie cita pasneosr41ou xoxatpatINL ossarpxez a `am -erragSeurcuatp go Sure sI.as-G]ot03zo0 atekas xo Taaup_go Gue 1Sgpe Sorclue Spegarp auoSTre io`zojoe4uoogns . • S11e`zo1.0Ex}.uoo atpajo uorssiuro xo 4.0e F.ua2rf2auicUE 1Sq axedur xo arolfm ur pasuueo sr (q)pue tang exatp.2'7p:rasax asngo ssol atp.2'14p -fair(;aezzaoo srgi.Japan patfsrang Irzauidmbe pue sispa}eiu.`sp oa uetp.xauN.o)-rSjzadoxd aj pu-G}go troxRon i sap xo DI.Sinful of xo Veap zo aseasrp`ssatl:ors EutrarSi poq oi.am-eingp.E sr CO asuedxa xo ssor`a&uuep`uirero t[ons.ctiE zetp.paprn oxd`luex I[oo atp.go aauetocropxa d atp.tuoxg gurlrnsax xo go ji.o 2ursrxe`saaj s$ ir10 o o&po I Tou gigfapnTour'swag dig`sassor`saEuae[)`suuEro us;galas plat ur04 saatSoicItcta pue sxaofo sir pue puccjpr ouggo .xa atp.ssa[uuVIfpTogptrs apti?Tistfs xo�.oO.4.uaa ova I'I 'A NOTLvaI,dMaaN[ V3 . h12I3d02Id GRIT SSAI I ao.NOI.I,03IO Ia aN1V.`aorinf SNI`NOI•L'B'aI N VVQNC PIgGICIIE 0,1 SNOIZDfl LSNI • . • A 2101s, • • a r5 • • • • F.3.1 (can't) • • Coverage Limits A. Worker's Compensation& • Statutory Disability Requirements . B. Employer's Liability $100,000 • C. Comprehensive General Liability Section 1. Bodilylnjury $1,000,000 each occurrence $2,000,000 aggregate Section2. PropertyDamage $1,000,000 each commence D. Comprehensive Auto Liability • Section I. • Bodily Injury $1,000,000 eachperson . $1,000,000 each occurrence • Section2, Prop ertyDrmage $1,000,000 each occurrence E. Comprehensive'Umbrella Liability • $1,000,000 each occurrence $2,000,000 each aggregate . • F. Malpractice/Errors&Omissions $1,000,000 per claim • Insurance • $2,000,000 each aggregate • • • • Yems, krf 1l 0 r 4'7 • s • . • ARTICLE G • • • INS i'KUCTIONS TO BIDDERS GENERAL CONDITIONS OF TEE CONTRACT • G.1 PAYMENTS . • G. L 1 The City is not subject to federal excise taxes. Federal Tax Exemption RegistryNlimber is 35- - 6001174. ' G. 1.2 'The City is not subject to the Indiana sales enclose taxes on the purchase of goods and other materials. Where the contract includes the combination of labor and material,the contractor shall pay the Indiana sales and Use taxes on the materials only. • G.2 METHOD OF INVOICING FORPAYMENT - • ' G.2.1 No contract will be official for services or materials unless a purchase order has been issued. _ G.2.2- ' Contractor shall bill the City:(a)on regular invoice form giving a complete and detailed . description of the goods delivered,includingpurcllase order number;and[(b)if the contractor . allows a cash:discount,the period of time in which the City must make payment to qualify for • discounts•shallbe computed from the date the City received the invoice(completely filled out), . - or the date the goods are delivered and accepted,whichever maybe later,and shall be for not - • 'less than thirty(30)days and(c)if more than one shipment is made under the contract,the City . • will make partial payments on a basis That is agreeable to bothparties. G.2.3 Payments under This contract will be made lathe manner provided by law for payments of • • claims against the City . G.2.4 No payment will be made for production overruns in excess of the quantity ordered by the City (unless with prior written approval). - • G.2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the • requirements of the contract. G.2.6 Schedule of values may be used in contractual work: City will so designate if applicable. (See • • Invitation for Bid Page) G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES G.3.1 In.the event delivery of completed item or items bid and/or unaccomplished contractual • completion date is delayed beyond bidder's specified date,the City of Richm and Will assess certain damages of /day. Certain damages will apply in all cases except the following: In the event delivery and/or completion of contract shall be necessarily delayed because of . striike,injunction,government controls,or by reason of any-other cause of circurasta.-nces . • beyond the control of the contractor,the time of completion of delivery shall be ex.Lended by a number of days to be determined in each instance by mutual agreement betweenthe City of Richmond and the contractor. Should there be damages assessed,the City willhave the right to deduct the dam ages from the payment to be made to contractor. - CITY OF RICHMOND, INDIANA SANITARY DISTRICT SPECIFICATIONS FOR NEW FULLY AUTOMATED SINGLE AXLE RIGHT SIDE LOADER CARDBOARD RECYCLE TRASH TRUCK (minimum requirements) Vehicle Configuration/Specification: 1. Conventional Refuse Yes No Comment(s) Design, right side drive 2. 2022 Model Year 3- Set Back Axle 4. Straight Truck Provision 5- RH Primary Steering Location 6. Truck Warranty (Provide Years/Miles) • General Service Description: This vehicle will service the needs of the Richmond, Indiana community to collect cardboard at the curbside of residential locations. Travel expected to occur on paved roads (no landfill use) with maximum grade of 8%. 7- Engine: Cummins Diesel Yes No Comment(s) L9 360 HP@2200 RPM, 2200 GOV RPM 1150 ft. lbs.@ 1200 RPM, REFUSE 8. Engine Electronic Yes No Comment(s) Parameters: 9- 75 MPH Road Speed Limit 10. Cruise Control Speed Limit 11. (same as road speed limit) 12. PTO Mode engine RPM Limit - 1100 RPM 13. PTO RPM with Cruise Set Switch —800 RPM 14. PTO RPM with Criuse Resume Switch — 800 RPM 15- PTO Mode Cancel Vehicle Speed —5 MPH 16. PTO Governor Ramp Rate —250 RPM per second Y 17- PTO Minimum RPM—700 18. Regen Inhibit Speed Threshold —5 MPH -� r ` I Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 2 of 17 19• Engine Equipment: Yes No Comment(s) 20. 2016 Onboard Diagnostics/2010 21. EPA/CARB/GHG21 Configuration 22. No 2008 Carb Emission Certification 23. Standard Oil Pan 24. Engine Mounted Oil Check and Fill 25. Side of Hood Air Intake With Firewall Mounted Donaldson Air Cleaner 26. DR 12V 200 AMP 28-SI Quadramount Pad Alternator with remote battery volt sense 27. (3) DTNA Genuine, Flooded Starting Min 2250 CCA, 510RC, Threaded stud batteries 28. Battery Box Frame Mounted 29. Standard Battery Jumpers 30. Single battery box frame mount LH side back of Cab 31. Wire ground return for battery cables with additional frame ground return 32. Non-polished battery box cover 33. Cab auxiliary power cable 34. Positive load disconnect with cab mounted control switch mounted outboard driver seat 35. Positive and negative posts for jurnpstart located on frame next to starter 36. Cummins Turbocharged 18.7 CFM Air Compressor with internal safety valve 37. Standard mechanical air compressor governor -r-- ,, l_ ` L- /\ IA A.P- Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 3 of 17 Engine Equipment Yes No Comrnent(s) (continued) 39, AIR COMPRESSOR DISCHARGE LINE 40. ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 41. CUMMINS ENGINE INTEGRAL BRAKE WITH VARIABLE GEOMETRY TURBO ON/OFF 42. LH OUTBOARD UNDER - STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH LH B-PILLAR MOUNTED VERTICAL TAILPIPE 43. ENGINE AFTERTREATMENT DEVICE,AUTOMATIC OVER THE ROAD ACTIVE REGENERATION AND DASH MOUNTED SINGLE REGENERATION REQUEST/INHIBIT SWITCH 44. 10 FOOT 00 INCH (120 INCH+0/- 5.9 INCH) EXHAUST SYSTEM HEIGHT 45. LH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED ROUTED FROM STEP 46. 6 GALLON DIESEL EXHAUST FLUID TANK 47. 100 PERCENT DIESEL EXHAUST FLUID FILL 48. LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 49, DIESEL EXHAUST FLUID PUMP MOUNTED AFT OF DIESEL EXHAUST FLUID TANK 50. STANDARD DIESEL EXHAUST FLUID TANK CAP 51, STAINLESS STEEL AFTER TREATMENT DEVICE MUFFLER/TAILPIPE SHIELD 52. BORG WARNER(KYSOR) REAR AIR ON/OFF ENGINE FAN CLUTCH 53. AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED 54. CUMMINS SPIN ON FUEL FILTER Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 4 of 17 COMBINATION FULL FLOW/BYPASS OIL FILTER 56. FLEETGUARD PLAIN COOLANT FILTER 57, 1100 SQUARE INCH ALUMINUM RADIATOR 58, ANTIFREEZE TO-34F, OAT (NITRITE AND SILICATE FREE) EXTENDED LIFE COOLANT 59, GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 60. CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 61. RADIATOR DRAIN VALVE 62. LOWER RADIATOR GUARD 63. PHILLIPS-TEMRO 150 WATT/115 VOLT OIL PREHEATER 64. CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 65. ALUMINUM FLYWHEEL • HOUSING 66. ELECTRIC GRID AIR INTAKE WARMER 67. DELCO 12V 39MT HD/OCP STARTER WITH THERMAL PROTECTION AND INTEGRATED MAGNETIC SWITCH Engine Make Model Horse Power Torque Emission Year 68. Transmission: Yes No Comment(s) 69. ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION 70. TRANSMISSION WARRANTY (PROVIDE YEARS/DETAILS) 71. Transmission Equipment: Yes No Comment(s) (CONTINUED) ' 4 I_ f1 if ,c 4-7 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 5 of17 ALLISON VOCATIONAL PACKAGE 142-AVAILABLE ON 3000/4000 PRODUCT FAMILIES,VOCATIONAL MODEL RDS 73. ALLISON VOCATIONAL RATING FOR REFUSE APPLICATIONS 74. PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6 75. SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6 76. PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON (Engine and Use) 77. SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, (Engine and Use) 78. PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON (Engine and Use) 79. PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON (Engine and Use) 80. ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON, (Engine and Use) 81. ENGINE BRAKE RANGE ALTERNATE RECOMMENDED BY DTNA AND ALLISON, (Engine and Use) 82. FUEL SENSE 2.0 83. DRIVER SWITCH INPUT— NONE 84. VEHICLE INTERFACE WIRING CONNECTOR WITH PDM AND BLUNT CUTS AT BACK OF CAB \l /e `a Sns a aa/—i r-r r-!f 4 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 6 of 17 85. Transmission Equipment: Yes No Comment(s) (CONTINUED) 86. ELECTRONIC TRANSMISSION CUSTOMER ACCCESS CONNECTOR BLUNT CUT, MOUNTED BETWEEN DRIVER AND PASSENGER SEATS I 87. 2 CUSTOMER INSTALLED CHELSEA 280 SERIES PTO'S 88. PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION 89. MAGNETIC PLUBS, ENGINE DRAIN,TRANSMISSION DRAIN,AXLES(S) FILL AND DRAIN 90. Front Axle and Yes No Comment(s) Equipment: Expected axle load 16,000#minimum 91. PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 92. TRANSMISSION PROGNOSTICS -ENABLED 93. WATER TO OIL, TRANSMISSION COOLER , IN RADIATOR END TANK 94. TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 95. SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) 96. DETROIT DA-F-16.0-5 1 6,0 0 0#FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE 97. MERITOR 16.5X6 Q+CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 98. NON-ASBESTOS FRONT BRAKE LINING 99. CONMET CAST IRON FRONT BRAKE DRUMS 10 FRONT OIL SEALS 0. 10 VENTED FRONT HUB CAPS 1. WITH WINDOW,CENTER AND SIDE PLUGS-OIL „ 1_r Lk-1- t i (X-C- 4-7 • Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 7 of 17 Front Axle and Yes No Comment(s) Equipment: (CONTINUED) 10 STANDARD SPINDLE NUTS FOR 3. ALL AXLES 10 HALDEX AUTOMATIC FRONT 4. SLACK ADJUSTERS 10 TRW TAS 85 POWER 5. STEERING 10 POWER STEERING PUMP 6. 10 2 QUART SEE THROUGH POWER 7. STEERING RESERVOIR 10 OIL/Ant POWER STEERING 8. COOLER 10 CURRENT AVAILABLE 9. SYNTHETIC 75W-90 FRONT AXLE LUBE 11 Front Suspension: Yes No Comment(s) o. 11 18,000#MINIMUM 1. 11 GRAPHITE BRONZE BUSHINGS 2. WITH SEALS—FRONT SUSPENSION 11 FRONT SHOCK ABSORBERS 3. 11 Rear Axle and Equipment: Yes No Comment(s) ,4. 11 26,000#U-SERIES SINGLE 5. REAR AXLE 11 6• 5.38 REAR AXLE RATIO 11 IRON REAR AXLE CARRIER 7. WITH STANDARD 11 MXL 17T MERITOR EXTENDED 8. LUBE MAIN DRIVELINE WITH HALF ROUND YOKES 11 MXL 17T MERITOR EXTENDED 9. LUBE INTERAXLE DRIVELINE WITH HALF ROUND YOKES 12 DRIVER CONTROLLED 0. TRACTION DIFFERENTIAL- BOTH TANDEM REAR AXLES 12 (1) INTERAXLE LOCK VALVE, 1. (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD REAR AND REAR- REAR AXLE VALVE 12 Rear Axle and Equipment Yes No Comment(s) 2. Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 8 of 17 (continued): 12 BUZZER AND BLINKING LAMP 3. WITH EACH INTERAXLE LOCK SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF 12 BUZZER AND BLINKING LAMP 4. WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF,ACTIVE<5 MPH 12 MERITOR 16.5X7 Q+ CAST 5. SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 12 NON-ASBESTOS REAR BRAKE 6. LINING 12 BRAKE CAMS AND CHAMBERS 7. ON FORWARD SIDE OF DRIVE AXLE(S 12 CONMET CAST IRON REAR 8. BRAKE DRUMS 12 REAR OIL SEALS 9. 13 WABCO TRISTOP D 0. LONGSTROKE 2-DRIVE AXLE SPRING PARKING CHAMBERS 13 HALDEX AUTOMATIC REAR 1. SLACK ADJUSTERS 13 CURRENT AVAILABLE 2. SYNTHETIC 75W-90 REAR AXLE LUBE 133 Rear Suspension: Yes No Comment(s) 13 30,000#Leaf Sprint Suspension 4. W/Helper& Radius Rod 13 9.5 INCH NOMINAL RIDE 5. HEIGHT(460MM GLOBAL REFERENCE HEIGHT) 13 AXLE CLAMPING GROUP 6. 13 55 INCH AXLE SPACING 7. 13 FORE/AFT AND TRANSVERSE 8. CONTROL RODS 13 REAR SHOCK ABSORBERS - 9. TWO AXLES(TANDEM) 14 Brake System: Yes No Comment(s) O. 14 WABCO 4S/4M ABS 1. 14 REINFORCED NYLON, FABRIC 2. BRAID AND WIRE BRAID CHASSIS AIR LINES 143. Brake System: Yes No Comment(s) Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 9 of 17 (continued) 144. FIBER BRAID PARKING BRAKE HOSE 145. STANDARD BRAKE SYSTEM VALVES 146. STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM 147. STD U.S. FRONT BRAKE VALVE 148. RELAY VALVE WITH 5-8 PSI CRACK PRESSURE NO REAR PROPORTIONING VALVE, 149. WABCO SYSTEM SAVER HP WITH INTEGRAL AIR GOVERNOR AND HEATER 150. AIR DRYER MOUNTED UNDER HOOD 151. STEEL AIR TANKS MOUNTED AFT INSIDE AND/OR BELOW FRAME JUST FORWARD OF REAR SUSPENSION 152. CLEAR FRAME RAIL FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, RH RAIL INSIDE/OUTBOARD AND BELOW 153. PULL CABLES ON ALL AIR RESERVOIR(S) 154. Trailer Connections: Yes No Comment(s) 155. UPGRADED CHASSIS MULTIPLEXING UNIT 156. UPGRADED BULKHEAD MULTIPLEXING UNIT 157. Wheelbase and Frame: Yes No Comment(s) 158. 6500MM (256 INCH) WHEELBASE 159. 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73 M MX277.8 M M/0.344X10.94 INCH) 120KSI 160. 1/4 INCH (6.35MM) C-CHANNEL INNER FRAME REINFORCEMENT 161. 2450MM (96 INCH) REAR FRAME OVERHANG 162. Wheelbase and Frame Yes No Comment(s) A r ,o 4-7 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 10 of 17 (continued): 163. FRAME OVERHANG RANGE: 91 INCH TO 100 INCH 164. CALC'D BACK OF CAB TO REAR SUSP C/L(CA) 190.35 in : 165. CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L 187.35 in 166. CALC'D FRAME LENGTH- OVERALL : 381.8 167. CALCULATED FRAME SPACE LH SIDE: 104.62 IN 168. CALCULATED FRAME SPACE RH SIDE: 148.51 169. CALC'D SPACE AVAILABLE FOR DECKPLATE:190.45in 170. SQUARE END OF FRAME 171. FRONT CLOSING CROSSMEMBER 172. LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE CROSSMEMBER 173. STANDARD CROSSMEMBER BACK OF TRANSMISSION 174. STANDARD MIDSHIP#1 CROSSMEMBER(S) 175. STANDARD REARMOST CROSSMEMBER 176. HEAVY DUTY SUSPENSION CROSSMEMBER 17 Chassis Equipment: Yes No Comment(s) 7. 178. THREE-PIECE 14 INCH PAINTED STEEL BUMPER WITH COLLAPSIBLE ENDS 179. FRONT TOW HOOKS- FRAME MOUNTED 180. BUMPER MOUNTING FOR SINGLE LICENSE PLATE 181. FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS 182. HUCK-SPIN ROUND COLLAR CHASSIS FASTENERS Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 11 of 17 183. Fuel Tanks: Yes No Comments) 184. 80 GALLON/302 LITER ALUMINUM FUEL TANK—LH 185. 23 INCH DIAMETER FUEL TANK(S) 186. PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S)WITH PAINTED BANDS 187. FUEL TANK(S) FORWARD 188. PLAIN STEP FINISH 189. FUEL TANK CAP(S) 190. DAVCO 245 FUEL/WATER SEPARATOR WITH 12 VOLT HEAT AND WATER IN FUEL SENSOR 191. EQUIFLO INBOARD FUEL SYSTEM 192. HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 193. FUEL COOLER 194. Tires: Yes No Comment(s) 195. MICHELIN XZU-S2 315/80R22.5 20 PLY RADIAL FRONT TIRES 196. MICHELIN XDN2 11R22.5 14 PLY RADIAL REAR TIRES 197. Hubs: Yes No Comment(s) 198. CONMET PRESET PLUS PREMIUM IRON FRONT HUBS 199. CONMET PRESET PLUS PREMIUM IRON REAR HUBS 200. Wheels: Yes No Comment(s) 201. 11R22.5 STEEL FRONT WHEELS 202. 11 R22.5 STEEL DISC REAR WHEELS 203. FRONT WHEEL MOUNTING NUTS 204. REAR WHEEL MOUNTING NUTS 205. Cab Exterior: Yes No Comment(s) 206. 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 12 of 17 Cab Exterior (continued): Yes No Comment(s) 208. AIR CAB MOUNTING 209. NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 210. 2-1/2 INCH FENDER EXTENSIONS 211. LH AND RH GRAB HANDLES 212. HOOD MOUNTED CHROMED PLASTIC GRILLE 213. CHROME HOOD MOUNTED AIR INTAKE GRILLE 214. FIBERGLASS HOOD 215. TUNNEL/FIREWALL LINER 216. SINGLE 14 INCH ROUND POLISHED AIR HORN ROOF MOUNTED 217. DUAL AIR AND ELECTRIC HORNS 218. SINGLE HORN SHIELD 219. DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME 220, KEY QUANTITY OF 4 221. REAR LICENSE PLATE MOUNT END OF FRAME 222. INTEGRAL HEADLIGHT/MARKER ASSEMBLY WITH CHROME BEZEL 223. LED AERODYNAMIC MARKER LIGHTS 224. DAYTIME RUNNING LIGHTS 225. OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE WIRING WITH SEPARATE STOP/TURN WIRES TO 4 FEET BEYOND END OF FRAME 226. STANDARD FRONT TURN SIGNAL LAMPS 227. DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE 228. DOOR MOUNTED MIRRORS 229. 102 INCH EQUIPMENT WIDTH 230. LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS 231. STANDARD SIDE/REAR REFLECTORS 232. Cab Exterior (continued): Yes No Com;',ent(s) (4.- 47 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 13 of 17 2-STAGE ELECTRIC HORN AND HAZARD LAMP ALERT CONTROLLED BY PARTICULATE FILTER REGENERATION REQUIRED STATUS 234. COMPOSITE EXTERIOR SUN VISOR 235. 63X14 INCH TINTED REAR WINDOW 236. TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS 237. RH AND LH ELECTRIC POWERED WINDOWS, PASSENGER SWITCHES ON DOOR(S) 238. 1-PIECE SOLAR GREEN GLASS WINDSHIELD 239. 2 GALLON WINDSHIELD WASHER RESERVOIR WITH FLUID LEVEL INDICATOR, FRAME MOUNTED 239. Cab Interior: Yes No Comment(s) 240. OPAL GRAY VINYL INTERIOR 241. MOLDED PLASTIC DOOR PANEL WITHOUT VINYL INSERT WITH ALUMINUM KICKPLATE LOWER DOOR 242. BLACK MATS WITH SINGLE INSULATION 243. FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING 244. IN DASH STORAGE BIN 245. (2) CUP HOLDERS LH AND RH DASH 246. GRAY/CHARCOAL FLAT DASH 247. SMART SWITCH EXPANSION MODULE 248. 5 LB. FIRE EXTINGUISHER 249. HEATER, DEFROSTER AND AIR CONDITIONER 250. STANDARD HVAC DUCTING 251. MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 252. STANDARD PLUMBING WITH SHUTOFF VALVES 254. Cab Interior: (continued) Yes No Comment(s) v -f- 0.c i' 47 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 14 of 17 VALEO HEAVY DUTY NC REFRIGERANT COMPRESSOR 254. BINARY CONTROL, R-134A 255. PREMIUM INSULATION 256. SOLID-STATE CIRCUIT PROTECTION AND FUSES 257. 12V NEGATIVE GROUND ELECTRICAL SYSTEM 258. DOME LIGHT WITH 3-WAY SWITCH ACTIVATED BY LH AND RH DOORS 259. LH AND RH ELECTRIC DOOR LOCKS 260. (1) 12V POWER SUPPLY(1) DUAL 2.1 AMP USB CHARGER IN DASH 261. TRIANGULAR REFLECTORS WITHOUT FLARES 262. BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 263. BASIC HIGH BACK STANDARD SUSPENSION PASSENGER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 264. DUAL DRIVER AND PASSENGER SEAT ARMRESTS 265. LH AND RH INTEGRAL DOOR PANEL ARMRESTS 266. GRAY CORDURA PLUS CLOTH DRIVER SEAT COVER 267. GRAY CORDURA PLUS CLOTH PASSENGER SEAT COVER 268. BLACK SEAT BELTS 269. FIXED STEERING COLUMN 270. 4-SPOKE 18 INCH (450MM) STEERING WHEEL 271. DRIVER AND PASSENGER INTERIOR SUN VISORS 273. Instruments and Controls Yes No Comment(s) 274. GRAY DRIVER INSTRUMENT PANEL 275. GRAY CENTER INSTRUMENT PANEL 276. ENGINE REMOTE INTERFACE WITHOUT INTERLOCKS 277. BLACK GAUGE BEZELS (in41-4 A- f? 1 n MI 47 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 15 of 17 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 279. 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 280. INTAKE MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 281. 97 DB BACKUP ALARM 282. ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL 283. KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION;4 POSITION OFF/RUN/START/ACCESSORY 284. ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS,28 LED WARNING LAMPS AND DATA LINKED 285. (1) HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH AND (1)SAE J1939 DIAGNOSTIC INTERFACE CONNECTOR LOCATED CENTER OF DASH 286. 2 INCH ELECTRIC FUEL GAUGE 287. ENGINE REMOTE INTERFACE WITH MULTIPLE SET SPEEDS 288. ENGINE REMOTE INTERFACE CONNECTOR IN CAB BETWEEN DRIVER AND PASSENGER SEATS 289. TMC RP170 INTERFACE CONNECTOR 290. ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 291. 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE 292. ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 293. CUSTOMER PTO CONTRS 294. ELECTRIC ENGINE OIL PRESSURE GAUGE 295. AM/FM/WB WORLD TUNER RADIO WITH BLUETOOTH AND USB AND AUXILIARY INPUTS J1939 296. DASH MOUNTED RADIO 171--0/ IA ( 111Aj' A 6 4 7 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 16 of 17 (2) RADIO SPEAKERS IN CAB 298. AM/FM SIDE MIRRORUNTED 299. ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 300. STANDARD VEHICLE SPEED SENSOR 301. ELECTRONIC 3000 RPM TACHOMETER 302. IGNITION SWITCH CONTROLLED ENGINE STOP 303. PRE-TRIP LAMP INSPECTION, ALL OUTPUTS FLASH,WITH SMART SWITCH 304. DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 305. SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 306. MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 307. ALTERNATING FLASHING HEADLAMP SYSTEM WITH BODY BUILDER CONTROLLED ENGAGEMENT 308. ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 309. SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER,WASHER/WIPER AND HAZARD IN HANDLE 310. INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS v \r\-X •+— k 0_ z c 47 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 17 of 17 311. Design/Color: Yes No Comments) 312. PAINT:-WHITE 313. BLACK HIGH SOLIDS POLYURETHANE CHASSIS PAINT 314. SUNVISOR PAINTED SAME AS CAB COLOR 315. STANDARD E- COAT/UNDERCOATING 312. Certification/Compliance: Yes No Comment(s) 313. US FMVSS CERTIFICATION 314. CORPORATE PDI CENTER IN- SERVICE ONLY 315. CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L 187.36 IN 316. CALCULATED SPACE AVAILABLE FOR DECKPLATE: 190.45 IN Instructions to Bidder—Any item that is marked "NO" please give explanation on a separate sheet of paper. CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet BODY SPECIFICATION: YES NO COMMENTS 1-Body capacity The body has a rounded shape enhancing resistance to deformation,durability and better legal payload. The minimum capacity of the body. 24 cu.yd The maximum capacity of the body. 27 cu yd Hopper capacity is(please specify) Total capacity of the body including hopper. 2-Body dimensions The body is rounded for better resistance The body is tapered(walls and roof)to facilitate the unloading of the material and to increase compaction ratio. Overall body length,including hopper and tailgate is: 318 in Overall body height above frame is: 103 in The outside body width is not to exceed: 102 in Inside body width at front is: 78 in Inside body width at rear is: 87 in Width tapering is: 9 in Inside body height at front is: 89 in Inside body height at rear is: 92,5 in Height tapering is: 3,5 in 3-Body floor construction Body floor is curved for better resistance to deformation The body floor is made of abrasion resistant steel. Body floor steel grade is: Hardox 450 Body floor thickness is: • 0,157 in _Body floor yield strength is: 175 000 psi Long sills are made from: HSS TUBING Long sills dimensions is: 6X2X3/8 in Long sills steel grade is: A-500 Grade C _ _ Long sills yield strength is: 50 000 psi • Nomber of sills under floor is: 2 — — 4-Body walls construction YES NO COMMENTS Body side walls are rounded and smooth, improving resistance and lightness.They are in one piece,full length of the body to reduce welding seams. Body windows are installed on the front wall of the body,to indicate when body is full. Body windows(2)dimensions are: 5 x 4 in Upper wall corner is rounded for better resistance to compression and stress PAUint A B 0 47 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 4-Body walls construction(continued) YES NO COMMENTS A1011 Lower body side walls steel grade is: HSLAS-F GR 80 Lower body side walls thickness is: 10ga Lower body side walls yield strength is: 80 000 psi Upper body side walls steel grade is: A1011 HSLAS-F GR 80 Upper body side walls thickness Is: 12 ga Upper body side walls yield strength is: 80 000 psi Font wall steel grade is: A1011 HSLAS-F GR 80 Font wall thickness is: 12 ga Font wall yield strength is: 80 000 psi 5-Body roof construction YES NO COMMENTS Body roof is rounded and made of high yield steel for maximum resistance to stress Roof steel grade is: A1011 HSLAS-F GR 80 Roof thickness is: 12 ga Roof yield strength is: 80 000 psi 6-Hopper dimensions and construction The hopper floor is made of abrasion resistant steel. Hopper depth is: 23 in Hopper length is: 76 in Hopper width is: 65 1/2 in Hopper height,at front,from bottom to canopy is: 78 in Hopper height,at rear from bottom to canopy is: 81 in Hopper floor steel grade is: Hardox 450 Hopper floor thickness is: 1/4 in Hopper floor yield strength is: 175 000 psi Hopper lower side walls steel grade is: Hardox 450 in Hopper lower side walls thickness is: 1/4 Hopper lower side walls yield strength is: 175 000 psi The hopper upper left wall thickness is: 10 ga The hopper upper right wall thickness is: 10ga 6-Hopper dimensions and construction YES NO COMMENT(S) (continued) The hopper walls upper part steel grade is: ASTM A1011 CS A hinged door is installed to allow operator's access to the hopper on curbside. Door on street side not accepted CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 6-Hopper dimensions and construction YES NO COMMENT(S): (continued) Door is held open or close with manual locks. The hopper access door thickness is: 10 ga The hopper access door steel grade is: ASTM A1011 CS The hopper access door dimensions: 23 x 47 in Canopy steel grade is: A1011 CS Canopy steel thickness is: 12 ga Hopper front wall steel grade is: A1011CS Steel thickness of hopper front wall is: 14 ga The hopper sump box volume is: 30 gal The hopper sump box dimensions are: 14 X 6 X 80 in Sump boxes doors dimensions are: 15X9in Floating panel steel grade is: • A1011 CS Floating panel thickness is: 10ga Floating panel yield strength is: 80 000 psi Floating panel dimensions are: 61x30in Breaker bar steel grade is: 50W Breaker bar thickness is: 3/8 in Breaker bar yield strength is: 50 000 psi Breaker bar dimensions are: 06 x 65 in Length from packer face to breaker bar is: 45 in 7-Rear tailgate YES NO COMMENT(S): The rear tailgate is operated by 2 hydraulic cylinders. The rear tailgate is equipped with automatic hydraulic locks and constant pressure system to allow leakproofjoint pressure system to allow leakproof joint Tailgate hydraulic line is equipped with flow restrictor to prevent sudden descent. A channel mounted rubber seal is installed on the tailgate to prevent liquid leakage. The tailgate pivots around a fixed point preventing seal damage and friction against body A cab mounted audible alarm is provided to indicate when the tailgate is unlocked. A manual tailgate control recessed within a guard is installed in the cab to prevent accidental activation. Tailgate steel grade is: A1011 HSLAS-F GR 80 Tailgate skin thickness is: 12 ga Tailgate yield strength is: 80 000 psi Tailgate hinge pin steel is: Casting steel 8630 V\� �►� ? 2 °'C � 7 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 7-Rear tailgate(continued): YES NO COMMENT(S): Tailgate hinge pin surface treatment is: Nitrided Tailgate hinge pins diameter is: 1 1/4 in The number of cylinders operating the tailgate is: 2 Tailgate cylinder bore diameter is: 21/2 in Tailgate cylinder rod diameter is: 1 3/4 in Tailgate cylinder rod surface treatment is: Chrome- plated Tailgate cylinder stroke is: 39 in Tailgate cycle time at idle is: 47 sec Tailgate seal height is: 35 in Tailgate safety prop lenght is: 22 in The tailgate opening angle is not less than (above horizontal): 45° Tailgate Lenght 48 in Tailgate top frame steel is: A-500 Grade C _ _ Tailgate top frame thickness is: 3/16 in Tailgate bottom frame steel is: A-500 Grade C _ _ Tailgate bottom frame thickness is: 1/4 in Tailgate side frame steel is: A-500 Grade • C _ _ Tailgate side frame thickness is: 3/16 in 8-Packer YES NO COMMENTS Packer is operated by 2 single stage, double acting cylinders. One complete set of packer controls located in cab is provided. — Packer controls consist of start,retract and emergency stop. Emergency red button is provided to stop packer ram movement at any time. _ Control buttons are industrial type,color coded and weather resistant Pressure on garbage is(single axle chassis): N/A psi Pressure on garbage is(single axle with tag and tandem): 42 psi The packer is guided by 2 rails made of steel grade: Hardox 500 Rail wear plates thickness is: 1/4 in Rail wear plates yield strength is: 190 000 psi Rail dimensions are: 3Y2 x2 3/16 in _ _ Packer underside wear shoes steel grade is: Hardox 450 Packer underside wear shoes thickness is: 3/8 in Packer underside wear plates yield strength is: 175 000 psi Packer topside wear shoes steel grade is: Hardox 450 Packer topside wear shoes thickness is: 1/2 in (), (0a - ; of 47 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 8-Packer(continued) YES NO COMMENTS Packer topside wear plates yield strength is: 175 000 psi Packer cylinders rods are: Chrome- plated Cylinder bore diameter is: 4 in Cylinder rod diameter is: 2'/in Cylinder stroke is: 40 in Cylinders force is(single axle chassis): • N/A lbf Cylinders force is(single axle with tag and tandem): 75 400 lbf Packer force on garbage is(single axle chassis): N/A lbf Packer force on garbage is(single axle with tag and tandem): 66 750 lbf Maximum compaction of refuse is(single axle chassis): N/A lbs/cu.yd Maximum compaction of refuse is(single axle with tag and tandem): 850 Ibs/cu.yd Inside width of packing ram is: 64 1/2 in Inside heigth of packing ram is: 24 in Packing ram stroke is: 52 in Packing ram top steel grade is: 100QT Packing ram top thickness is: 1/4 in Packing ram top yield strength is: 100000 psi Packing face plate steel grade is: 100QT Packing face plate thickness is: 1/4 in Packing face plate yield strength is: 100 000 psi Packing ram swept volume is: 1,75 cu.yd Penetration of the ram into body is: 6 in Packer ram cycle time without regeneration 12 sec @ is: 1200 rpm Packer length(including follower panels) 55 in Packer cylinder pins steel is: Casting steel 8630 Packer cylinder pins surface treatment is: Nitrided Packer cylinder pins diameter is: 1 3/4 in Packer cylinder pins are easily greasable. Follower panels steel grade is: AR200 Follower panels thickness is: 3/16 in Follower panel yield strength is: 70 000 psi Following panel dimensions are: 16 13/16 x 57 in A floating UHMW packer scraper keeps debris inside the compaction zone. UHMW scraper dimensions are: 3x 55in UHMW scraper thickness is: 3/4 in Px k t ofe 47 • CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 9-Hydraulic system YES NO COMMENTS The hydraulic system is designed to allow easy maintenance Hydraulic system is composed of a double Denison vane pump,one section for the body functions and one for the arm. Pumps have a common suction port. Pumps have a common suction port. The hydraulic pressure body line shall be equipped with a Denison relief valve R5P,a Denison vent valve W01 with a 12 volts DC in fine mounted solenoid to divert the flow back to tank when pump is not engaged,and a flow control block for system protection. The hydraulic pressure arm line shall be equipped with a Denison relief valve R5P,a Denison vent valve W01 with a 12 volts DC in line mounted solenoid to divert the flow back to the suction port when pump is not engaged,and a flow control block for system protection. The hydraulic tank is pressurized for pump protection(Except saddle tank) The hydraulic tank is equipped with magnetic drain plug,oil level and temperature gauge and shut-off ball valve on suction line. gauge and shut-off ball valve on suction line. The hydraulic tank has an inspection and clean out cover. • Return line filter is tank mounted style Return filter has a bypass valve and a differential pressure gauge. 100 mesh suction strainer is installed inside tank Hydraulic steel tubing is used where flexibility is not needed. All hydraulic steel tubes are zinc plated to prevent corrosion. All tubes are securely clamped to prevent vibration,abrasion and excessive noise All hoses are double braided minimum,high burst rated and abrasion resistant All hydraulic hoses meet SAE standards All hose bending radius respect manufacturer's requirements Hydraulic system operates at acceptable temperature without extemal cooler Quick disconnect fittings are provided so that a pressure gauge can be easily connected without using tools or hydraulic fittings removal. Body functions pump flow is: 20 gpm @ 700 rpm Arm functions pump flow is: 16 gpm @ 700 rpm Hydraulic system pressure relief valve for the body is(single axle chassis): N/A psi Hydraulic system pressure relief valve for the body is(single axle with tag and tandem): 3000 psi Hydraulic system pressure relief valve for the arm is: 2000 psi Hydraulic tank capacity is: 84 gal _ Maximum quantity of oil in hydraulic tank is: 68 gal _ _ CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 9-Hydraulic system(continued): YES NO COMMENT(S): Hydraulic tank is baffled. Hydraulic tank is pressurized at: 5 psi The return line filter capacity is: 150 gpm Nominal filtration rating is: 5 micron The suction line strainer capacity is: 100 gpm Suction line strainer size is: 100 mesh Beta filtration ratio per ISO 16889 is: Beta ratiol0 L200 The return line filter derivation valve cracking pressure is: 40 psi Hydraulic pump driving shaft is: HD spicer (1310) 10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S): HAND HD"32 to 95 gal(Optional) Arm is attached under body to minimize chassis stress Arm valve is mounted on body side,not on chassis Arm has integrated counterbalance valves in all cylinders to eliminate potential drift Extension cylinders have integrated hydraulic cushioning(adjustable on extension,extension, non-adjustable on retraction) Lift function uses electronic cushioning for smooth action and low cab rocking Joystick-manual triggers that internally utilize contactless technology for better reliability Lifting arms are linked together by keyless bushings. Joystick has a deadman switch for additional safety. Extension rails are activated by 2 cylinders. Extension rails cylinders are clevis mounted. Two leveling rods allow smooth displacemement and rotation above hopper. Leveling rods have spherical bushing at both ends for better durability. Leveling rods are adjustable in lenght to modify grabber angle. • Grabbers fingers are controlled by two synchronized hydraulic cylinders and shall use high friction rubber replaceable blocks to enable loading of a wide range of wheeled carts: Grabber has an automatic closing function when dumping to prevent cart slipping and collision with hopper. The"auto-closing system"is activated by a limit switch located on the side of the arm. Arm has a limit switch for hopper/side cameras automatic switching. Arm and grabber are powder coated safety yellow. Arm C-rail extension steel is: 44W Arm C-rail extension yield strength is: 44000 psi Arm I-rail extension steel is: A572 GR 50 Arm I-rail extension yield strength is: 50000 psi ��c�► D A-- '( of 4? CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S): HAND HD"32 to 95 gal(continued): Arm lift frame yield strength is: 50000 psi Extension rails shall slide on heavy duty bearings. Extension rails cylinders diameter is: 1,5 in Extension rails cylinders rod diameter is: 1 in Extension rails cylinders stroke is: 52 15/16 in Extension rails cylinders rod surface treatment is: Nitrided Lifting cylinder diameter is: 3 in Lifting cylinder rod diameter is: 1,75 in Lifting cylinder stroke is: 15 3/4 in Lifting cylinder rod is: Nitrided Lifting chains type&lacing are: Leaf,6x6 Main arm shaft diameter is: 4 in Inner tube wear pads are: Nyloil Grabber cylinders diameter is: 1.5 in Grabber cylinders rod diameter is: 1 in Grabber cylinders stroke is: 6 3/8 in Grabber cylinders rods are: Nitrided Lifting device minimum bin size is: 32 gal Lifting device maximum bin size is: 95 gal Maximum lifting capacity of arm at maximum reach is: 1000 lbs Maximum lifting capacity of arm at minimum reach is: 1000 lbs Overall Height Above Frame When Dumping is: 113 in Maximum horizontal reach(center of cart)is: 144 in Minimum horizontal reach is: 0 in Arm swing out effect is: 36 in Dump cycle time of arm at minimum reach is: 10 sec Dump cycle time of arm at maximum reach is: 20 sec Arm weight is: 2310 lbs Arm maximum operating pressure is: 2000 psi Grabber maximum operating pressure is: 1200 psi Extension and lifting arm valves are: Electro- Proportional • Grabber valves are: Electric On/Off type Arm is controled by: Electric joystick _ Arm and cylinders warranty is: 1 year Dumping angle is: 47 deg FX 6I � A S 7 O3 '7 of 4-7 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 11-Body lifting mechanism YES NO COMMENT(S): The body hoist cylinder is front mounted with outer cover and top ported One safety prop is supplied to support the body in the raised position. A light and audible alarm in cab are provided to indicate when body is raised and remain activated until it is not completely down. Body is raised by one single acting front mounted telescopic cylinder with: 4 sections Telescopic cylinder rods surface treatment is: Salt bath Nitrided Cylinder stroke is: 180 in Cylinder Lifting capacity is: 49000 lbs Body cylinder bore diameter is: 6 1/16 in Body dump angle is: 45 deg Body lifting cycle time is: 65 sec @ 700 rpm 12-Crusher panel(Optional) YES NO COMMENT(S): An optional crusher panel is installed on the front wall of the body to optimize the compaction of the material and to facilitate the transfer into the body. Hydraulic protection is supplied to prevent dumping on top of the panel Two rubber strips 2-3/8"wide are attached on crusher panel sides to keep the material from flying out Crusher panel steel grade is: 50W Crusher panel thickness is: 3/16 in Crusher panel dimensions are: Crusher panel is operated by 1 cylinder. 52 x 36 in Crusher panel cylinder rod is: Chrome- plated Crusher panel cylinder bore diameter is: 2 in Crusher panel cylinder rod diameter is: 1 1/2 in Crusher panel cylinder stroke is: 14 1/2 in Crusher panel cylinder pins steel is: Cold-roll Stressproof Crusher panel cylinder pins surface treatment is: Nitrided Crusher panel cylinder pins diameter: 1 in Crusher panel cycle time is: 9 sec 13-Electrical/Pneumatic systems YES NO COMMENT(S): All stop,directional,tail and clearance lights are LED type,recessed mount and water tight All lights are FMVSS#108 compliant Rear lights are integrated to tailgate structure. —Dual-Tone back-up alarm is provided. Limit switches are heavy duty,industrial type, water tight with adjustable arm All circuits are protected with resettable circuit breakers and wiring is color coded and numbered. �c c �i 4- 3 o 4-7 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 13-Electrical/Pneumatic systems YES NO COMMENT(S): (continued): Wiring conforms to SAE J1128. Wiring connections are sealed with shrink tube _All wiring run in plastic loom. Electrical/Pneumatic valves are installed in a watertight box All electric wires are run in side rub rails with bolted access panels for easy access,no — — wiring under body 14-Controls caracteristics YES NO COMMENT(S): Tailgate switch is: Electric Body lift switch is: Electric — — Pump switch is: Electric — — Packer controls are: Electric If the body hydraulic control valve is pneumatic,electrical/pneumatic control valveswill transfer the signal from the cab control to the body hydraulic control valve. 15-Console standard characteristics YES NO COMMENT(S): All body and arm functions are controlled via a Canopen network An LCD display with integrated diagnostic functions is installed in the cab — — Real time operation assistance with continuous system status on screen —All switches(except Packer controls)are illuminated. —16-Accessories YES NO COMMENT(S): Mud flaps are supplied at front and rear of rear axle. 17-Painting YES NO COMMENT(S): All parts are properly cleaned of all dirt, grease and weld slag. Body,hopper and arm are shot blasted with steel beads — — One coat(0,002")of polyurethane primer Imron Elite is applied on body — — One finish coat(0,002")of polyurethane paint Imron Elite is applied on body — — Finish paint coat is baked.125°F-150°F Arm is powder coated,safety yellow 18-Manuals YES NO COMMENT(S): Parts,service and operator's manual are supplied for the refuse packer. — — 19-Lubrication YES NO COMMENT(S): All body hinges,cylinder rod ends,cylinder base, —trunnion and pivot points are supplied with grease fittings. — — 20-Warranty YES NO COMMENT(S): The body manufacturer is certified ISO 9001. —All internal inspection documents such as intermediate inspection booklets made at the — — body manufacturer are available and filed per vehicle. Length of warranty on defective parts will not be less than: 1 year — — Length of warranty on hydraulic cylinders and hoses will not be less than: — — 1 year �,riNtr,11,94 A ? ot of 4-7 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet Length of warranty on defective parts will not be less than: 1 year 20-Warranty(continued): YES NO COMMENT(S): Length of warranty on automated arm is not less than: 1 year The body manufacturer is certified ISO 9001. Manufacturer and welders are certified by the Canadian Welding Bureau(CWB)and conforms to the standards: Welding procedure and materials are certified by the Canadian Welding Bureau(CWB)and conforms to the standards: 21-Options Grabber Counting Device Spill Shield Auxiliary Arm Control located curbside of the cab Packer Control on the joystick Hot Shift PTO Hydraulic Tank Heater Body Controls to be Electric Over Hydraulic Triple Work Lights Alternating/Flashing 4"LED Lights Front and Rear — 6"Strobe Rear mounted Multifunction LED Light Package Triple Camera System Anti-sail Mud Flaps on rear Central Grease Point-Follower Panel Rollers,Pack Shoes/Rails Clean Out Tool Installed 20 lbs.Fire Extinguisher Ground Level Grease Point for Tailgate and Hopper Door Hinges Hopper Floor Liner 1/4"Hardox 450 Retainer Teeth in Hopper • Instructions to Bidder—Any item that is marked"NO"please give explanation on a separate sheet of paper. EX kl bit Pr 40 o/ - 47 PROPOSAL SHEET One (1) Cardboard Recycling Truck Price Per Unit$ Make and Model Number: Cab and Chasis Fully Automated Body Warranty: Cab and Chasis: 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. Please list dealership information that warranty work will be performed at: Preferred delivery time after PO is issued is, 150 days or less from issue date Delivery time after PO is issued if preferred date cannot be met. Bid firm for how long? Bid to include all shipping and handling charges. Commercial trash Truck to be delivered To the Richmond Sanitary District,2380 Liberty Avenue. Awarding Dealer will instruct RSD personnel on operation of the unit at the same time of delivery. Company Authorized Signature Phone number Contact Person Date• �► � r A LE , 7 Indiana Local Preference Claim: • Definitions: • Affected County—Wayne County or an adjacent caunly. 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 Preferen.cce 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 Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. • • • INDJ[4 A LOCAL.P1 E]N'IER NCE CLAIM (O lE ly fin out this Part if claiming to be a Locall Indiana I;usinness) • 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. • • h 43 o 47 • POST COD SITBIVIIITTAL 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 Number: Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: 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: Nu mber 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 locationnamed 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, I.,idder shall[redact all Social Security Numbers • JE Vern r Requirements: Definitions: E-Verify 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. a a a a a a a a a a a a a i3 a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a cip COMPLIANCE WITH INDIfANA iL-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. • 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) s . - 41.e Ck 47 • 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 refuted by Contractor in the manner set forth in IC 5-22-16.5,the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety(90) day period set forth above. -7 1 _: _xiqi)01-1--E I ‘156)1 I 1 PROPOSAL SHEET One (1) Cardboard Recycling Truck Price Per Unit$ oR9 6+ ID Make and Model Number: ii Cab and Chasis yr.:,.. . �0��-P`•I 0IR Fully Automated Body Al 1,01 S 1.C6) kJ ,Q c;L_ k.) Warranty: *� /us&-rr" t��� /^ j n j�Cab andChasis:�( a,�PA6 ).)4,.c�so`(rt .l�.CWI{ti01- t,..4L9 '��'�CI ITOVi1,4' Fully Automated Body: l L h . r4 o ` ••1, QL� at�a t 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. Please list dealership information that warranty work will be performed at: Preferred delivery time after PO is issued is, 150 days or less from issue date SO(1,4,..) Delivery time after PO is issued if preferred date cannot be met. Bid firm for how long? SD nt Bid to include all shipping and handling charges.Commercial trash Truck to be delivered To the Richmond Sanitary District,2380 Liberty Avenue. • Awarding Dealer will instruct RSD personnel on operation of the unit at the same time of delivery. • _.)5.th:paret Company CtilAymoil,, Auth ed Signature 21 -1-155-a5q 1 ,N, dU4Ate PhonC member CoilVt Person . (9' 1 s--a..1 Date Exkv.brit- B • emu, OFFER-OR PROPOSAL SAL FOR SALEOR LEA ,E OF MATERI42 2 �L • (Please type or print) • • Date: (o`1 " �.l • 1i 1. Governmental Unit; r +CA Ite^fy: Dt rv- . . 2, County: t?ri-Lli W y1\ • . . / • • . 3... Bidder (Firm): r lea Hie n •Ly... •' Address: S. P 1 r;e Si. Po iaox•6 a • . • City/a ate: , Rc;t[+nc� I-kg Tr 1..1 4, Telephone Number; 4g • 6. •Agent of'Bld`der (if applicable); ' ' •Pursuant to notices given, the undersigned offers,bid( ),to +r. (Governmental Unit) in accordance with the following ettaohment(s) which specify the class dr Item nurnber or description, quantity, unit; unit price and total amount. The contract will be awarded by classes or Items,In accordanoe with epecifloatluns,Any changes or altera- • bons in the:.ltems specified will rencfer•such bid void as to,that class or Item: Bidder promises that he has•not offered.nor received a less price than the pride stated in his bid for the materials Included in saId bid. Bidder fur •thor agrees that he will not withdraw his bid from the office in which ft is flied, A certified check or bOnd•uhail be filed with each bid if required, and liability for breach shall be•enforceable upon the contract,the bond or cer- tified check or both•as the case may be, . • • Igna umo alddsr or Agent • • • • • • BID OFlri;P OR PFTQFOSAL • Attach separate sheet listing each item bid based on specifications published by governing body,Following le an example of the bid format: • , • Clash or Rom Quantity Unit Desoriptlon, II Unit Prim Amami I I• • • . . )((11`k)i. - B • • NON.COLLUSION AFFIDAVIT : o� T 1T)_ OF INb1ANA • , • i`'�.. COUNTY' ss: The,undersigned bidder or agent,being duly sworn on oath,says that he has not,nor hak any other member, representative, or agent of the•firm, c❑mpany,,00rporatlon or partnership represented by him, entered Into any combination, collusion or agrdoment with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to Induce arnyo17e to refrain from bidding,and that this bid is made without reference to any other bid and Without any agroement, understanding or combination with any other person In • reference to such bidding. • • ' He further says•that•no person or persons,firma,or.00rporation has;have or will receive directly or lhdlrpot. . .y, any rebate, fee, gift, oommissloh or thing cif value on a punt of ouch safe. • • `$1 tier Firm) • , • ubsorlbed and swornJ cJ_ Iti aturo of Bidder Or Genf . to� Bf01'8 me this J _;j_ _ day of �', t'1(— •) �[y um-mission ) upires; - t') 1U� 20N11111111% 4 5 1l'►�\dA&/() (tu,� o %� L',-I�- iounty ,of Assldance� `fit • ` l+lot�ry Publla , ��f" (� , T.F �2 zoos •P. • ACCEPTANCE act``: °o� °�.<a� There now beingsu(flalo t • 'n` licit Po c ' �i =• n unobligated appropriated funds' available, the oontraoting autk,�ft. oP§ '•' ^S; (governmental Unit) hereby accepts the terms of the attache• _ ••" Porte � r.lasses or Items numbEred � �;��T�3�on Nu\ O`\�� and promises,to pay the undersigned bidder upon deli�i%#ymill `��� ie price quoter"folr the materials stipulated In said bid. Oontraoting Authority Members: • pate; • . • • • . • • • • . • I 1 Pyramid Equipment, Inc QUOTATION 6� 21 South Prairie Street P 0 Box 127 Quote Number: 8275 Rolling Prairie, IN 46371-0127 Quote Date: Jun 15,2021 Page: 1 Voice: 219-778-2591 Fax: 219-778-2592 Quoted To Ship To City of Richmond Sanitary District Attn:Accounts Payable 2380 Liberty Avenue 50 North Fifth Street Richmond, IN 47374 Richmond, IN 47374 Customer.ID Good Thru . Payment.Terms Sales-Rep " CITYRICMOND 7/15/21 Net 30 Days Linback,Jeffery Qty Line Item ID ` Description Unit.Price Amount'.. 1.00 *2022 Freightliner M2106 Conventional Chassis 246,860.00 246,860.00 WITH 1.00 *New Way ASL22 Sidewinder Automated Side-load Body -Per Richmond Sanitary District bid specifications Due to the instability of the steel market, prices subject to change Subtotal 246,860.00 Sales Tax without warning Any applicable taxes, i.e. IN Sales Tax, Federal Excise Tax(PET), etc, will TOTAL 246,860:00 charged on the Invoice unless a valid Exemption Certificate is included v 1 order. F-X ins WEST541 (4- SEND A MUTUAL INSURANCE COMPANY° Bond Number 2493388 Bid Bond 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 City of Richmond 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 Single Axle Automated Garbage Truck 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 22 day of June ,20 21 Principal: PYRAMID EQUIPMENT INC (SEAL) Witness , 4 GW c .T Name Typed: Jon-Paul Surma,President Ulf Title Surety: West B nd Mutual Insu ce Company J ' By: W" (, (�'1�1/L (SEAL) Witness: �u ,t "`' Name Typed: TARA PATTERSON � .Attorney-In-Fact Title Agency Name: DAN BERRY INSURANCE AGENCY INC Address: 54101 IRONWOOD RD 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 I Middleton,WI 53562 I Phone:(608)410-3410 I Fax: (877)674-2663 I www.thesilverlining.com • FYni o ( 1- 6 * (01- WEST BEND THE SILVER LINING° A MUTUAL INSURANCE COMPANY° Bond No. 2493388 • POWER OF ATTORNEY 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 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: Ten Million Dollars($10,000,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21s1 day of December, 1999. Appointment ofAttorney-In-Fact. The president or any vice president,or any other officer of West Bend Mutual Insurance Company may appoint by written certificate Attorneys-In-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company,and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment may be revoked,for cause,or without cause,by any said officer at any time. In witness whereof,the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember,2017. caii-ter C. ` t � � .... Attest u& ��'•,: 4, a• °coRPorur\ Christopher C.Z gart i F;$`. I{evin A.Steiner Secretary SEAL{?,i' Chief Executive Officer/President rp," State of Wisconsin .. County of Washington On the 22nd dayof September,2017, before me personallycame Kevin A.Steiner,to me known beingbydulysworn,did depose and P P 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. .d• /1,u„ r___, • NornRy Juli A nedum PUeUC 4; Senior orporate Attorney FOF wis°°.y' Notary Public,Washington Co.,WI ••.• 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 22nd day of June , 2021 is Irls�•••.,• 1 tCRPORArF `� SEAL lei 1: i. a,4: Heather Dunn `D Y' Vice President—Chief Financial Officer furors Notice: Any questions concerning this Power of Attorney may Be directed to the Bond Manager at NSI,a division of West Bend Mutual Insurance Company. 1900 S.18,h Ave. West Bend,WI 53095 I ph(262)334-6430 I 1-800-236-5004 I fax(262)338-5058 I www.thesilverlining.com h, 1- 6 • 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 maintRin this certification.through out 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 \4, day of "So ,2(3a1 . e) • O(�'�c►-c� Svkenc, (printed name) Q56-2_ CITY OF RICHMOND, INDIANA SANITARY DISTRICT SPECIFICATIONS FOR NEW FULLY AUTOMATED SINGLE AXLE RIGHT SIDE LOADER CARDBOARD RECYCLE TRASH TRUCK (minimum requirements) Vehicle Configuration/Specification: 1. Conventional Refuse Yes No Comment(s) Design, right side drive 2. 2022 Model Year V 3. Set Back Axle ✓ 4. Straight Truck Provision V 5. RH Primary Steering ✓ LH primary steering location with Location RH secondary steering (Fontaine) 6. Truck Warranty V 2 Year base, 2 Year engine, 3 Year (Provide Years/Miles) transmission, & 1 Year of Towing General Service Description: This vehicle will service the needs of the Richmond, Indiana community to collect cardboard at the curbside of residential locations. Travel expected to occur on paved roads (no landfill use) with maximum grade of 8%, 7. Engine: Cummins Diesel Yes No Comment(s) L9 Cummins L9, 350 HP@2200 RPM 2200 GOV RPM 360 HP@2200 RPM,2200 GOV 1050 ft. Ibs@1200 RPM RPM 1150 ft.lbs.@ 1200 RPM, REFUSE 8. Engine Electronic Yes No Comment(s) Parameters: 9. 75 MPH Road Speed Limit ✓ 10. Cruise Control Speed Limit V 11. (same as road speed limit) V 12. PTO Mode engine RPM Limit- 1100 RPM ✓ Limit-1400 RPM 13. PTO RPM with Cruise Set V Cruise Set Switch -1200 RPM Switch—800 RPM 14. PTO RPM with Criuse Resume Switch—800 V Resume Switch-1400 RPM RPM 15. PTO Mode Cancel Vehicle ✓ Speed--5 MPH 16. PTO Governor Ramp Rate ✓ Ramp Rate- 1,000 RPM per sec —250 RPM per second Y 17. PTO Minimum RPM—700 V 15. Regen Inhibit Speed V Threshold —5 MPH rk-00-6--E S5.(02... Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 2 of 17 19. Engine Equipment: Yes No Comment(s) 20. 2016 Onboard ✓ Diagnostics/2010 21. EPAICARBIGHG21 ✓ Configuration 22. No 2008 Carb Emission Has certification label on lower forwar Certification V corner of driver door 23. Standard Oil Pan V 24. Engine Mounted Oil Check ✓ and Fill 25. Side of Hood Air Intake With Firewall Mounted ✓ Donaldson Air Cleaner 26• DR 12V 200 AMP 28-SI Quadramount Pad V Meets spec, but 160 Amps Alternator with remote battery volt sense 27. (3) DTNA Genuine, Flooded Starting Min 2250 CCA, V 2000 CCA, 370 RC 510RC,Threaded stud batteries 28. Battery Box Frame Mounted ✓ 29. Standard Battery Jumpers V 30. Single battery box frame V Under cab mount LH side back of Cab 31. Wire ground return for battery cables with V additional frame ground return 32. Non-polished battery box V cover 33. Cab auxiliary power cable V 34. Positive load disconnect with cab mounted control switch mounted outboard driver seat 35. Positive and negative posts for jumpstart located on ✓ frame next to starter 36. Cummins Turbocharged 18.7 CFM Air Compressor V with internal safety valve 37. Standard mechanical air ✓ compressor governor 2 i�- B 10456-)._ Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 3 of 17 Engine Equipment Yes No Comment(s) (continued) 39. AIR COMPRESSOR DISCHARGE LINE V 40. ELECTRONIC ENGINE INTEGRAL SHUTDOWN V PROTECTION SYSTEM 41. CUMMINS ENGINE INTEGRAL BRAKE WITH V VARIABLE GEOMETRY TURBO ON/OFF 42. LH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT `� Meets spec, but RH side mounted SYSTEM ASSEMBLY WITH LH B-PILLAR MOUNTED VERTICAL TAILPIPE 43. ENGINE AFTERTREATMENT DEVICE,AUTOMATIC OVER THE ROAD ACTIVE ✓ REGENERATION AND DASH MOUNTED SINGLE REGENERATION REQUEST/INHIBIT SWITCH 44, 10 FOOT 00 INCH (120 INCH+0/- 5.9 INCH) EXHAUST SYSTEM V 11 foot 06 inch (138") HEIGHT 45. LH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED V Meets spec, but RH side ROUTED FROM STEP 46. 6 GALLON DIESEL EXHAUST V 13 Gallon DEF Tank FLUID TANK 47. 100 PERCENT DIESEL ✓ EXHAUST FLUID FILL 48. LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK V LOCATION 49. DIESEL EXHAUST FLUID PUMP MOUNTED AFT OF DIESEL V EXHAUST FLUID TANK 50. STANDARD DIESEL EXHAUST ✓ FLUID TANK CAP 51, STAINLESS STEEL AFTER V TREATMENT DEVICE MUFFLER/TAILPIPE SHIELD 52. BORG WARNER(KYSOR) an F Drive Horton Drivemaster REAR AIR ON/OFF ENGINE V On/Off Fan Advantage FAN CLUTCH 53. AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON V ENGINE MOUNTED 54. CUMMINS SPIN ON FUEL V FILTER 3 V*-1 osiF- blb, (02_ Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 4 of 17 COMBINATION FULL FLOW/BYPASS OIL FILTER ✓ I 56. FLEETGUARD PLAIN COOLANT j FILTER ✓ 57, 1100 SQUARE INCH ALUMINUM ✓ RADIATOR 58, ANTIFREEZE TO-34F,OAT (NITRITE AND SILICATE FREE) V EXTENDED LIFE COOLANT 59, GATES BLUE STRIPE COOLANT HOSES OR ✓ EQUIVALENT 60. CONSTANT TENSION HOSE CLAMPS FOR COOLANT V HOSES 61. RADIATOR DRAIN VALVE 62. LOWER RADIATOR GUARD ✓ 63, PHILLIPS-TEMRO 150 WATT/115 VOLT OIL ✓ PREHEATER 64. CHROME ENGINE HEATER RECEPTACLE ✓ MOUNTED UNDER LH DOOR 65. ALUMINUM FLYWHEEL v HOUSING 66. ELECTRIC GRID AIR INTAKE ✓ WARMER 67. DELCO 12V 39MT HD/OCP STARTER WITH THERMAL ✓ PROTECTION AND INTEGRATED MAGNETIC SWITCH Engine Make Cummins Model L9 Horse Power 350 Torque 1050 Emission Year 2010 68. Transmission: Yes No Comment(s) 69. ALLISON 3000 RDS • AUTOMATIC TRANSMISSION V WITH PTO PROVISION 70. TRANSMISSION WARRANTY ✓ (PROVIDE YEARS/DETAILS) 71. Transmission Equipment: Yes No Comment(s) (CONTINUED) 4 la, 66 b?--- 1 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 5 of 17 ALLISON VOCATIONAL PACKAGE 142-AVAILABLE ON 3000/4000 PRODUCT V Package 170 FAMILIES,VOCATIONAL MODEL RDS 73. ALLISON VOCATIONAL RATING FOR REFUSE V APPLICATIONS 74. PRIMARY MODE GEARS, V LOWEST GEAR 1,START GEAR 1, HIGHEST GEAR 6 75. SECONDARY MODE GEARS, LOWEST GEAR 1,START V GEAR 1, HIGHEST GEAR 6 76. PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON (Engine and Use) 77. SECONDARY SHIFT SCHEDULE RECOMMENDED V BY DTNA AND ALLISON, (Engine and Use) 78. PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON(Engine and Use) 79. PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON (Engine and Use) 80. ENGINE BRAKE RANGE PRESELECT RECOMMENDED V BY DTNA AND ALLISON, (Engine and Use) 81. ENGINE BRAKE RANGE ALTERNATE RECOMMENDED BY V DTNA AND ALLISON, (Engine and Use) 82. FUEL SENSE 2.0 83. DRIVER SWITCH INPUT— NONE 84. VEHICLE INTERFACE WIRING CONNECTOR WITH PDM AND V BLUNT CUTS AT BACK OF CAB 5 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 6 of 17 85. Transmission Equipment: Yes No Comment(s) (CONTINUED) 86. ELECTRONIC TRANSMISSION CUSTOMER ACCCESS CONNECTOR BLUNT V Mounted back of cab CUT,MOUNTED BETWEEN DRIVER AND PASSENGER SEATS 87. 2 CUSTOMER INSTALLED V 1 Chelsea 280 PTO CHELSEA 280 SERIES PTO'S 88. PTO MOUNTING,LH SIDE OF MAIN TRANSMISSION 89. MAGNETIC PLUBS, ENGINE DRAIN,TRANSMISSION DRAIN,AXLES(S)FILL AND DRAIN 90• Front Axle and Yes No Comment(s) Equipment: Expected axle V EXCEEDS: 18,000# load 16,000#minimum 91. PUSH BUTTON ELECTRONIC SHIFT V CONTROL, DASH MOUNTED 92. TRANSMISSION V PROGNOSTICS-ENABLED 98, WATER TO OIL, TRANSMISSION COOLER ,IN RADIATOR END TANK 94, TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 98. SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) 96. DETROITDA F-16.0-516,000#FL1 71.0KPI/3.74 DROP SINGLE V EXCEEDS: Detroit 18,000# FRONTAXLE 97. MERITOR 16.5X6 Q+CAST SPIDER CAM FRONT BRAKES, V DOUBLE ANCHOR, FABRICATED SHOES 98. NON-ASBESTOS FRONT BRAIKE LINING 99. CONMET CAST IRON FRONT BRAKE DRUMS 10 _MONT OIL SEALS V 0. 10 VENTED FRONT HUB CAPS V 1. WITH WINDOW,CENTER AND SIDE PLUGS-OIL 6 445 (02 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 7 of 17 Front Axle and Yes No Comment(s) Equipment: (CONTINUED) 10 STANDARD SPINDLE NUTS FOR ✓ 3. ALL AXLES 10 HALDEX AUTOMATIC FRONT ✓ 4. SLACK ADJUSTERS 10 TRW TAS 85 POWER ✓ 5. STEERING 10 POWER STEERING PUMP ✓ _6. 10 2 QUART SEE THROUGHPOWER ✓ 7. STEERING RESERVOIR 10 OIL/AIRPOWER STEERING ✓ 8. COOLER 10 CURRENT AVAILABLE 9. SYNTHETIC 75W-90 FRONT V AXLE LUBE 11 Front Suspension: Yes No Comment(s) 0, 11 18,000#MINIMUM V EXCEEDS:20,000# 11 GRAPHITE BRONZE BUSHINGS 2. WITH SEALS—FRONT V Maintenance-free rubber bushings SUSPENSION 11 FRONT SHOCK ABSORBERS ✓ 3. 11 Rear Axle and Equipment: Yes No Comment(s) 4. 11 26,000#U-SERIES SINGLE V EXCEEDS: 30,000#Single Axle 5. REAR AXLE 11 V 5.63 Rear Axle Ratio 6• 5.38 REAR AXLE RATIO 11 IRON REAR AXLE CARRIER V 7. WITH STANDARD 11 MXL 17T MERITOR EXTENDED 8. LUBE MAIN DRIVELINE WITH V HALF ROUND YOKES 11 MXL 17T MERITOR EXTENDED 9. LUBE INTERAXLE DRIVELINE V WITH HALF ROUND YOKES 12 DRIVER CONTROLLED 0. TRACTION DIFFERENTIAL . V For single rear axle BOTH TANDEM REAR AXLES 12 (1)INTERAXLE LOCK VALVE, 1. (1)DRIVER CONTROLLED ✓ For single rear axle DIFFERENTIAL LOCK FORWARD REAR AND REAR- REAR AXLE VALVE 12 Rear Axle and Equipment Yes No Comment(s) 2. 7 •• - \o 'r E 1566 (02. Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 8 of 17 (continued): 12 BUZZER AND BLINKING LAMP No buzzer,just blinking lamp 3. WITH EACH INTERAXLE LOCK ✓ SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF 12 BUZZER AND BLINKING LAMP 4. WITH EACH MODE SWITCH, V No buzzer,just blinking lamp DIFFERENTIAL UNLOCK WITH IGNITION OFF,ACTIVE<5 MPH 12 MERITOR 16.5X7 Q+CAST 5. SPIDER CAM REAR BRAKES, ✓ DOUBLE ANCHOR, FABRICATED SHOES 12 NON ASBESTOS REAR BRAKE ✓ 6. LINING 12 BRAKE CAMS AND CHAMBERS On rear side of drive axle 7. ON FORWARD SIDE OF DRIVE ✓ AXLE(S 12 CONMET CAST IRON REAR ✓ 8. BRAKE DRUMS 12 REAR OIL SEALS V 9. 13 WABCO TRISTOP D 0. LONGSTROKE 2-DRIVE AXLE SPRING PARKING CHAMBERS 13 HALDEX AUTOMATIC REAR 1. SLACK ADJUSTERS 13 CURRENT AVAILABLE ✓ 2. SYNTHETIC 75W-90 REAR AXLE LUBE 33 Rear Suspension; Yes No Comment(s) 13 30,000#Leaf Sprint Suspension V 4. W/Helper&Radius Rod 13 9.5 INCH NOMINAL RIDE 5. HEIGHT(460MM GLOBAL V REFERENCE HEIGHT) 13 AXLE CLAMPING GROUP V 6. 13 55 INCH AXLE SPACING V Single rear axle 7. 13 FORE/AFT AND TRANSVERSE 8. CONTROL RODS V Fore/Aft Control Rods 13 REAR SHOCK ABSORBERS- V Single rear axle 9. TWO AXLES(TANDEM) 14 Brake System: Yes No Comment(s) 0. 14 1 WASCO 4S/4M ABS V 14 REINFORCED NYLON, FABRIC V 2. BRAID AND WIRE BRAID CHASSIS AIR LINES 143. Brake System: Yes No Comment(s) 8 -4- FXii '21 t6b6, (02_ Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 9 of 17 (continued) _ 1. 144. FIBER BRAID PARKING BRAKE ✓ HOSE 145. STANDARD BRAKE SYSTEM ✓ VALVES 146. STANDARD AIR SYSTEM PRESSURE PROTECTION V SYSTEM 147. STD U.S. FRONT BRAKE ✓ VALVE 148. RELAY VALVE WITH 5-8 PSI CRACK PRESSURE NO REAR V PROPORTIONING VALVE, 149. WABCO SYSTEM SAVER HP BW AD-9 Brake Line Air Dryer WITH INTEGRAL AIR V with Heater GOVERNOR AND HEATER 150. AIR DRYER MOUNTED UNDER V Air Dryer Frame Mounted HOOD 151. STEEL AIR TANKS MOUNTED AFT INSIDE AND/OR BELOW FRAME JUST FORWARD OF REAR SUSPENSION 152. CLEAR FRAME RAIL FROM BACK OF CAB TO FRONT REAR SUSPENSION V BRACKET, RH RAIL INSIDE/OUTBOARD AND BELOW 153. PULL CABLES ON ALL AIR ✓ r RESERVOIR(S) 154. Trailer Connections: Yes No Comment(s) 155. UPGRADED CHASSIS V MULTIPLEXING UNIT 156. UPGRADED BULKHEAD V MULTIPLEXING UNIT 157. Wheelbase and Frame: Yes No Comment(s) 158. 6500MM(256 INCH) V 5950 MM (234 INCH) WHEELBASE 159. 11/32X3-1/2X10-15116 INCH STEEL FRAME V (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 160. 1/4 INCH(6.35MM)C-CHANNEL INNER FRAME ✓ j REINFORCEMENT 161. 2450MM(96 INCH)REAR V FRAME OVERHANG I 162. Wheelbase and Frame Yes No Comment(s) 9 E_Andoif Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 10 of 17 (continued): 163. FRAME OVERHANG RANGE:91 ✓ INCH TO 100 INCH 164. CALC'D BACK OF CAB TO ✓ 168.7 in REAR SUSP C/L(CA)190.35 in : 165. CALCULATED EFFECTIVE BACK OF CAB TO REAR V 165.7 in SUSPENSION C/L 187.35 in 166. CALC'D FRAME LENGTH- V 360.14 OVERALL: 381.8 167. CALCULATED FRAME SPACE V 101.07 LH SIDE: 104.62 IN 168. CALCULATED FRAME SPACE V 153.85 RH SIDE: 148.51 169, CALC'D SPACE AVAILABLE V 162.45 in FOR DECKPLATE:190.45in 170. SQUARE END OF FRAME V 171. FRONT CLOSING ✓ CROSSMEMBER 172. LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE V CROSSMEMBER 173. STANDARD CROSSMEMBER V BACK OF TRANSMISSION 174. STANDARD MIDSHIP#1 V CROSSMEMBER(S) 175. STANDARD REARMOST V CROSSMEMBER 176. HEAVY DUTY SUSPENSION V Standard Suspension Crossmember CROSSMEMBER 17 Chassis Equipment: Yes No Comment(s) 7. 178. THREE-PIECE 14 INCH PAINTED STEEL BUMPER V Chromed steel WITH COLLAPSIBLE ENDS 179. FRONT TOW HOOKS-FRAME MOUNTED 180. BUMPER MOUNTING FOR ✓ SINGLE LICENSE PLATE 181. FENDER AND FRONT OF HOOD MOUNTED FRONT V MUDFLAPS 182. HUCK-SPIN ROUND COLLAR CHASSIS V Grade 8 threaded Hex Headed FASTENERS Fasteners 10 x ).Ni \9i f- (z Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 11 of 17 183. Fuel Tanks: Yes No Comment(s) 184. 80 GALLON/302 LITER ALUMINUM FUEL TANK—LH 185. 23 INCH DIAMETER FUEL V Rectangular fuel tank TANK(S) 186. PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC V TANK(S)WITH PAINTED BANDS 187. FUEL TANK(S)FORWARD V 188. PLAIN STEP FINISH V 189. FUEL TANK CAP(S) V 190. DAVCO 245 FUEL/WATER SEPARATOR WITH 12 VOLT J HEAT AND WATER IN FUEL SENSOR 191. EQUIFLO INBOARD FUEL V SYSTEM 192. HIGH TEMPERATURE REINFORCED NYLON FUEL LINE _ 193. FUEL COOLER V Not available on quick delivery vehicle 194. Tires: Yes No Comment(s) 195. MICHELIN XZU-S2 315/80R22.5 20 PLY RADIAL FRONT TIRES V 196. MICHELIN XDN211 R22,5 14 20 Ply rear tires PLY RADIAL REAR TIRES 197. Hubs: Yes No Comment(s) 198. CONMET PRESET PLUS V PREMIUM IRON FRONT HUBS 199, CONMET PRESET PLUSV Webb iron rear hubs PREMIUM IRON REAR HUBS 200. Wheels: Yes No Comment(s) 201. 11 R22.5 STEEL FRONT V WHEELS Aluminum Front Wheels 202. 11R22.5 STEEL DISC REARV Aluminum Rear Wheels WHEELS 203. FRONT WHEEL MOUNTING NUTS 204. REAR WHEEL MOUNTING V NUTS 205. Cab Exterior: Yes No Comment(s) 206. 106 INCH BBC FLAT ROOF ALUMINUM V CONVENTIONAL CAB 11 Ob (02. Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 12 of 17 Cab Exterior(continued): Yes No Comment(s) 208. AIR CAB MOUNTING ✓ 209. NONREMOVABLE BUGSCREEN ✓ MOUNTED BEHIND GRILLE 210. 2-1/2 INCH FENDER ✓ EXTENSIONS 211. LH AND RH GRAB HANDLES V 212, HOOD MOUNTED CHROMED ✓ PLASTIC GRILLE 213. CHROME HOOD MOUNTED AIR INTAKE GRILLE V 214. FIBERGLASS HOOD V 215. TUNNEUFIREWALL LINER V 216. SINGLE 14 INCH ROUND Dual 26 in air horns-roof mounted POLISHED AIR HORN ROOF ✓ MOUNTED 217. DUAL AIR AND ELECTRIC V Dual Air, Single Electric horns HORNS 218. SINGLE HORN SHIELD V Dual horn shields 219. DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME V 220. KEY QUANTITY OF 4 V Key Quantity of 2 221. REAR LICENSE PLATE MOUNT V END OF FRAME 222. INTEGRAL HEADLIGHT/MARKER V ASSEMBLY WITH CHROME BEZEL 223. LED AERODYNAMIC MARKER ✓ LIGHTS 224. DAYTIME RUNNING LIGHTS V 225. OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE WIRING WITH SEPARATE STOP/TURN V WIRES TO 4 FEET BEYOND END OF FRAME 226. STANDARD FRONT TURN ✓ SIGNAL LAMPS 227. DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS V WITH LH AND RH REMOTE 228. DOOR MOUNTED MIRRORS V 229. 102 INCH EQUIPMENT WIDTH 230. LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS V MOUNTED UNDER PRIMARY MIRRORS 231. STANDARD SIDE/REAR V REFLECTORS 232. Cab Exterior(continued): Yes No Comment{s) 12 1/1)( (- Pip .6 2 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 13 of 17 2-STAGE ELECTRIC HORN AND HAZARD LAMP ALERT Not available on quick delivery CONTROLLED BY ✓ vehicle PARTICULATE FILTER REGENERATION REQUIRED STATUS 234. COMPOSITE EXTERIOR SUN VISOR 235. 63X14 INCH TINTED REAR ✓ WINDOW 236. TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING V WING WINDOWS 237. RH AND LH ELECTRIC POWERED WINDOWS, V PASSENGER SWITCHES ON DOOR(S) 238. 1-PIECE SOLAR GREEN GLASS WINDSHIELD ✓ 239. 2 GALLON WINDSHIELD WASHER RESERVOIR WITH ✓ FLUID LEVEL INDICATOR, FRAME MOUNTED 239. Cab Interior: Yes No Comment(s) 240. OPAL GRAY VINYL INTERIOR V 241. MOLDED PLASTIC DOOR PANEL WITHOUT VINYL INSERT WITH ALUMINUM ✓ Molded plastic door panel KICKPLATE LOWER DOOR -242. BLACK MATS WITH SINGLE ✓ INSULATION 243. FORWARD ROOF MOUNTED CONSOLE WITH UPPER V STORAGE COMPARTMENTS WITHOUT NETTING 244. IN DASH STORAGE BIN V 245. (2)CUP HOLDERS LH AND RH ✓ DASH 246, GRAY/CHARCOAL FLAT DASH V 247. SMART SWITCH EXPANSION MODULE 248. 5 LB.FIRE EXTINGUISHER ✓ 249. HEATER,DEFROSTER AND AIR CONDITIONER ✓ 250. STANDARD HVAC DUCTING V 251. MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH ✓ 252. STANDARD PLUMBING WITH ✓ SHUTOFF VALVES 254. Cab Interior: (continued) Yes No Comment(s) 13 ThckbHFx11;io`if. 1 u► 6662. Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 14 of 17 VALEO HEAVY DUTY NC REFRIGERANT COMPRESSOR 254. BINARY CONTROL, R-134A V 255. PREMIUM INSULATION V 256. SOLID-STATE CIRCUIT ✓ PROTECTION AND FUSES 257. 12V NEGATIVE GROUND ✓ ELECTRICAL SYSTEM 258. DOME LIGHT WITH 3-WAY V SWITCH ACTIVATED BY LH AND RH DOORS 259. LH AND RH ELECTRIC DOOR ✓ LOCKS 260. (1)12V POWER SUPPLY(1) DUAL 2.1 AMP USB CHARGER V IN DASH 261. TRIANGULAR REFLECTORS ✓ WITHOUT FLARES 262. BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR V AND INTEGRATED CUSHION EXTENSION 263. BASIC HIGH BACK STANDARD SUSPENSION PASSENGER V SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 264. DUAL DRIVER AND ✓ PASSENGER SEAT ARMRESTS 265. LH AND RH INTEGRAL DOOR ✓ PANEL ARMRESTS 266. GRAY CORDURA PLUS CLOTH V Black cordura DRIVER SEAT COVER 267. GRAY CORDURA PLUS CLOTH ✓ Black cordura PASSENGER SEAT COVER 268. BLACK SEAT BELTS V 269. FIXED STEERING COLUMN V Exceeds:Adjustable Steering Column 270. 4-SPOKE 18 INCH(450MM) ✓ STEERING WHEEL 271. DRIVER AND PASSENGER ✓ INTERIOR SUN VISORS 273. Instruments and Controls Yes No Comment{s) 274. GRAY DRIVER INSTRUMENT V PANEL 275. GRAY CENTER INSTRUMENT ✓ PANEL 276. ENGINE REMOTE INTERFACE V Engine remote interface with park-brake WITHOUT INTERLOCKS interlock 277. BLACK GAUGE BEZELS V 14 2Z. 62 Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 15 of 17 LOW AIR PRESSURE INDICATOR LIGHT AND V AUDIBLE ALARM 279. 2 INCH PRIMARY AND SECONDARY AIR PRESSURE V GAUGES 280. INTAKE MOUNTED AIR RESTRICTION INDICATOR V WITH GRADUATIONS 281. 97 DB BACKUP ALARM V 282. ELECTRONIC CRUISE CONTROL WITH SWITCHES IN V LH SWITCH PANEL 283. KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION;4 POSITION V OFF/RUN/START/ACCESSORY 284. ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS,28 LED V WARNING LAMPS AND DATA LINKED 285. (1)HEAVY DUTY ONBOARD • DIAGNOSTICS INTERFACE CONNECTOR LOCATED V BELOW LH DASH AND(1)SAE J1939 DIAGNOSTIC INTERFACE CONNECTOR LOCATED CENTER OF DASH 286. 2 INCH ELECTRIC FUEL GAUGE 287. ENGINE REMOTE INTERFACE V WITH MULTIPLE SET SPEEDS 288. ENGINE REMOTE INTERFACE CONNECTOR IN CAB BETWEEN DRIVER AND Connector at back of cab PASSENGER SEATS 289. TMC RP170 INTERFACE CONNECTOR 290. ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 291. 2 INCH TRANSMISSION OIL V TEMPERATURE GAUGE 292. ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN V DRIVER DISPLAY 293. INSTALLED CUSTOMER FURNISHED V 294. ELECTRIC ENGINE OIL ✓ PRESSURE GAUGE 295. AM/FMIWB WORLD TUNER RADIO WITH BLUETOOTH AND ✓ USB AND AUXILIARY INPUTS J1939 296. DASH MOUNTED RADIO V 15 16 7_3 L3r2,- Richmond Sanitary District Cardboard Recycle Trash Truck Bid Specification Page 16 of 17 (2)RADIO SPEAKERS IN CAB V 298. AM/FMLL SIDE MIRRORUNTED ✓ Mounted on forward LH roof 299. ELECTRONIC MPH SPEEDOMETER WITH V SECONDARY KPH SCALE, WITHOUT ODOMETER 300. STANDARD VEHICLE SPEED SENSOR 301. ELECTRONIC 3000 RPM TACHOMETER 302. IGNITION SWITCH V CONTROLLED ENGINE STOP 303. PRE-TRIP LAMP INSPECTION, ALL OUTPUTS FLASH,WITH SMART SWITCH 304. DIGITAL VOLTAGE DISPLAY V INTEGRAL WITH DRIVER DISPLAY 305. SINGLE ELECTRIC WINDSHIELD WIPER MOTOR V WITH DELAY 306. MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 307. ALTERNATING FLASHING HEADLAMP SYSTEM WITH ✓ BODY BUILDER CONTROLLED ENGAGEMENT 308. ONE VALVE PARKING BRAKE SYSTEM WITH WARNING V INDICATOR 309. SELF CANCELING TURN SIGNAL SWITCH WITH J DIMMER,WASHER/WIPER AND HAZARD IN HANDLE 310. INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH V HAZARD LAMPS OVERRIDING STOP LAMPS 16 _ Richmond Sanitary District !; r,)( g b� Cardboard Recycle Trash Truck Bid Specification Page 17 of 17 311. Design/Color: 'Yes No Comment(s) 312. PAINT: .WHITE 313. BLACK HIGH SOLIDS POLYURETHANE CHASSIS V PAINT 314. SUNVISOR PAINTED SAME AS CAB COLOR 315. STANDARD E- COAT/UNDERCOATING 312. Certification/Compliance, Yes No Comment(s) 313. US FMVSS CERTIFICATION V 314. CORPORATE PDI CENTER IN- SERVICE ONLY 315. CALCULATED EFFECTIVE BACK OF CAB TO REAR V 165.7 in SUSPENSION C/L 187.36 IN 316. CALCULATED SPACE AVAILABLE FOR DECKPLATE: V 162.45 in 190.45 IN Instructions to Bidder--Any item that is marked "NO" please give explanation on a separate sheet of paper. • 17 ? , CITY OF RICHMoND,INDIANA SANITARY DISTRICT Richmond Sanitary District /5 b?._ Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet BODY SPECIFICATION: YES NO COMMENTS 1-Body capacity The body has a rounded shape enhancing J resistance to deformation,durability and better legal payload. The minimum capacity of the body. V22 cu. yd. 24 cu.yd J The maximum capacity of the body. 27 cu yd Hopper capacity Is(please specify) V 6 cubic yards Total capacity of the body including hopper. J 26 cubic yards 2-Body dimensions The body Is rounded for better resistance V The body is tapered(walls and roof)to facilitate the unloading of the material and to increase compaction ratio. Overall body length,Including hopper and tailgate Is: 318 in V — 237" Overall body height above frame Is: 103 in _ V 108" The outside body width is not to exceed: 1021n ‘,L — Inside body width at front Is: 78 in ✓ — Inside body width at rear Is: 871n V — Width tapering is: 91n V — Inside body height at front Is: 89In V — Inside body height at rear Is: 92,5 in V — Height tapering Is: 3,5 in V _ 3-Body floor construction Body floor Is curved for better resistance V to deformation The body floor is made of abrasion resistant steel. Body floor steel grade is: Hardox 450 V _ Body floor thickness is: 0,157 in V _ EXCEEDS: 1.88" Body floor yield strength is: 175 000 psi V _ Long sills are made from: HSS TUBING V _ Long sills dimensions is: 6X2X318 in V _ EXCEEDS: 8 x 3 x 1/4" Long sills steel grade is: A-500 Grade C V — Long sills yield strength is: 50 000 psi NL — Nomber of sills under floor is: 2 yZ — 4-Body walls construction YES NO COMMENTS Body side wails are rounded and smooth, Side walls are 2 piece with 2" improving resistance and lightness.They overlapped seams. are in one piece,full length of the body to ✓ reduce welding seams. Body windows are installed on the front wall of the body,to indicate when body Is full. — V. N/A with Crusher Panel Option Body windows(2)dimensions are: 5 x4 in V N/A with Crusher Panel Option Upper wall corner is rounded for better resistance to compression and stress V — Pagel of11 _FAir» la '[ 6 i Z/ 6� CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District 1 '4' 45' Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 4-Body walls construction(continued). YES NO COMMENTS A1011 Lower body side walls steel grade is: HSLAS-F GR V — EXCEEDS:AR450 80 Lower body side walls thickness is; 10ga NL _ Lower body side walls yield strength is: 80 000 psi ✓ _ EXCEEDS: 175,000 psi Upper body side wails steel grade is: A1011 HSLAS F GR _ EXCEEDS: AR450 80 Upper body side wails thickness is: 12 ga NZ_ _ EXCEEDS: 10 ga Upper body side walls yield strength Is: 80 000 psi ' . _ EXCEEDS: 175.000 psi Font wall steel grade Is: A1011 HSLAS-F GR — EXCEEDS:AR450 80 Font wall thickness is: V 12 ga _ EXCEEDS: 10 ga Font wall yield strength is: 80 000 psi ✓_ _ EXCEEDS: 175,000 psi 5-Body roof construction YES NO COMMENTS Body roof is rounded and made of high yield steel for maximum resistance to stress Roof steel grade is: A1011 HSLAS-F GR V. — 80 Roof thickness is: 12 ga V. _ EXCEEDS: 10 ga Roof yield strength is: 80 000 psi V. 6-Hopper dimensions and construction The hopper floor is made of abrasion resistant steel. Hopper depth is: 23In ✓ _ Hopper length is: 76In V — Hopper width is: 651/2 in V — Hopper height,at front,from bottom to canopy Is: 78 in V _ • Hopper height,at rear from bottom to canopy Is: 81 In ✓ _ Hopper floor steel grade Is: Hardox 450 ✓ — Hopper floor thickness is: 1/4in V _ Hopper floor yield strength is: 175 000 psi V _ Hopper lower side walls steel grade is: Hardox 450 in `L — Hopper lower side walls thickness Is; 1/4 N.L _ Hopper lower side walls yield strength is: 175 000 psi V _ The hopper upper left wall thickness is: toga V _ EXCEEDS: 1/4" The hopper upper right wall thickness is: toga V — EXCEEDS: 1/4" 6-Hopper dimensions and construction YES NO COMMENT(S) (continued) The hopper walls upper part steel grade is: ASTM A1011 CS V _ EXCEEDS:AR450 A hinged door is installed to allow operator's access to the hopper on ✓ curbside. Door on street side not accepted V Page2 of 11 - --)(h i (0)f-- B , 2`7 "`""" 62 CITY OFRICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District ((lV J Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 6-Hopper dimensions and construction YES NO COMMENT(S): (continued). Door is held open or close with manual locks. ✓ The hopper access door thickness Is: 10 ga ✓ _-. The hopper access door steel grade is: ASTM A1011 CS %.Z — The hopper access door dimensions: 23x47in ,L — Canopy steel grade is: A1011 CS — Canopy steel thickness Is: 12 ga — �/ Hopper front wall steel grade is: A1011 CS ✓ _ Steel thickness of hopper front wall is: 14 ga ✓ — EXCEEDS: 10 qa The hopper sump boxvolume is: 30 gat ,,L —. The hopper sump box dimensions are: 14 X 6 X 80 in — Sump boxes doors dimensions are: 15X9in V — Floating panel steel grade is: A1011CS V — Floating panel thickness Is: 10ga ✓ Floating panel yield strength is: ✓ 80 000 psi V — Floating panel dimensions are: 61 x 30 in V _ Breaker bar steel grade Is: 50W V _ Breaker bar thickness is: • 3/8 in V ._ EXCEEDS: 1/2" Breaker bar yield strength is: 50 000 psi V — Breaker bar dimensions are: 06x65in ,L _ Length from packer face to breaker bar Is: 45 In V — 7-Rear tailgate YES NO COMMENT(S): _ • The rear tailgate is operated by 2 hydraulic cylinders. V — The rear tailgate is equipped with automatic hydraulic locks and constant pressure system — — to allow leakproof joint pressure system to allow leakproof Joint V Tailgate hydraulic line is equipped with flow restrictor to prevent sudden descent. ✓ — A channel mounted rubber seal Is installed on the tailgate to prevent liquid leakage. V — The tailgate pivots around a fixed point preventing seal damage and friction against — J Sliding hinge design for fewer wear parts body A cab mounted audible alarm is provided to indicate when the tailgate is unlocked. V — A manual tailgate control recessed within a guard Is installed In the cab to prevent aL — accidental activation. Tailgate steel grade is: A1011 HSLAS-F GR aL _ EXCEEDS:AR450 Rear Skin 80 Tailgate skin thickness is: 12 ga V _ EXCEEDS: 10 qa Tailgate yield strength is: 80 000 psi aL _ EXCEEDS: 80,000 psi Sides& 175,000 psi Sides Tailgate hinge pin steel Is: Casting steel rOOfEXCEEDS: 1144 Stress 8630 V — Stressproof 3 of 11 ,---'Xkibil" 13 Z (�� CITY OF RiCHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District '� Automizer Right-Hand Cardboard Recycle Trash Truck {I Bid Specification Sheet 7-Rear tailgate(continued): YES NO COMMENT(S): Tailgate hinge pin surface treatment is: Nitrided NZ — Tailgate hinge pins diameter is: 11/4in V — EXCEEDS: 1 1/2" The number of cylinders operating the tailgate is: 2 V — Tailgate cylinder bore diameter is: 21/2In _. EXCEEDS: 3" Tailgate cylinder rod diameter Is: 13/4 in V _ EXCEEDS:2" Tailgate cylinder rod surface treatment Is: Chrome- plated V — Tailgate cylinder stroke is: 39 In — NZ 30"Stroke Tailgate cycle time at idle is: 47 sec V — Tailgate seal height is: 35in V — Tailgate safety prop lenght is: 22 in V — The tailgate opening angle Is not less than I (above horizontal): 45 a V — Tailgate Lenght: 481n V — Tailgate top frame steel Is: A-500 Grade — Tailgate top frame thickness Is: 3/16ln tL — Tailgate bottom frame steel is: A-500.Grade — Tailgate bottom frame thickness is: 1/4 in V — Tailgate side frame steel Is: A-500 Grade C V — Tailgate side frame thickness is: 3/16 in V — a-Packer YES NO COMMENTS Packer Is operated by 2 single stage, V double acting cylinders. One complete set of packer controls located in cab Is provided. V — Packer controls consist of start,retract and emergency stop. V — Emergency red button is provided to stop packer ram movement at any time. V — Control buttons are industrial type,color coded and weather resistant NZ — Pressure on garbage is(single axle chassis): N/A psi NZ — Pressure on garbage Is(single axle with tag and tandem): 42 psi V — The packer is guided by 2 rails made of steel grade: Hardox 500 N,Z — Rail wear plates thickness Is: 1141n `L — Rail wear plates yield strength Is: 190 000 psi V .__. Rail dimensions are: 3%x2 3/16 in V — Packer underside wear shoes steel grade is: Hardox 450 V — Packer underside wear shoes thickness Is: 3/8 In V — Packer underside wear plates yield strength is: 175 000 psi _. Packer topside wear shoes steel grade is: Hardox 450 V — Packer topside wear shoes thickness is: 1/2 in V — Page 4 of 11 2-9 66 (2, CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck ! Bid Specification Sheet 8-Packer(continued) YES NO COMMENTS Packer topside wear plates yield strength Is: 175 000 psi V _. Packer cylinders rods are: Chrome- plated NZ — Cylinder bore diameter Is: 4In V — EXCEEDS:41/2" Cylinder rod diameter Is: EXCEEDS: 3" 2'/=in 1L Cylinder stroke is: 40 in NZ _ EXCEEDS:43" Cylinders force Is(single axle chassis): N/A lbf Cylinders force is(single axle with tag and tandem): 75 4001131 V _ Packer force on garbage is(single axle chassis): N/A lbf r,( — Packerforce on garbage is(single axle with tag and tandem): 66 750 lbf V _ Maximum compaction of refuse is(single axle chassis): N/A Ibs/cu.yd s,L _ Maximum compaction of refuse is(single axle with tag and tandem): 850 Ibs/cu.yd V _ inside width of packing ram is: 641/21n yL — Inside heigth of packing ram is: 24In V — Packing ram stroke is: 52 In V _ EXCEEDS: 55" Packing ram top steel grade is: 100QT V _ EXCEEDS:AR450 Packing ram top thickness is: 1/4 in NZ — Packing ram top yield strength is: 100000 psi NZ. EXCEEDS: 175,000 psi Packing face plate steel grade Is: 100QT EXCEEDS:AR450 — Packing face plate thickness is: 1/41n V — Packing face plate yield strength Is: 100 000 psi V _ EXCEEDS: 175.000 psi Packing ram swept volume is: T- 1,75 cu.yd L — Penetration of the ram Into body is: 6 in NZ — EXCEEDS: 8.5" Packer ram cycle time without regeneration 12 sec @ Is: 1200 rpm V. — Packer length(including follower panels) 55In V — EXCEEDS: 58" Packer cylinder pins steel is: Casting steel• 8s3o V — EXCEEDS: HR1045 Packer cylinder pins surface treatment is: Nitrided NZ — Packer cylinder pins diameter is: 13/41n V _ EXCEEDS:2" Packer cylinder pins are easily greasable. V — Follower panels steel grade is: AR200 _ V GR 80 Follower panels thickness is: 3/1s in NZ _ EXCEEDS: 1/4" Follower panel yield strength Is: 70 000 psi V _ EXCEEDS: 80,000 psi Following panel dimensions are: 1613/16 x 57 In V — Afloating UHMW packer scraper keeps debris inside the compaction zone. UHMW scraper dimensions are: 3 x 55 in V — UHMW scraper thickness Is: 3/4 in V — Page 5 of 11 �n CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District 30 AutomizerRight-Hand Cardboard Recycle Trash Truck v Sid Specification Sheet 9.Hydraulic system YES NO COMMENTS The hydraulic system Is designed to allow easy ✓ maintenance Hydraulic system is composed of a double V Denison vane pump,one section for the body functions and one for the arm. Pumps have a common suction part. Pumps have a common suction port. V The hydraulic pressure body line shall be ✓ Flow back to pump inlet over 31 GPM equipped with a Denison relief valve 125P.a Denison vent valve W01 with a 12 volts DC in line mounted solenoid to divert the flow back 10 tank When pump is not engaged,and a flow control block for system protection. The hydraulic pressure arm line shall be equipped V with a Denison relief valve RSP,a Denison vent valve V1/01 with a 12 volts DC In line mounted solenoid to divert the flow back to the suction pod when pump Is not engaged,and a flow control block for system protection. The hydraulic tank Is pressurized for pump ✓ Not available on quick delivery vehicle protection(Except saddle tank) The hydraulic tank is equipped with magnetic drain V plug,oil level and temperature gauge and sisal-off ball valve on suction line. gauge and shut-off ball valve on suction line. V The hydraulic lank has an Inspection and clean V out cover. Return line filler is tank mounted style V Return titer has a bypass valve and a differential V pressure gauge. 100 mesh suction strainer Is Installed inside tank V Hydraulic steel tubing is Used where flexibility is V not needed. All hydraulic steel tubes are zinc plated to prevent ✓ corrosion. All tubes are securely clamped to prevent vibration,abrasion and excessive noise All hoses are double braided minimum,high burst V rated and abrasion resistant All hydraulic hoses meet SAE standards ✓ All hose bending radius respect manufacturer's V requirements Hydraulic system operates al acceptable V temperature without external cooler Quick disconnect fittings are provided so that a V pressure gauge can be easily connected without using tools or hydraulic fittings removal. Body functions pump flow Is: 20 gpm @700 V 30 gpm @ 700 rpm Arm functions pump flow Is: 16 gpm @ V 22 gpm @ 700 700 rpm Hydraulic system pressure relief valve for the body is(single axle chassis): N/A psi ✓ Hydraulic system pressure relief valve(or the body Is(single axle with lag and tandem): �[ _ 3000 psi Hydraulic system pressure relief valve for the arm is: 2000 psi ✓ _ Hydraulic tank capacity is: 84 gal ✓ _ Maximum quantity of oil In hydraulic tank is: 68 gal Page 6 of 11 TXkci l3 1 31 b6 (02__ CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck aid Specification Sheet 9-Hydraulic system(continued): YES NO COMMENT(S): Hydraulic tank is battled. ✓ Hydraulic tank is pressurized at: 5 psi ✓ Not available on quick delivery vehicle The return line filter capacity is: V 150 gpm Nominal filtration rating is: 5 micron V 10 micron The suction line slrainercapecily is: 100 gpm V Suction line strainer size Is; 100 mesh V Seta filtration ratio per ISO 15889 is: Bele 0 ✓ EXCEEDS: Beta Ratio 10<1000 The return line filler derivation valve cracking pressure is: 40 psi V Hydraulic pump driving shaft is: HD spicer (1310) V 10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S): HAND HD"32to95 pal(Optionai) Arm mounted to chassis frame to reduce hydraulic Arm Is attached under body to minimize chassis stress ✓ hose&body twisting when body raises to dump. chassis valveismovntedonbodyslde,noton ✓ Arm valve mounted on chassis frame to reduce Arm has Integrated counterbalance valves In all additional hydraulic hose. cylinders to eliminate potential drift V Extension cylinders have integrated hydraulic cushioning(adjustable on extension,extension, V non-adjustable on retraction) Lift function uses electronic cushioning for smooth action and low cab rocking V Joystick-manual triggers that internally utilize V contactiess technology for better reliability Ming arms are linked together by keyless V bushings. Joystick has a deadman switch for additional safety. V Extension rails are activated by 2 cylinders. Extension rails cylinders are cievis mounted. ✓ ✓ Extension cylinders are spherical bearing mounted. Two leveling rods allow srflooth displacemement and rotation above hopper. V Leveling rods have spherical bushing at both ends ✓ for better durability. Leveling rads are adjustable in lenghl to modify grabber angle. V Not required Grabbers ringers are controlled by two by design synchronized hydraulic cylinders and shall use high friction rubber replaceable blocks to enable `/ loading of a wide range of wheeled carts: Grabber has an automatic closing function when V dumping to prevent cart slipping and collision with hopper. The'auto-closing system"is activated by a limit V switch located on the side of the arm. Arm has a limit switch for hopper/side cameras automatic switching. ✓ Arm and grabber ere powder coated safety yellow. V Arm C-rail extension steel is: ✓ 44W Arm C-rail extension yield strength is: 44000 psi VEXCEEDS: 60,900 psi Arm I-rag extension steel is: A572 GR 50 V Arm I-rail extension yield strength is: 50000 psi ✓ EXCEEDS: 100,000 psi —. tl Page 7 of 11 i. E.xtr,) b .1-- 8 3Z (02. CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automlzer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet 10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S)• HAND HD"32 to 95 qal(continued): Arm lift frame yield strength is: 50000 psi _ EXCEEDS: 100,000 psi Extension rails shall slide on heavy duty bearings. NZ Extension rails cylinders diameter is: 1,5 in ,,L EXCEEDS: 2" Extension rails cylinders rod diameter is: 1 In V _ EXCEEDS: 1 1/4" Extension rails cylinders stroke is: 5215/16In NZ _ EXCEEDS: 54" Extension rails cylinders rod surface treatment Is: Nltrided — V Chrome Rod Cylinder Lifting cylinder diameter Is: 3 In NZ. — Lifting cylinder rod diameter Is: 1,751n V — Lifting cylinder stroke is: 15 3/4 in NZ- — Lifting cylinder rod Is: Niirided _ 4Chrome Rod Cylinder Lifting chains type&lacing are: Leaf,6x6 NZ — Main arm shaft diameter is: 4in ' _ Inner tube wear pads are: Nyloil NZ. — Grabber cylinders diameter is: 1.5 in NZ — Grabber cylinders rod diameter Is: 1 in NZ — Grabber cylinders stroke Is: 6 3/8 in NZ — Grabber cylinders rods are: Nitrided — V— Chrome Rod Cylinder Lifting device minimum bin size is: 32ga1 NZ — Lifting device maximum bin size is: 95 gal NZ — Maximum lifting capacity of arm at maximum reach is: 1000 lbs NZ _. Maximum lifting capacity of arm at minimum reach is: 1000lbs ,pG ._ Overall Height Above Frame When Dumping is: 113 in NZ — Maximum horizontal reach(center of cart)is: 144 in NZ — Minimum horizontal reach is: Oln ,Z _ Arm swing out effect Is: 36In '4 — Dump cycle time of arm at minimum reach is: 10seo '4 — Dump cycle time of arm at maximum reach is: 20 sec NZ — Arm weight Is: 2310 lbs NZ _ Arm maximum operating pressure is: 2000 psi / . — Grabber maximum operating pressure is: 1200 psi NZ _ Extension and lifting arm valves are: Electro- Proportional NZ _ Grabber valves are: Electric On/Off type N _. Arm Is controled by: Electric joystick N.I. — Arm and cylinders warranty is: 1 year — Exceeds: Cylinders 2 Years Dumping angle is: 47 deg NZ — Page 8 of 11 r v. h )(.... ).y....„ B 3 c6 b2- CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Cardboard Recycle Trash Truck Autornizer Right-Hand 1 Bid Specification Sheet 11-Body lifting mechanism YES NO COMMENT(S): The body hoist cylinder is front mounted with outer cover and lop ported V. — One safety prop Is supplied to support the body in the raised position. — A light and audible alarm in cab are provided to indicate when body is raised and remain V — activated until it is not completely down. Body is raised by one single acting front mounted telescopic cylinder with: 4 sections V _ Telescopic cylinder rods surface treatment is: Salt bath Nitrided V — Cylinder stroke Is: 180 in V, _ Cylinder Lifting capacity is: 490001bs >1 — Body cylinder bore diameter is: 6 1/16 in V — • Body dump angle is: 45 deg V — Body lifting cycle time is: 65 sec @ 700 rpm V _ 12-Crusher panel(Optional) YES NO COMMENT(S): An optional crusher panel is installed on the front wall of the body to V. — optimize the compaction of the material and to facilitate the V- _ transfer Into the body. _ Hydraulic protection is supplied to prevent dumping on top of the panel V — Two rubber strips 2-3/8"wide are attached on crusher panel sides to keep the material from —flying out J Not available on quick delivery vehicle Crusher panel steel grade is: 5001 ,,L — GR 80 Crusher panel thickness is: 3/16 in N.Z — 10 gauge Crusher panel dimensions are: Crusher panel is operated by 1 cylinder. 52 x 36 In N.I — Crusher panel cylinder rod is: Chrome- plated V — Crusher panel cylinder bore diameter is: 2 in V — Crusher panel cylinder rod diameter is: 1/4� 11l21n — Crusher panel cylinder stroke is: 141/2 in .V — Crusher panel cylinder pins steel is: Cold-roll Siressproof % — Crusher panel cylinder pins surface treatment is: Nitrided Al — Crusher panel cylinder pins diameter: 1 in 41 — Crusher panel cycle lime Is: 9 sec V — 13-Electrical/Pneumatic systems YES NO COMMENT(S): All stop,directional,tail and clearance lights are LED type,recessed mount and water V _ tight All lights are FMVSS#108 compliant _ • Rear lights are integrated to tailgate structure. 1.1 — Dual-Tone back-up alarm is provided. — Limit switches are heavy duty,industrial type, EXCEEDS:Magnetic sensors for durability&ease of Water tight with adjustable arm V — maintenance All circuits are protected with resetlabie circuit breakers and wiring is color coded and V — Module programmed with solid state devices numbered. Page 9 of 11 r., kk5r13 3/-1-ct5 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Riclunond Sanitary District 1 Automizer Right-Hand Cardboard Recycle Trash Truck i Bid Specification Sheet 13-ElectricallPneumatic systems YES NO COMMENT(S): (continued): Wiring conforms to SAE J1128, V Wiring connections are sealed with shrink tube — All wiring run in plastic loom. — Electrical/Pneumatic valves are Installed in a watertight box si — All electric wires are run in side rub rails with Wiring underbody for easy access. Less wiring by bolted access panels for easy access,no — V- design due to arm being mounted on chassis frame. wiring under body 14-Controls caracteristics YES NO COMMENT(S): Tailgate switch is: Electric V — Body lift switch Is: Electric V _. Pump switch is: Electric V — Packer controls are: Electric — If the body hydraulic control valve is pneumatic,electrical/pneumatic control veiveswill transfer the signal from the cab J control to the body hydraulic control valve. 15-Console standard characteristics YES NO COMMENT(S): All body and arm functions are controlled via a Canopen network V — An LCD display with integrated diagnostic functions is Installed In the cab NZ — Real time operation assistance with continuous system status on screen V — All switches(except Packer controls)are Illuminated. V — 16-Accessories YES NO COMMENT(S): Mud flaps are supplied at front and rear of J rear axle. 17-Painting YES NO COMMENT(S): All parts are properly cleaned of all dirt, grease and weld slag. V — Body,hopper and arm are shot blasted with steel beads — Nt Body etching is applied One coat(0,002")of polyurethane primer lmron Elite is applied on body V — One finish coat(0,002")of polyurethane paint lmron Elite is applied on body V — Finish paint coat is baked..125°F-150°FV — Arm Is powder coated,safety yellow NZ — 18-Manuals YES NO COMMENT(S): Parts,service and operator's manual are supplied for the refuse packer. V — 19-Lubrication YES NO COMMENT(S): All body hinges,cylinder rod ends,cylinder base, — trunnion and pivot points are supplied with grease fittings. — — 20-Warranty YES NO COMMENT(S): The body manufacturer is certified ISO 9001. — IL Not necessary All internal inspection documents such as intermediate inspection booklets made at the . — body manufacturer are available and filed per vehicle. Length of warranty on defective parts will not be less than: lyear NZ — Length of warranty on hydraulic cylinders and hoses will not be less than: - 1 year J EXCEEDS:2 Year Warranty on Cylinders Page 10 of 11 36 ' (02_ CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District Automizer Right-Hand Cardboard Recycle Trash Truck Bid Specification Sheet Length of warranty on defective parts will not be less than: 1 year a[ _ 20-Warranty(continued): YES NO COMMENT(S): Length of warranty on automated arm Is not less than: 1 year V The body manufacturer is certified ISO 9001. ✓ Not necessary Manufacturer and welders are certified by the Canadian Welding Bureau(CWB)and V Not necessary. Built in USA conforms to the standards; — — Welding procedure and materials are certified by the Canadian Welding Bureau(CWB)and V Not necessary. Built in USA conforms to the standards: 21-Options Grabber Counting Device Spill Shield V — i Auxiliary Arm Control located curbside of the cab V — Packer Control on the Joystick NZ Not available on quick delivery vehicle Hot Shift PTO NZ — Hydraulic Tank Heater �L Not available on quick delivery vehicle Body Controls to be Electric Over Hydraulic Triple Work Lights V — AlternatinglFlashing 4"LED Lights Front and Provided on Rear. Rear _. 1 Not available on Front of quick delivery vehicle. 6"Strobe Rear mounted Not available on quick delivery vehicle Multifunction LED Light Package Triple Camera System Anti-sail Mud Flaps on rear N — Central Grease Point-Follower Panel Rollers,Pack Shoes/Rails NZ Clean Out Tool Installed v' 20 lbs.Fire Extinguisher ✓ 10 lb Fire Extinguisher provided on quick delivery vehicle. Ground Level Grease Point for Tailgate and Hopper Door Hinges aL — Hopper Floor Liner 114"Hardox 450 v' Retainer Teeth in Hopper Instructions to Bidder—Any Item that Is marked"NO"please give explanation on a • separate sheet of paper. Page 11 of 11 In X Prepared for: r Prepared by: SCRANTON MFG CO INC BB ' 6 lQ A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712 252 2714 E-Mail: Aj.McCaffrey@istatetruck.com SPECIFICATION PROPOSAL Weight Weight Description Front Rear Puce Level M2 PRL-23M(EFF:01/21/20) 1,Data£Verslon SPECPRO21 DATA RELEASE VER 005 r-Vel:710W:6--"I:1:46-7-1614-114-0777:7--HL M2 106 CONVENTIONAL CHASSIS 5,709 3,503 2022 MODEL YEAR SPECIFIED SET BACK AXLE-TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION AND PREP FOR CUSTOMER SUPPLIED RH SIT-DOWN SECONDARY STEERING LOCATION WITH DUAL INSTRUMENT CLUSTER TRUCK CONFIGURATION DOMICILED,USA 50 STATES(INCLUDING CALIFORNIA AND GARB OPT-IN STATES) REFUSE SERVICE SANITATION BUSINESS SEGMENT MOIST BULK COMMODITY TERRAIN/DUTY:100%(ALL)OF THE TIME,IN TRANSIT,IS 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 AXLE(S)LOAD: 18000.0 lbs EXPECTED REAR DRIVE AXLE(S)LOAD: 30000.0lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 48000.0 lbs Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 1 of 25 STKK FX ( 10) Prepared for: Prepared by: SCRANTON MFG CO INC BB �j� O 6 Z. Al Mccaffrey 101 STATE ST ✓✓ I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: AJ.McCaffrey@istatetruck.com Weight Weight Description Front Rear Truck$ervtce REFUSE,SIDE LOAD OR REAR PACKER BODY- UNLOADS IN A LANDFILL SCRANTON MANUFACTURING/NEW WAY EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME"XX"INCHES: 32.0 in • • LEngtne CUM L9 350 HP @ 2200 RPM,2200 GOV RPM, 640 30 1050 LB-FT @ 1200 RPM,REFUSE ['Electronic Parameters • - 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE ENGINE RPM LIMIT-1400 RPM PTO MODE BRAKE OVERRIDE-SERVICE BRAKE APPLIED PTO RPM WITH CRUISE SET SWITCH-1200 RPM PTO RPM WITH CRUISE RESUME SWITCH-1400 RPM PTO MODE CANCEL VEHICLE SPEED-5 MPH PTO GOVERNOR RAMP RATE-1000 RPM PER SECOND TWO REMOTE PTO SPEEDS PTO SPEED 1 SETTING-1200 RPM PTO SPEED 2 SETTING-1300 RPM PTO MINIMUM RPM-700 • REGEN INHIBIT SPEED THRESHOLD-5 MPH [`Engine Egwpment 2016 ONBOARD DIAGNOSTICS/2010 EPA/CARB/GHG21 CONFIGURATION 2008 GARB EMISSION CERTIFICATION-CLEAN IDLE(INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL 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 Application Version 11.4.009 m 03/04/2021 4:39 PM Data Version PAL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 2 of 25 STKK EiA 11b) ...H3 Prepared f or: Prepared by: SCRANTON MFG CO INC BB 3 Q L2- Aj McCaffrey 101 STATE ST QQ I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear (2)DTNA GENUINE,FLOODED STARTING,MIN 10 2000CCA,370RC,THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON-POLISHED BATTERY BOX COVER CAB AUXILIARY POWER CABLE 5 POSITIVE LOAD DISCONNECT WITH CAB 8 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT POSITIVE AND NEGATIVE POSTS FOR 2 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 SHUTDOWN PROTECTION SYSTEM CUMMINS ENGINE INTEGRAL BRAKE WITH 20 VARIABLE GEOMETRY TURBO ON/OFF RH OUTBOARD UNDER STEP MOUNTED 30 25 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 11 FOOT 06 INCH(138 INCH+0/-5.9 INCH) EXHAUST SYSTEM HEIGHT STANDARD CURVE BRIGHT UPPER STACK(S) RH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED ROUTED FROM STEP 13 GALLON DIESEL EXHAUST FLUID TANK 35 10 100 PERCENT DIESEL EXHAUST FLUID FILL POLISHED ALUMINUM DIAMOND PLATE DIESEL 15 5 EXHAUST FLUID TANK COVER LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION Application Version 11.4.009 CCEZEragij 03/04/2021 4:39 PM Data Version PRL-23M.005 • 2022 L9 350 20yd Automated 18K 30K Page 3 of 25 • STKK Fxk Prepared for: //,q�� Prepared by: SC101RANTON STA E ST1FG CO INC BB 39 � lfJ Al Mccaffrey I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING STANDARD DIESEL EXHAUST FLUID TANK CAP STAINLESS STEEL AFTERTREATMENT DEVICE/MUFFLER/TAILPIPE SHIELD HORTON DRIVEMASTER ADVANTAGE ON/OFF FAN DRIVE 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 70 ANTIFREEZE TO-34F,OAT(NITRITE AND SILICATE FREE)EXTENDED LIFE COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES COOLANT FILL/EVACUATION QUICK CONNECT 1 LOWER RADIATOR GUARD PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 HEATER CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR WITH CURRENT SENSOR LIGHT ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission . ALLISON 3000 RDS AUTOMATIC TRANSMISSION 200 60 WITH PTO PROVISION Transmission Equipment ALLISON VOCATIONAL PACKAGE 170- AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS AND EVS 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 Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 CC D 2022 L9 350 20yd Automated 18K 30K Page 4 of 25 STKK Rhiby1- 5 Prepared for: Prepared by: SCRANTON MFG CO INC BB 40 ob ' Aj Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear SECONDARY MODE GEARS,LOWEST GEAR 1, START GEAR 1,HIGHEST GEAR 6,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY Si PERFORMANCE PRIMARY SHIFT SCHEDULE, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY S1 PERFORMANCE SECONDARY SHIFT SCHEDULE,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 1600 RPM PRIMARY MODE SHIFT SPEED 1600 RPM SECONDARY MODE SHIFT SPEED 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-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 MOUNTED BACK OF CAB CUSTOMER INSTALLED CHELSEA 280 SERIES PTO PTO MOUNTING,LH SIDE OF MAIN TRANSMISSION MAGNETIC PLUGS,ENGINE DRAIN, TRANSMISSION DRAIN,AXLE(S)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) FronP76ie and Equipment • DETROIT DA-F-18.0-5 18,000#FL1 71.0 KPI/3.74 210 DROP SINGLE FRONT AXLE Application Version 11.4.009 03/04/2021 4:39 PM Data Version PRL-23M.005 COMBILM 2022 L9 350 20yd Automated 18K 30K Page 5 of 25 STKK xlr Prepared for: / Prepared by: SCRANTON MFG CO INC BB 4 ( A j Mccaffrey 101 STATE ST + �� I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear MERITOR 16.5X6 Q+CAST SPIDER CAM FRONT 10 BRAKES,DOUBLE ANCHOR,FABRICATED SHOES NON-ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS FRONT BRAKE DUST SHIELDS 5 FRONT OIL SEALS VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS-OIL STANDARD SPINDLE NUTS FOR ALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS TRW TAS-85 POWER STEERING 40 POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR OIL/AIR POWER STEERING COOLER 5 CURRENT AVAILABLE SYNTHETIC 75W-90 FRONT AXLE LUBE 1-Front Suspension 20,000#TAPERLEAF FRONT SUSPENSION 200 MAINTENANCE FREE RUBBER BUSHINGS- FRONT SUSPENSION FRONT SHOCK ABSORBERS IT Rear Axle andE. Equipment ' •• N RS-30-185 30,000#U-SERIES SINGLE REAR 275 AXLE 5.63 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 176T MERITOR EXTENDED LUBE MAIN 25 25 DRIVELINE WITH HALF ROUND YOKES DRIVER CONTROLLED TRACTION 20 DIFFERENTIAL-SINGLE REAR AXLE (1)DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE<5 MPH MERITOR 16.5X7 P CAST SPIDER CAM REAR 20 BRAKES,DOUBLE ANCHOR,CAST SHOES NON ASBESTOS REAR BRAKE LINING Application Version 11.4.009 ,� 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 6 of 25 STKK c Prepared b : Rhibir6 Prepared for: Pre P Y SCRANTON MFG CO INC BB Al Mccaffrey 101 STATE ST 2, 6 2_ I-STATE TRUCK CENTER SCRANTON,IA 51462 45' 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetnick.com Weight Weight Description Front Rear N BRAKE CAMS AND CHAMBERS ON REAR SIDE OF DRIVE AXLE(S) WEBB CAST IRON REAR BRAKE DRUMS 50 REAR BRAKE DUST SHIELDS 5 REAR OIL SEALS BENDIX EVERSURE LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS HALDEX AUTOMATIC REAR SLACK ADJUSTERS CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE LURE F Rear Suspension 30,000#FLAT LEAF SPRING REAR SUSPENSION 230 WITH HELPER AND RADIUS ROD SPRING SUSPENSION-NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP FORE/AFT CONTROL RODS [-IA rake System AIR BRAKE PACKAGE 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 BW AD-9 BRAKE LINE AIR DRYER WITH HEATER 20 AIR DRYER FRAME MOUNTED STEEL AIR BRAKE RESERVOIRS CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET,BOTH RAILS OUTBOARD PULL CABLES ON ALL AIR RESERVOIR(S) Trader Connections UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT UUheelbase&Frame ' Application Version 11.4.009 _ ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 7 of 25 STKK f_ x I() , Prepared for: c/ Prepared by: SCRANTONMFG CO INC BB Aj Mccaffrey 101 STATEEST CENTER I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear 5950MM(234 INCH)WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME 310 120 (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 1/4 INCH(6.35MM)C-CHANNEL INNER FRAME 180 400 REINFORCEMENT 2450MM(96 INCH)REAR FRAME OVERHANG FRAME OVERHANG RANGE:91 INCH TO 100 -60 260 INCH CALC'D BACK OF CAB TO REAR SUSP C/L(CA): 168.7 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA): 165.7 in CALC'D FRAME LENGTH-OVERALL: 360.14 CALCULATED FRAME SPACE LH SIDE: 101.07 in CALCULATED FRAME SPACE RH SIDE: 153.85 in CALC'D SPACE AVAILABLE FOR DECKPLATE: 162A5 in * UNDER OR OVERSLUNG CROSSMEMBER SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE -12 CROSSMEMBER STANDARD CROSSMEMBER BACK OF TRANSMISSION STANDARD MIDSHIP#1 CROSSMEMBER(S) STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER ^Chassis Equipment _ 4 - _..-_��._.�__..r THREE-PIECE 14 INCH CHROMED STEEL 30 BUMPER WITH COLLAPSIBLE ENDS FRONT TOW HOOKS-FRAME MOUNTED 15 BUMPER MOUNTING FOR SINGLE LICENSE PLATE FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS c a Fuel Tanks 80 GALLON/302 LITER RECTANGULAR 40 10 ALUMINUM FUEL TANK-LH RECTANGULAR FUEL TANK(S) Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 8 of 25 STKK Prepared for: f blf Prepared by: SCRANTON MFG CO INC BB A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 5146214 4 6k 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: • Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S)WITH PAINTED BANDS FUEL TANK(S)FORWARD 10 GALLONS ADDITIONAL FUEL PLAIN STEP FINISH FUEL TANK CAP(S) DETROIT FUEL/WATER SEPARATOR WITH -5 WATER IN FUEL SENSOR,HAND PRIMER AND 12 VOLT PREHEATER" EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE .._. MICHELIN X LINE ENERGY Z 315/80R22.5 20 PLY 50 RADIAL FRONT TIRES MICHELIN X WORKS XDY 315/80R22.5 20 PLY 232 (( RADIAL REAR TIRES Hubs t . ram _.. ... CONMET PRESET PLUS PREMIUM_----IRON—FRONT HUBS WEBB IRON REAR HUBS 70 Wheels -- ALCOA ULTRA ONE 89U64X 22.5X9.00 10-HUB -28 PILOT 5.99 INSET ALUMINUM FRONT WHEELS ALCOA ULTRA ONE 89U64X 22.5X9.0010-HUB -56 PILOT 5.99 INSET ALUMINUM REAR WHEELS POLISHED FRONT WHEELS;OUTSIDE ONLY POLISHED REAR WHEELS;OUTSIDE OF OUTER WHEELS ONLY FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS _ Cab Exterior 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB AIR CAB MOUNTING NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 2-1/2 INCH FENDER EXTENSIONS 10 LH AND RH GRAB HANDLES HOOD MOUNTED CHROMED PLASTIC GRILLE Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 9 of 25 STKK Prepared for: i Prepared by: SCRANTONfor: MFG CO INC BB I� I A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 q506 ( 4801 HARBOR DRIVE Phone:712-652-3396SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear CHROME HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD TUNNEUFIREWALL LINER DUAL 26 INCH RECTANGULAR POLISHED 8 ALUMINUM AIR HORNS ROOF MOUNTED SINGLE ELECTRIC HORN DUAL HORN SHIELDS DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME KEY QUANTITY OF 2 REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHT/MARKER ASSEMBLY WITH CHROME BEZEL LED AERODYNAMIC MARKER LIGHTS DAYTIME RUNNING LIGHTS OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE -5 WIRING WITH SEPARATE STOP/TURN 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 BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS RH AND LH 8 INCH STAINLESS STEEL FENDER 8 MOUNTED CONVEX MIRRORS WITH TRIPOD BRACKETS STANDARD SIDE/REAR REFLECTORS RH AFTERTREATMENT SYSTEM CAB ACCESS WITH POLISHED DIAMOND PLATE COVER COMPOSITE EXTERIOR SUN VISOR 10 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED NON-OPERATING WING WINDOWS RH AND LH ELECTRIC POWERED WINDOWS, 4 PASSENGER SWITCHES ON DOOR(S) 1-PIECE SOLAR GREEN GLASS WINDSHELD 2 GALLON WINDSHIELD WASHER RESERVOIR WITH FLUID LEVEL INDICATOR,FRAME MOUNTED WHITE WINTERFRONT 2 Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 10 of 25 STKK Prepared for: r b i•f- Prepared by: j�' ' IIrn� SCRANTON MFG CO INC BB �" I l A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 / I ). 4801 HARBOR DRIVE Phone:712-652-3396 L.6 rl„ 6 2- SIOUX CITY,IA 51111 1 l{lC1T Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear I Cab Interior _ j OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION DASH MOUNTED ASHTRAYS AND LIGHTER FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING IN DASH STORAGE BIN CENTER STORAGE CONSOLE MOUNTED ON 20 BACKWALL LH DOOR MAP POCKET (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 12V 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 BASIC HIGH BACK AIR SUSPENSION DRIVER 30 SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION BASIC HIGH BACK AIR SUSPENSION 25 10 PASSENGER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION DUAL DRIVER AND PASSENGER SEAT 8 ARMRESTS LH AND RH INTEGRAL DOOR PANEL ARMRESTS Application Version 11.4.009 ® 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K I Page 11 of 25 STKK Prepared for. ' 10+ Prepared by: SCRANTON MFG CO INC BB ` Aj Mccaffrey 101 STATE ST [ �k L. I-STATE TRUCK CENTER SCRANTON,IA 51462 1 l�V 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear BLACK CORDURA PLUS CLOTH DRIVER SEAT COVER BLACK CORDURA PLUS CLOTH PASSENGER SEAT COVER BLACK SEAT BELTS ADJUSTABLE STEERING COLUMN,SUPPLIER 10 CONVERSION TO LH AND RH ADJUSTABLE TILT STEERING COLUMNS 4-SPOKE 18 INCH(450MM)STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS _ Instruments&Control`s GRAY DRIVER INSTRUMENT PANEL GRAY CENTER INSTRUMENT PANEL ENGINE REMOTE INTERFACE WITH PARK BRAKE INTERLOCK BLACK GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 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 FOR REMOTE THROTTLE ENGINE REMOTE INTERFACE CONNECTOR AT BACK OF CAB ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY Application Version 11.4.009 ° 03/04/2021 4:39 PM Data Version PRL-23M.005 tFREIGiHTL/NER.) 2022 L9 350 20yd Automated 18K 30K Page 12 of 25 STKK Prepared for: FAI10) S Prepared by: SCRANTON MFG CO INC BB A j Mccaffrey 101 STATE ST ) I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear (1)DASH MOUNTED PTO SWITCH WITH 10 INDICATOR LAMP ELECTRIC ENGINE OIL PRESSURE GAUGE OVERHEAD INSTRUMENT PANEL AMIFMNVB WORLD TUNER RADIO WITH 10 BLUETOOTH AND USB AND AUXILIARY INPUTS, J1939 DASH MOUNTED RADIO (2)RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF POWER AND GROUND WIRING PROVISION OVERHEAD ROOF/OVERHEAD CONSOLE CB RADIO PROVISION ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE,WITHOUT ODOMETER STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER TMC RP 1226 ACCESSORY CONNECTOR LOCATED BEHIND DASH B PANEL IDLE LIMITER,ELECTRONIC ENGINE SIX ON/OFF ROCKER SWITCHES IN THE DASH • WITH INDICATOR LIGHTS;FOUR WIRE TO CHASSIS AT BACK OF CAB,TWO UNWIRED, LABEL ALL OPT PRE-TRIP LAMP INSPECTION,ALL OUTPUTS FLASH,WITH SMART SWITCH (2)OVERHEAD MOUNTED LANYARD CONTROLS:(1)OFFICER AIR HORN AND(1) DRIVER AIR HORN 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,WASHER/WIPER AND HAZARD IN HANDLE Application Version 11.4.009 a 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 13 of 25 STKK Prepared for: I Prepared by: SCRANTON MFG CO INC BB ki)o )t- [) A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 14 9 0{5 b2-- 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51 11 Phone:712-252-27114 E-Mail: Aj.McCaffrey@istatetruck.com Weight Weight Description Front Rear INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design PAINT:ONE SOLID COLOR Color .77 -..=.7.--:77::"r" •; ; ;: ;., f!' -1' CAB COLOR A:L0006EY WHITE ELITE EY BLACK,HIGH SOLIDS POLYURETHANE CHASSIS PAINT SUN VISOR PAINTED SAME AS CAB COLOR A STANDARD E COAT/UNDERCOATING Certification I Compliance -`• 77;7777 77'71 U.S.FMVSS CERTIFICATION,EXCEPT SALES CABS AND GLIDER KITS SecondaryFactory- Options CORPORATE PDI CENTER IN-SERVICE ONLY SHIP TO FONTAINE(STATESVILLE,NC)PRIOR TO DELIVERY Raw Performance Data CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA): 165.7 in CALC'D SPACE AVAILABLE FOR DECKPLATE: 162.45 in ZPLLYE LcLE S UMM A,RY Weight Weight Total Front Rear Weight Factory Weight 7939 lbs 5299 lbs 13238 lbs + Total Weight 7939 lbs 5299 lbs 13238 lbs Extended Warranty i-• -'• - Application Version 11A.009 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 14 of 25 STKK /"� n+ 1� Prepared for: l b 1V�l �— U� Prepared by: SCRANTON MFG CO INC BB VVVVIIIL..��� Aj Mccaffrey 101 STATE ST r 1-STATE TRUCK CENTER SCRANTON,IA 51462 5C5 li 2- 4801 HARBOR DRIVE Phone:712-652-3396 —v SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com TOWING:1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE$550 CAP FEX APPLIES (+)Weights shown are estimates only. If weight is critical,contact Customer Application Engineering. ('•')All cost increases for major components(Engines,Transmissions,Axles,Front and Rear Tires)and government mandated requirements,tariffs,and raw material surcharges will be passed through and added to factory invoices. Application Version 11.4.009 03/04/2021 4:39 PM Data Version PRL-23M.005 CeIZEM1145 2022 L9 350 20yd Automated 18K 30K Page 15 of 25 STKK Prepared for: E ` Prepared by: SCRANTON MFG CO INC BB X h� )9)t 3 A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 61 T 6 2- 4801 HARBOR DRIVE Phone:712-652-3396 ` SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com [. ` J _ DIMENSIONS 4-----1613in > E 3 in 7/1 .,,?;: 67.62 in i' "p - , e.I 1. �' q 42.44 in f 41 in ->< 234 in >1<96 in> < 371in > �-r'r_'�16- _'- IVArri�iJ W:--'*-- - n;r_„ - ,Yr-,c-. -' __ -- , 'Ft VEH�i`C�LE�SP„ I"T.�O«NS S.UMMARY��DINSIQNS;' •� ., �_L ass." i Model M2106 Wheelbase(545) 5950MM(234 INCH)WHEELBASE Rear Frame Overhang(552) 2450MM(96 INCH)REAR FRAME OVERHANG Fifth Wheel(578) NO FIFTH WHEEL Mounting Location(577) NO FIFTH WHEEL LOCATION Maximum Forward Position(in) 0 Maximum Rearward Position(in) 0 , Amount of Slide Travel(in) 0 Slide Increment(in) 0 Desired Slide Position(in) 0.0 Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper(682) NO SLEEPER BOX/SLEEPERCAB Exhaust System(016) RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE Application Version 11.4.009 ° 03/04/2021 4:39 PM Data Version PRL-23M.005 t FREIGHTLINER) 2022 L9 350 20yd Automated 18K 30K Page 16 of 25 STKK c Prepared for: f Prepared by: SCRANTON MFG CO INC BB _ h 1 L9/ j) A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 �4�� 4801 HARBOR DRIVE Phone:712-652-3396 52. f SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com TiABLEt;SUMMt07--tDitilESIGNS _ e V6.• : "I" f �v. o t #}�r fit, f'i ham. e �4 .r r.•`e r# � c},°,' n '..; . d e e , ,,,4 .,ui.a 1'0 .:k• t-,. . . i.�:t3 sP'.°'#':xitn4 i +t 4 tt X'.° ` ..�- ,...�.:, Bumper to Back of Cab(BBC) 1063 Bumper to Centerline.of Front Axle(BA) 40.7 Min.Cab to Body Clearance(CB) 3.0 Back of Cab to Centerline of RearAxle(s)(CA) 168.7 Effective Back of Cab to Centerline of RearAxle(s)(Effective CA) 165.7 Back of Cab Protrusions(Exhaust/Intake)(CP) - 0.0 Back of Cab Protrusions(Side Extenders/Trim Tab)(CP) 0.0 Back of Cab Protrusions(CNG Tank) 0.0 Back of Cab Clearance(CL) 3.0 Back of Cab to End of Frame 265.2 Cab Height(CH) 67.5 Wheelbase(YVB) 234.3 Frame Overhang(OH) 96.5 Overall Frame Length 360.1 Overall Length(OAL) 371.5 Rear Axle Spacing 0.0 Unladen Frame Height at Centerline of RearAxle 42.4 Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application Engineering. Application Version 11.4.009 m 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K - Page 17 of 25 STKK Prepared for: Prepared by: SC101 STATE M CO INC BB -A h'i I„i 1 B Cj Mccaffrey CENTER101 STATE ST Py�/ �! I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 53 56 r _(�2- SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com TRUC .K , VIlEIGH`T ,I , Peylioaa,(Ips)=Type=; a'riakile :` a; =s 0 - Payload CG7frorn Front of Body(ft)r i '7.0 rl j i is .- i .. ...r; GVW(pdunds)-:> . 18632 4 is lpf�1� 1(Ik� I! i Front Rear 10433 8199 VEHICLEZFECIIFICAtTIO S SUMMARYr-?ERASCIOVEIGHT - Model M2106 Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s)Load(Ibs) 18000.0 Expected Pusher Axle(s)Load(Ibs) 0.0 Expected Rear Axle(s)Load(Ibs) 30000.0 Expected Tag Axle(s)Load(Ibs) 0.0 Expected GVW(Ibs) 48000 Expected GCW(Ibs) 0.0 Wheelbase(545) 5950MM(234 INCH)WHEELBASE Pusher/Tag Axle(443) NO PUSHER OR TAG AXLE Front Axle to Back of Cab(in) 65.551 Cab to Body Clearance(in) 3.0 Front Axle to Body(in) 68.551 Truck Configuration(AA3) REFUSE,SIDE LOAD OR REAR PACKER BODY-UNLOADS IN A LANDFILL Body Length(ft) 14.0 Body Weight(Ibs) 4200.0 Body Horiz CG from Body Front(ft) 5.9 Body Front to Rear Axle(s)CL(ft) 13.81 • Application Version 11.4.009 _- 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 18 of 25 STKK Prepared for: t. i Prepared by: SCRANTON MFG CO INC BB , / Aj Mccaffrey �) )(off- 101 STATE ST (, )io J ( I-STATE TRUCK CENTER SCRANTON,IA 51462 f 4801 HARBOR DRIVE Phone:712-652-3396 r �' !.. SIOUX CITY,IA 51111 J Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Driver Weight(lbs) 500.0 Driver Horizontal CG from Front Axle(in) 46.302 Left-Hand Primary Fuel/Hydratilic Tank(204) 80 GALLON/302 LITER RECTANGULAR ALUMINUM FUEL TANK-LH Left Fuel Tank Horizontal CG(in) 95.6105 Right-Hand Primary Fuel/Hydraulic Tank(206) NO RH FUEL TANK Right Fuel Tank Horizontal CG(in) 0 a F r{ n� r , a s- • ai t'ffi : VIf .4:01 'x' =ii ., , wt •�i v{t ,..1�•��1 .1 t.. j Y fi.! birM Chassis Tare. 7939 5299 13238 Fuel/Oil 391 303 694 Driver 401 99 500 Dealer Installed Options 0 0 0 Accessories Total 0 0 0 Body Tare I 1702 2498 4200 Truck Tare Weight 10433 8199 18632 PayloadTotal 0 0 0 Calculated Axle Loads 10433 8199 18632 Expected Axle Loads/GVW 18000 30000 48000 GAWR/GVWR 18000 30000 48000 Payload CG From Front of Body 7 feet Payload CG From Front Axle 12.7 feet Payload Distribution I Variable All weights displayed in pounds Application Version 11.4.009 03/04/2021 4:39 PM Data Version PRL-23M.005 CfraigffrODI 2022 L9 350 20yd Automated 18K 30K Page 19 of 25 STKK Prepared for: Prepared by: SCRANTON MFG CO INC BB In A j Mccaffrey 101 STATE ST Fy J v J )1- 8 I-STATE TRUCK CENTERSCRANTON,IA 51462 v 4801 HARBOR DRIVE Phone:712-652-3396 ' �� SIOUX CITY,IA 51111 55 Phone:712 252-2714 E-Mail: A].McCaffrey@istatetruck.com , • a " > _ ,^r Chassis Tare . .. 7939 5299 13238 Fuel loll` .. 391 303 694 Driver 401 99 500 Dealer installed Options 0 0 0 Accessories Total 0 0 0 Body Tare . ., 1702 2498 4200 Truck Tare Weight 10433 8199 18632 Payload Total _ 0 01 0 Calculated Axle.Loads 10433 8199 18632 Expected Axle Loads/GVW 18000 30000 48000 GAWR/GVWR 18000 30000 48000 Payload CG From Front of Body 7feet Payload CC From Front Axle 12.7 feet Payload Distribution Variable JI v.eights displayed in pounds Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application Engineering. Application Version 11.4.009 IPD® 03I04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 20 of 25 STKK Prepared for: Prepared by: SCRANTON MFG CO INC BB A j Mccaffrey 101 STATE ST EP 1 I-STATE TRUCK CENTER SCRANTON,IA 51462 1 9�. b 4801 HARBOR DRIVE Phone:712-652-3396 I ° SIOUX CITY,IA 51111 51 c (02- Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com i.' TURNING ; RA .DIU $ — - Turning radius graphic and data provided strictly for comparisons v ---h -- between model configurations.Weather,road surfaces,and tire e.\ treads affect the results. It is strongly suggested that actual vehicles be measured before constructing any roads/driveways I N using this information. For specific figures regarding your configuration,please contact your CAE representative. i .'s,\\ ,i 2 _ $ Diiiiec(sidri Tdteratice; i y Wall to Wall Diameter,(ft) 60.0 +1-3.0 - Curb tbi' urbC biaineter i(ft) 58.3 +1-3.0 .'•. I.. TurnincjRadius(ft). `: `_ 28.7 +/-1.5 y 3 /, _ . VEHI5.1.w,FFCI_FICA�TIIONS SU.___ARMY)-•TURNII„. ._IU3r , • :_�^ , , Y : ., -,,, Model M2106 Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Wheelbase(545) 5950MM(234 INCH)WHEELBASE Front Tires(093) MICHELIN X LINE ENERGY Z 315/8DR22.5 20 PLY RADIAL FRONT TIRES Width(in) 12.4 Front Axle(400) DETROIT DA-F-18.0-518,000#FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE Kingpin Intersection(in) 71 Bumper(556) THREE-PIECE 14 INCH CHROMED STEEL BUMPER WITH COLLAPSIBLE ENDS Width(in) 93.5 Bumper Miter to Front Axle(in) 21.458 Primary Steering Location(003)...LH PRIMARY STEERING LOCATION AND PREP FOR CUSTOMER SUPPLIED RH SIT-DOWN SECONDARY STEERING LOCATION WITH DUAL INSTRUMENT CLUSTER Steering Gear(536) TRW TAS-85 POWER STEERING Dual Steering Gear NONE Ram NONE Rear Axle(420) RS-30-185 30,000#U-SERIES SINGLE REAR AXLE Axle Spacing(624) NO AXLE SPACING Application Version 11.4.009 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 21 of 25 STKK Prepared for: X111)ill)' B Prepared by: SCRANTON MFG CO INC BB Aj Mccaffrey 101 STATE ST j � 7 I-STATE TRUCK CENTER SCRANTON,IA 51462 L— 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application Engineering. Application Version 11.4.009 ° 03/04/2021 4:39 PM Data Version PRL-23M.005 CEZEZIOD5 2022 L9 350 20yd Automated 18K 30K Page 22 of 25 STKK , Prepared for: Prepared by: SCRANTON MFG CO INC BB Exkilhcri— B A j Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 3 �� . SIOUX CITY,IA 51111 (� Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Desired Crutse Speed 65 0 { _ 400 Marlmutn HP 250 , 1 OW t'racie 73 a 300 0 3`Yo Grade a� f k { 1200 Z n 1 f. ,. f 100 '4.;:,”"t:-;-;S:;:: t3 7 { 1 , t ram_ — r Spe Gore ned HP. ed 0 20 40 60 $0 100 vehicle Speed(MPH) VEHICLE SPEGIFI�C/1Y• ---_StIMM- YL S_EEDABlLITY z Model M2106 Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Desired Cruise Speed(mph) 65.0 Application Version 11.4.009 ° 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 23 of 25 STKK i b`cA-. Prepared for: Prepared by: SCRANTON MFG CO INC BB 5 9 / - Aj Mccaffrey 101 STATE ST I-STATE TRUCK CENTER SCRANTON,IA 51462 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Expected Front Axle(s)Load(Ibs) 18000.0 Expected Pusher Axle(s)Load(Ibs) 0.0 Expected Rear Axle(s)Load(Ibs) 30000.0 Expected Tag Axle(s)Load(Ibs) 0.0 Expected GVW(Ibs) 48000 Expected GCW(Ibs) 0.0 Engine(101) CUM L9 350 HP @ 2200 RPM,2200 GOV RPM,1050 LB-FT @ 1200 RPM,REFUSE Governed RPM 2200 HP at Governed RPM 350 RPM at Max HP 2200 Max HP 350 HP at Governed RPM(High Torque) 350 RPM at Max HP(High Torque) 2200 Max HP(High Torque) 350 Multi-torque NO Transmission(342) ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Rear Axle(420) RS-30-185 30,000#U-SERIES SINGLE REAR AXLE Number of Speeds 1 Rear Axle Gear Ratio(s) 5.63 REAR AXLE RATIO Rear Tires(094) MICHELIN X WORKS XDY 315/80R22.5 20 PLY RADIAL REAR TIRES Revolutions per Mile • 486 Trailer Width(in) 0.0 Trailer Height(ground to top)(ft) 12.0 Body Width(in) 96.0 Body Height(ground to top)(ft) 12.0 Roof Mounted Aero Device(784) NO AIR SHIELD OR BRACKETS Road Surface(AB5).SMOOTH CONCRETE OR ASPHALT PAVEMENT-MOST SEVERE IN TRANSIT(BETWEEN SITES)ROAD SURFACE Auxiliary Transmission(352) NO AUXILIARY TRANSMISSION High Gear Ratio N/A Low Gear Ratio N/A Transfer Case(373) NO TRANSFER CASE High Gear Ratio N/A Low Gear Ratio N/A iiTABCE'}SUMMARY.-SPEEI ABILI • ' f 'r: Application Version 11.4.009 03/04/2021 4:39 PM Data Version PRL-23M.005 cesimeD5 2022 L9 350 20yd Automated 18K 30K Page 24 of 25 STKK Prepared for: Fxa)c+-B Prepared by: SCRANTON MFG CO INC BB Aj Mccaffrey 101 STATE ST ��/ I-STATE TRUCK CENTER (OD SCRANTON,IA 51462 1� 4801 HARBOR DRIVE Phone:712-652-3396 SIOUX CITY,IA 51111 Phone:712-252-2714 E-Mail: Aj.McCaffrey@istatetruck.com Tr, -4 T'"�''it �t y'_'4`,.;� -97 r:-PtK ortri €— ,41 Y'. w, ' e I..i � #" .N �pyd�' t i 4 i r� '.�}.''4 fi'-"s i.-.. . .r:a t,'-,, t �'"�'z�7`tr .k 3 y ti ' �. 3 F > • +tea . Top Gear Vehicle Speed(mph) 74.2; 121-7°0. Engine RP►ul.- '. - - :. 2200 1927 Gross Power Available(HP) `: 350 N/A Power(HP)Required for. Level Road = 249 179 0.3%Grade 279 206 1 O%Grade 350 26S 13lue background represents value input by user.. .. :_, Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application Engineering. Application Version 11.4.009 ,- 03/04/2021 4:39 PM Data Version PRL-23M.005 2022 L9 350 20yd Automated 18K 30K Page 25 of 25 STKK 043 __. _ . ..._ _ __ • .. . , .•,. ... . . . . , . • : 1 '..... „,.. r ---•, . . ,. . . ,.., I : .-/ ' • .."•k,-.. i ... ., _ .- • , Jr / .0. ___ _ -)1 ' : :! --ri. 4 ' b ' 1" t il_j ..7t::: . .Art-TH 4 i • .., - . ., . . - ti ..„ i - r7 f I-- • t ..;:i ,. /,' ,,. -11 • li i u ..'i .r-- i I / 1 ',' ' '' \'''fi'l 11-, . - . ,, , f f i - i _ _ i 1 7 . , . ,f, I.' U.. • !, . ' - _-.'.; . . -.. - . . • , ., .. - . • . ,,. . • • • • , • . ., . , •, . • —' ,il, - NEW(F,2) WA V . l L--- - 3:7 . ' . -.:. . . • — silk , ••', Jilw . ' . .. r r. Or :41 • 1 r- .„ .,z1-7,,,-*- 1 '— fir i -• // I.; , . -' ' 1 ,..t...,. . .. . , if—_.„---$1 , [ - , d. L., C51 irM r.., 1.''. - - : ','' *.• ,RD .: -, -. i -L wan . - . ' i ' ' .K. ...,.• 4. ._ _ i- , _sp.. ,,,, , .. ,-. '-7 . . I ' it'.'• f - • :.1114'1.-.-1:::i' .- 4,:.. or , • -it, ....:Mik L._ ,.... - , a ... ..„,..„.......6 _ ,. 7 . r, __ - -_ __ I, , ......_._ . . - ..\ • ; . ..., -Itt,I.-,• -;-' , '- .,,. • i ,, / ,.. p . ,, .. _ . .. . , , • • ".. 1 • ,,,e, . _ - - • , - 4 . 14 1 •-,.I , ,7 • - ' " t : - 1 - ,,,- --.•„„:,... kii,t,..,-.•,:...5,•,:_>,,,..,-, .fr'i- • --•-•• . - • - .,,.-.;• ' --- .. .- . . • . . - • -. TRACTION IN . . , . ANY ENVIRONMENT With the New Way°Sidewinder XTRTm Automated Side Loader, efficiency is always at your side. Enjoy smooth one-operator convenience and a faster compaction rate than any other side loader on the market.Combine the strongest frame-mounted arm in ihe industry—boasting a 12-foot reach—with the convenience of automated loading and the ability to maneuver in tight spaces and you have an agile,ultra-tough,overbuilt loader. -•-- . - woislknipcommonvhm-858 I 1E8 008• I 1 . n.: ulligone-pini a, .•,,• •‘.••,•• . - .7. 'i ' air. AVM AlligiNI ir-:—=',C•'-' 9 .--, i s--,,-1.:-% op 411 1151).fit'"Wci imaoliTnne=MAY --(j19 CI 't q Dt111103p.111117.1v !!",- . -I,-.MP.. litii I I NOD.1110 S, A. E"' ' " • • • '"'-'''''' liaLfIciii11.5IU.1.V.Vi.litUN i'a7.1,1QH.Letif GI) •-•••• - - t .71 sjopuw ph FE pun oz'Ejj u!aplopono am- i map Psnjal ay jo wka...+wo sold Apoq ow jo ppm tau wo[mho)jo ajqodw aq pow ussocrn :,.....1 mum aq mu Ir.,.swawaunbal kullopIn6 uunujouu alp uoio s;a1 iv%6uunpoloom uoluous oi was wog Auv, ainssaid Joildpfi aiquisrlou tro-ui- woo,'pulp do woo panuoaw spi Dosoubolp qo)ui Al spin)snq no- sionurn11111.111All JOAO likf- J :suialsAs joouo)jo a)wq)- „51;j x„2 j x„z, JapuHA)/13A0)JaddoH sop,tit, • -•I (uoipiipal Sql°IWO - sZ I a„is-x,,,i, - .1!Fi7:511)ifpchiliusuovoli dal*is Ina:homy ,E x upIoo.,sh luau aolopon oso)ppm s96ja11.1169/Isoo)Isom- °OBIS h,.08I x„5 9 tpA IE-61 gill •',:i' t: _53.1SMIdtitaditerri;44-74A- '. 1 poiomod 9to- 96°151,.051 x..5 9 tpA tz-zz xos ofind 0 j saps alohipi •.( KUM)apA)Will- , • , li_iflitifloyfaifelp-oa". ' :Elt,Itt".- : ./.'.1 "111311:4'71111§-11 :T4i3 '- ' .1 slkoi jahoys/wom- .,l x„9 I x.,E "Punt'',1111 lu)!I"A OSHO ,vkii• Joolj Apo a t • :- • t,,-rt j lapi)!Joddoll- .--47- ,4)1%1151'1-Tit-7-1APP11•4014d0g-dis-7-74-1 --11.s.-W-- "45,:" Sf0111.10)JUJU louoilippv- . . . ,... , • A-6 x,Eh x,I, snPu!IA)lauad 31)Dd °Mk' 3,/i s'IP:S 51.10111.10 0101110)- r.7-`77[Q,ZOE "SiSilakInVir= 7,-')W7--Diti".77 45-74-773NOISMI.:; ''''.1 • _, . „taildp0 uollu6 oog- , ;SNO_Iiii3131?3d.013GNI1A-3 311111111CIAH NOIlDf121/5.N9,4t1,011Pt:1: i ' • pholladd.oti !inwpAH- 7 , „4,'•4 s,.,- - A 1 ' ANithid1031VNI31140 . - . k -1-7@S 8.9 ' •99„1.aph?„ „ ,.., .,, P.iii- ,,, ,4 . - .. , C:i 1 17ga'Ill I'.--trArterKliaitii1C7: 1 :f" :27",..71,7iliZITC1Millt ' I . , rloop,ar.vil'Aniqtri- : ' lung 1.-0qt -sa sow ' 591 000 I •AW/3dp-3'5119K1141-111' ppkinfipopocItotou- -,-,--..-,.,•'v'PI 1151"t;;;;4?-4).-P3Al .:1Wo-ariA . ''':::'P.'Y'. gie2'% ainlaMil 149 ..:-;. .1sl 000 E ' 'siltifu p i Eqz- ' . .. . . SNOlillAIIIDadS i ' ' .. a• •i-- 111Paiu9nliJalf,SVIZ`1511,t- • isd.00p, - sttinaktz-0,. • _ . •+ - 'Z s-P-'1-• ':..v. VtliRWAXED;i01..2- tk' 91-4:: ,Ilpiipfur- i, , 'yugfailiou ov, It , ' " ' . . _„1,,,...03. ` At alitygluNratra.T...k6,•,'"''' "' ' '-1 '4 t' --,' 4.• apAgui.,pymajoh%- .",t,--,,' ,-..--,,.,4 giouilimp- :t.4,,,:410-5,,,ra.t:rd,f6,R6',,-- ,- -- - --..'.:,' -:- ... ' '.--.t.'"-: ' -.'' R.8- , ut34,frc-4_,st::,v.i,::._ ._i•J:.,,-: .:-21 „g44,ti.-14,-- _.. _,._..., - 1,.- .4., -3.,_, *.--,iii soli oll jtbi` ,..-'., ,, ,...,..:, z.-.-4 i 4-t....ii 4:da ..t.4-ritg ? ; -. • -.'. ..';',•.:* --if‘• . „ : -,....,;011,poili.ri 010,81-•-.•; •.'V.?,•t.--.11 , . , ...._-. .;.' . . • -- /= ;-•.- , • - - •'• ':-. - . :...•...• _... .....:t.,' , • 0.4--, • ,O ,-, •-, - , riiiirg R411..71,-.. 1,Irq!.1 .,.".:.... .:.." '. n-0,0- ,V. ,9066A044finuoitioahlostid, ` , ' '49.4.64.„40-11,#PPIR,P1,1, "•-,-.', ', • .„--'- - IRI„011yind_1,L4.5 -3,_ . ,tt " , 4 r 84s9P IluhulPis AP9:18°Pu1SP ' ''' ' _ ,,,z6Ji ' ' '''.-. -.--,4:,,z61" ' - . ;,--4:',„0*.?1 -". '', •09'l , "Plunti.1::°11110-3.:-.'"• '.2! : • icklAholjpifo ro,,dtiotpoimokui)puiiuli6i3- , ,, .ffigg-• ,.?::.7.111:1141';4.-';"•1W411114'.8.r: ''t,'7•.' ,,:'"V,_..mtraiir'.5:., •",,,,.,.'.' loOolD'ahlTp playikodm,s6upoaqJagot Am- _ V 11 V fit V itZ , V'LZ laimw ".,' • siaddp6*phut] q aui- ' , •— ..1 SN01.1.1131.111D3dS SISSIIHDINAWfinViti ,-yin poionotu-atuoti pompotd- " :: .. • 4. 1 ". , unishs man)long- _.-.:-_-_-...6ze--..-_-:77__ _-_- :. —..7:0-_— _7 -;5-bl.'- - my-pH-aim --., - . • ,pplompAti ard-tplii- ,Eli ,Ell .Ell .Ell 146PH aiDfill°1*PusPRII , ''',...1:,;t•plod ownpotd ma mull- ',I.TiTt: _. Thir•14:-.."---77-..-,-IX - -.. -:.," -.-_"'Tta' ..--_710_316.111 ,rti. I • - mop)bolo Noon- AO I .,80 I 801, „I301 (8)infilaH Apo E1 ' ../l1U1 11/1.1000I UCI Anull!Ilk- 4. ' - I5lli -- -- fib — - -0-1 Japuipb isym-olBu!s apuoyo)win;- p. t . p4 I pA 6Z pi,,z zz Alodo)Apoa , loop Jacdotssono aNs poTopolu t. z api _ sndomph spoJ lau0)allionp- •••-SNO11131i133dS113N3d 510uplop on!)„z x„spi uyL ooaqvuo-)pod- :4•..'1.,'..'.•51,•1'.'1 ' IN3Wd11103 CRIVONVAS .. . , -'•1 ..--•_. ;#,;,• - :- _ , - 0 0 __ - . 11 I1.1, •-. ' A at f....- .1. .49.,.--,-.1,,•.,., ',,i ..., , 1-, ..,• ...., . . .., .,. _. air-:---._-----.-_-.-- :,..,i 4 ...7 ....' ... .-4 .",'-•: • 1 4 % , ' I 1711 ' ,`L :::- .alligteilliti#E# . '11 C 1-,, . +-1-,-- . ) ti , , ,- ., _..........r: * ' J i,'?`k ",' t• i , •' 1 1 - + 'i . , .oo, -, ,i 0 1--o—A 1 i 1 . ll ( i ,, =I. , .... 1 0 u! 0 A Eil ''('Ir. /_, i ill 313r 11111A/13 Ulm-- . i. , ' ..14 in ..._, . ,