Loading...
HomeMy Public PortalAbout144-2021 - Ruble Truck Sales - new truck ORIGINAL AGREEMENT THIS AGREEMENT made and entered into this Ib day of 1V ovewber, 2021, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Ruble Truck Sales, 11995 Dechell Drive,New Haven,IN 46774(hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor a 2022 Kenworth Chissis with a Stellar Hook Lift System, as more specifically described on Exhibit `B" attached hereto and incorporated by reference herein. The contracting price, as more specifically set forth below, shall include all shipping,handling, delivery,pick-up,trade-in, and set-up charges. The vehicle shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Avenue,Richmond,Indiana 47374. A Request for Quotes, inclusive of Addendum No. 1 identifying the trade-in of a 2013 International 7400 Hook Truck, 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 response of Contractor 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 vehicle described on Exhibit`B" attached hereto as soon as is practically possible, but said deliver shall not exceed one hundred ninety (90) 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 Depai tment. 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 vehicle described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of One Hundred Thirty-Five Thousand Dollars and 00/100 ($135,000.00) in consideration for the Vehicle specifically described within the Exhibits attached hereto,inclusive of delivery,which price reflects the credit for the above-referenced trade-in. Contract No. 144-2021 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 vehicle,in new and working condition, to the City, which delivery shall occur within a commercially reasonable timeframe from execution hereof, but exceeding the timeframe referenced in Section I, above. 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 vehicle 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; e. 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 2 I Page C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $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 3 I Page 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 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 4 I Page 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. 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. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK—SIGNATURES TO FOLLOW] 5 I Page PRICE R Q U ST ( o� 5 o * glrF * CM. I_ OF RIC1l.MONDDEPARTMENT FC2380U EtTYAVENUEo) H OND,INDIANA47374 THIS IS NOT AN ORDER PHONE(765)983-7450.FAX(765)962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested;and attach any explanation for any substitution to specifications altered. Return In a sealed envelope,in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: August 2,2021 August 24,2021 by 9:00 A.M. UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase One(1) Hook Truck with trade-in of 2010 Case 821E Wheel Loader. Please see attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote,information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson,Customer Service Mgr 2380 Liberty Avenue Richmond,IN 47374 Re: Hook Truck with trade-in Quote Valid Until Please itemize all charges on attached Bid Sheet. If you have any questions or would like to inspect the trade-in please call Jeff Lohmoeller at 765-993-2670. • NAME OF FIRM QUOTING: BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE TITLE EXHIBIT P Richmond Sanitary District PAGE r PHONE NUMBER Date: August 3,2021 To: All Bidders From: Jeff Lohmoeller RE: Hook Truck with Trade-In ADDENDUM#1 This is"Addendum#1". This addendum is in reference to the above-mentioned services. Please mark Addendum#1 on outside of envelope when returning quote. The proposal sheet is incorrect. The Sanitary District is not trading-in a 2010 Case 821 Wheel Loader. The trade-in will be a 2013 International 7400 Hook Truck. VIN: 1HTWGAZT1EH469683 A New Proposal Sheet is attached. EXHIBIT /"1 PA 0\ ®FT Minimum Spec for 54,000 GVWR, Dual Wheel, Cab and Chassis Truck Cummins L9 Diesel Engine 350hp/1000 lb.ft.torque rating Yes No Minimum 18.7 cfm air compressor Yes No 130 amp alternator Yes No Minimum of 2250 CCA Batteries Yes No Allison 3000RDS Transmission with programming to support this application Yes No Transmission Cooler Yes No Front suspension:Spring Multi-Leaf Shackle Type 20,000 Has front shocks Yes No Rear Suspension:walking beam type 54"Axle spacing 46,000lb.capacity Yes No Frame Rails: Heat treated alloy steel with 120,000 PSI yield full C channel reinforced Yes No Rear Differential Lock Yes No Automatic Slack Adjusters and dust shields Yes No 242"Wheelbase Yes No 75 gallon or greater fuel tank w/stainless steel tank bands Yes No Air dryer Yes No Battery shutoff Yes No Body builder Junction box located inside the cab Yes No Front Mud Flaps Yes No Heated and remote mirrors Yes No Power windows and door locks Yes No Air horns mounted under the cab. Yes No Bug/Rock screen mounted behind grille for radiator protection Yes No Adjustable tilt and telescopic steering wheel Yes No Air Ride driver and passenger with heat Yes No AC and Defroster with premium cab insulation package Yes No Radio with Bluetooth Yes No Front Tires Heavy Steer Application with 20,000 minimum rating Yes No Rear Tires Heavy Drive application with 30,000 minimum rating Yes No EXHIBIT 1_ PAGE 3 OF Paint to be two stage Base and Clear Coat White Yes No A turning radius study must be submitted with the bid for evaluation Yes No Extended Engine Warranty to include Injectors,turbo,water pump and after treatment Yes No For 5yrs/150,000miles Yes No Transmission Warranty to be 5yr/Unlimited miles Yes No EXHIBIT A PAGE L OF Minimum Specifications for Hook Lift Unit Lifting and dumping capacity: Minimum of 52,000 pounds Yes No Minimum Dump Angle must be 50-degrees Yes No Maximum operating pressure must be 4,200 psi Yes No Weight of unit not to exceed 5,500 pounds Yes No Hook height not to exceed 61.75 inches from the bottom of the skid rails To bottom of hook bar. Yes No Hydraulic pump must be a direct-coupled high pressure piston pump Yes No Hydraulic control valve mounted directly into the oil reservoir Yes No All hydraulic cylinder are to be double acting with dual integral Pilot-operated counterbalance valves to prevent cylinder collapse In case of hose failure. Yes No Controls must be dual levers with sealed cable actuators mounted in Truck cab to allow full feathering of all loader functions. Yes No Loader must have pivoting type front tilt section (jib)to provide A low degree loading/unloading angle. Yes No Lift hook must have an automatic mechanical safety latch which Disengages only when the container is in proper position to be Picked up or dropped off. Yes No Loader unit must have a hydraulic lock out devise to prevent Operation of the tilt section when loader is in dumping mode. Yes No Dumping must be accomplished through a rear pivot.Tilt and lift section must lock into rigid full length 27 inch wide frame with front saddle to provide support for container while in the dump mode. Yes No Locking sections must form this frame without the use of mechanical latches which rely on gravity,springs,or container mounted latches. Yes No The hook lift unit must be protected from out of sequences operation. Yes No Rear dump hinge pins must be a minimum of 3 inch diameter, 304 or 17-4 stainless steel. Yes No All pins must be 304 or 7-14 stainless steel. Yes No EXHIBIT A PAGE 5- OF" All bushings to be DX pre-lubricated type and used with grease fittings. Yes No All hoses and fittings must be SAE, no metrics allowed. Yes No Rear body Hold-downs: Unit must have dual fixed-position hold-down devises mounted to the dump frame to secure the body to the loader through all ranges of the dump mode.This must be accomplished without the use of springs, hydraulics,or air operated devises.The hold-down must be compatible with City of Richmond containers. Yes No New durable plastic fenders are to be installed with taillights mounted In fenders. Yes No Taillights:3 lights per fender(each side)2 wired for turn signal and brake 1 for back-up. Yes No Successful bidder will provide a full 1 year warranty on all parts, Labor,transportation,and travel time,or other expenses incurred during warranty period. Yes No Owner's manual&parts book to be included. Yes No EXHIBIT 1 ..__ PAGE OFI, Proposal Sheet Awarding dealer is responsible for warranty work during duration of warranty period including transportation or other expenses incurred if any warranty work is done at any location other than that of the awarding dealer. Bid to include all prep,shipping,and handling charges. Truck is to be delivered to 5242 New Paris Pike,Richmond, Indiana 47374 Make and Model Number: Total Price of Hook Truck: Trade in value of 2013 International 7400 Hook Truck: Engine Hours: 10435 Mileage 67843 Bid firm for how long: Delivery Time after PO has been issued: E-Verification form filled out: Yes No Local Preference Claim: Yes No Iran Investments: Yes No EXHIBIT PAGEOF . Indiana Local Preference Claim: Definitions: • Affected County—Wayne County or an adjacent county. Local Indiana Business—A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll(in dollar volume)to residents of Affected Counties; or a business that employees residents of Affected Counties as a majority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9,it shall include such claim with its Bid. In addition the Bidder shall submit,as a Post-Bid submittal, all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to•Indiana Code 5-22-15-20.9, the Bidder shall submit all post bid documentation as required by the Post-Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business,as defined by Indiana Code 5-22-15-20.9,the Owner will evaluate the Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties,total number of employees,and total number of employees who are residents of Affected Counties. Further,each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture qualifies as a local Indiana business; The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana Code 5-22-15-20.9. Subject to Indiana Code 5-22-15-20.9,award of the Contract will be made to the lowest,responsive and responsible Bidder,where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. • EXHIBITS I PAGE. ,........OF PRICE RE` ,' S? • u �x4�1-, lip, , CITYOF RIC.0..MOND fi ORDER 2380 D� N ERTYAVENUMICEIMONDTMENT OF OINDIANA47374 THIS IS NOT AN ORDER . PHONE(765)983 7450oFAX(765)962-2669 raft... • �.:a::.r..e.a.�. - ;z. :r nw•r a..-. -_' _t'.:''=- ev,•,,,,r av:.pA->..-a,-re=--:r,..• i VENDOR INSTRUCTIONS N This Is a request for a price for the services of materials Ruble Truck Sales • described below. Any additional specifications may be attached hereto. This Is NOT an order and the City reserves 11995 Dechell Drive i the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and' charges where • New Haven,IN 46774 requested;and attach any explanation for any substitution to • specifications altered. Return In a sealed envelope,In care of Richmond Sanitary District Board of Commissioners to Attn:Denise Knowles the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: - PAYMENT TERMS: DELIVERY REQUIRED: August 2,2021 August 24,2021 by 9:00 A.M. ! UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION - This is a request for quotes to purchase One(1) Hook Truck with trade-in of 2010 Case 821E Wheel Loader. Please see.attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote,information enclosed. Return this sheet and the proposal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson,Customer Service Mgr 2380 Liberty Avenue Richmond,IN 47374 Re: Hook Truck with trade-in Quote Valid Until Please itemize all charges on attached Bid Sheet. If you have any questions or would like to inspect the trade-in please call Jeff Lohmoeller at 765-993-2670. NAME OF FIRM QUOTING: • _. . . • BY:• STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District EXHI9tT_ PAGE / Lilt PHONE NUMBER Date: August 3,2021 To: • All Bidders From: Jeff Lohmoeller RE: Hook Truck with Trade-In ADDENDUM#1 This is"Addendum#1". This addendum is in reference to the above-mentioned services. Please mark Addendum#1 on outside of envelope when returning quote. The proposal sheet is incorrect.The Sanitary District is not trading-in a 2010 Case 821 Wheel Loader. The trade-in will be a 2013 International 7400 Hook Truck. VIN: 1HTWGAZT1EH469683 • A New Proposal Sheet is attached. EXHIBIT �, PAGE v. Proposal Sheet Awarding dealer is responsible for warranty work during duration of warranty period including transportation or other expenses incurred if any warranty work is done at any location other than that of the awarding dealer. • Bid to include all prep,shipping,and handling charges. Truck is to be delivered to 5242 New Paris Pike, Richmond, Indiana 47374 Make and Model Number: Total Price of Hook Truck: Trade in value of 2013 International 7400 Hook Truck: • Engine Hours: 10435 Mileage 67843 Bid firm for how long: Delivery Time after PO has been issued: E-Verification form filled out: Yes No Local Preference Claim: Yes No Iran Investments: Yes No EXH1$T PAGE r y Ru BL -1100:4161-m.ii 11995 Dechell Drive New Haven,IN 46774 8/20/2021 (260)493-6182 tonv@rubletrucks.com We are pleased to bid the following package for your consideration: Please note anything marked"no"only means that the current cab/chassis is not on order with that option.Should we receive the winning bid-the unit on order would be modified to your specifications and all those would become a"YES".We would change the truck on order so that it would match your specifications. Notes: Cummins supplied block W/Paccar components—See H/L for supporting documentation supporting such. Stellar hoist with 174-20-52 highlighted with detailed package Turning Radius was requested-was not received by the time this bid was sealed and sent.Would provide later If permitted. We offer 2022 Kenworth T370 W/Stellar 174-20-52 Hoist Installed -We take your trade unit offered Total package $135,OOOOO No Tax noFEfincluded • This Is a December Estimated build-but that is based on OEM delivery and delays. IXIIBW 1 PAGE 19 O y 1/1/- _L0� - PRICE REQUEST ``04 P .. M CITY r H 1 �,,I u OF RICHMJ OND DEPARTMENT OF SANITATION "MIS IS A ORDER L IBEKTYAVENUMICHMOI ID MANA47374 PHONE(765)9837450oFAX(765)962-2669 1 VENDOR INSTRUCTIONS i This is a request for a price for the services of materials • Ruble Truck Sales • described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves • the right to accept all or part, or decline the entire proposal. 11995 Dechell Drive Please complete your full name a(d phone number below with signature; itemize all prices and• charges where New Haven,IN 46774 requested; and attach any explanation for any substitution to specifications altered. Return In a s aled envelope,in care of ,Attn:Denise Knowles Richmond Sanitary District Boar l of Commissioners to the administration building at thei address above by the specified date and time to be consid red. DATE: REPLY MUST BE iN BY: • PAYMENT TERMS: f)EL1VERY REQUIRED: August 2,2021 August 24,2021 by 9:00 A.M. UPON RECEIPT OF INVOICE I; DELIVERED DESCRIPTION This Is a request for quotes to purchase One(1)Hook Truck with trade-in of 2010 Case.821 E Wheel Loader. Please see attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote,information enclosed. i Return this sheet and the proposal sheet in a sealed envelope addressed to: I Richmond Sanitary District • Denise Johnson,Customer Sgrvice Mgr• 2380 Liberty Avenue Richmond,iN 47374 Re: Hook Truck with trade-in - - Quote Valid Until 4ii or chose rr, 1 Please itemize all charges on attached Bid Sheet. 1 If you have any questions or would like to inspect the trade-in please call Jeff Lohmoeller at 765-993 2670. NAME OF FIRM QUOTING: • —ta,k»6e..t.. c�•ur. 1 _Sa_Ve. LA-.Z. ._ STATE TAX EXEMPTION#003121909-001 (- a+ - 11 �-•-'.--' �� L-.- I AUTHORIZED BY SIGNATURE at PAGE is- OF Di A./kmy lr�rslalEt ��GltrlP�/ � TrrLE • 020a ti L.,li93tIt2-)C2.ZED Richmond Sanitary District _ -• DATE P14ONENUM13ER Aso 411q, ve-T-0 r3r111 M'onimurri<a Spec for 54,000 GVWR, DuaO Wheel, Cab and Chassis Trick re Cummins L9 Diesel Engine 350hp/1000 lb.ft.torque rating Yes No Minimum 18.7 cfm air compressor Yes /°No 130 amp alternator Yes !/ No / Minimum of 2250 CCA Batteries Yes No V *Allison 3000RDS Transmission with programming to support this application Yes V No Transmission Cooler Yes I No Front suspension:Spring Multi-Leaf Shackle Type 20,000 Has front shocks Yes L/ No Rear Suspension:walking beam type 54"Axle spacing 46,000lb.capacity Yes No Frame Rails: Heat treated alloy steel with 120,000 PSI yield full C channel reinforced Yes V No Rear Differential Lock Yes V No Automatic Slack Adjusters and dust shields Yes V No 242"Wheelbase • Yes No 75 gallon or greater fuel tank w/stainless steel tank bands Yes /No Air dryer Yes /No Battery shutoff Yes S/ No Body builder Junction box located inside the cab Yes V No Front Mud Flaps Yes //No Heated and remote Mirrors Yes V No Power windows and door locks Yes V/No Air horns mounted under the cab Yes No Bug/Rock screen mounted behind grille for radiator protection Yes No Adjustable tilt and telescopic steering wheel Yes a1 No Air Ride driver and passenger with heat Yes ' No V7 AC and Defroster with premium cab insulation package Yes N/No Radio with Bluetooth Yes .V No Front Tires Heavy Steer Application with 20,000 minimum rating Yes 7No Rear Tires Heavy Drive application with 30,000 minimum rating Yes. j(No mar 8 PAGE 6 CF 2v/ Paint to be two stage Base and Clear Coat White Yes A No A turning radius study must be submitted with the bid for evaluation Yes No /� Extended Engine Warranty to include Injectors,turbo,water pump and after treatment Yes !( No For 5yrs/150,000miies Yes !/ No Transmission Warranty to be Syr/Unlimited miles Yes VNo • EXHIBIT .. PAGE ��� Minimum Specifications for Hook Lift Unit Lifting and dumping capacity: Minimum of 52,000 pounds Yes No Minimum Dump Angle must be 50-degrees Yes No Maximum operating pressure must be 4,200 psi Yes No Weight of unit not to exceed 5,500 pounds Yes No Hook height not to exceed 61.75 inches from the bottom of the skid rails To bottom of hook bar. Yes No Hydraulic pump must be a direct-coupled high pressure piston pump Yes V No Hydraulic control valve mounted directly Into the oil reservoir Yes No All hydraulic cylinder are to be double acting with dual integral Pilot-operated counterbalance valves to prevent cylinder collapse In case of hose failure. Yes \ No Controls must be dual levers with sealed cable actuators mounted in Truck cab to allow full feathering of all loader functions. Yes No Loader must have pivoting type front tilt section(jib)to provide A low degree loading/unloading angle. Yes No Lift hook must have an automatic mechanical safety latch which Disengages only when the container is in proper position to be Picked up or dropped off. Yes No Loader unit must have a hydraulic lock out devise to prevent Operation of the tilt section when loader is in dumping mode. Yes / No Dumping must be accomplished through a rear pivot.Tilt and lift section must lock into rigid full length 27 inch wide frame with front saddle to provide support for container while in the dump mode. Yes No Locking sections must form this frame without the use of mechanical latches which rely on gravity,springs,or container mounted latches. Yes 7No The hook lift unit must be protected from out of sequences operation. Yes 79 No Rear dump hinge pins must be a minimum of 3 inch diameter, 304 or 17-4 stainless steel. Yes V No All pins must be 304 or 7-14 stainless steel. Yes 7 No EXHIBIT 173 PAGE op iy All bushings to be DX pre-lubricated type and used with grease fittings. Yes ®/No All hoses and fittings must be SAE,no metrics allowed. Yes NI/4 No Rear body Hold-downs:Unit must have dual fixed-position hold-down devises mounted to the dump frame to secure the body to the loader through all ranges of the clump mode.This must be accomplished without the use of springs,hydraulics,or air operated devises.The hold-down must / be compatible with City of Richmond containers. Yes V' No New durable plastic fenders are to be installed with taillights mounted In fenders. Yes No Taillights:3 lights per fender(each side)2 wired for turn signal and brake 1 for back-up. Yes V No Successful bidder will provide a full 1 year warranty on all parts, Labor,transportation,and travel time,or other expenses incurred ` during warranty period. Yes V No Owner's manual&parts book to be included. Yes /No • EXHIBIT PAGE • of Li/ • Indiana Local Preference Claim: Definitions: • • • Affected County-=Wayne County or an adjacent county. • Local Indiana Business—A business whose principal place of business is in an Affected County;a business tbatpays a majority.of its payroll(in dollar volume)to residents of Affected Counties; or a business that employees residents of Affected Counties as a majority of its employees. Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9,it shall include such claim with its Bid. In addition the Bidder shall submit,as a Post-Bid submittal,all documentation required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant toIndiana 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,eachpart 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 fonnrl not to have afforded the Bidder a substantial competitive advantage over other Bidders. • • • EXHIBIT, ) PAGE lb OF—2 • • • lC-Verify Requirements: Definitions: • E-Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration ResponsibilityAct-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 Gn G nn n Gn A n qnn a n a O n n nn U n n n n R U U n U n U G Cann nnn n C A U d n qn n n n A U U nnn G R C A U n 9n nnn G On ntt n C C U n n n CGlQ COMPLIANCE WIT'II IRNDTANA lC-VERIN Y PROGRAM REQUIREMENTS /] NTS 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 orpublic 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. 'XHIBIT PAGE 1` OF — . • r; Affidavit of Employment Eligibility Verification. • • The Contractor,?u\\,a. l ro &e,\, , 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. Datedthis?O day of AO U S ` 202 t. • (signature) U`- (printed name) • • • • 'EXHIBIT p 0 " • IRAN INVEST ENT 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 Contractoz;the City may proceed with any remedies it may have pursuant to IC 522-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said detenninationis notrefutedby 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. • EXHIBIT P .i OF tH • Prop:mall Sheet Awarding dealer is responsible for warranty work during duration of warranty period including transportation or other expenses incurred if any warranty work is done at any location other than that of the awarding dealer. Bid to include all prep,shipping,and handling charges. Truck Is to be delivered to 5242 New.Paris Pike, Richmond, Indiana 47374 Make and Model Number: Vie.,,—Poa4 wk S.V1t.r AA"tt- Toth ice o 0o t ruck: `1 Trams in value uf-2813irrterna Iona 74D0 00"Truck:l ? c) c Engine Hours: 10435 Mileage 67843 Bid firm for how long: Ui a ' r• Dec. Delivery Time after PO has been issued: -vr/t��ni� ©C-AIL Ce���r{gADN 1 E-Verification form filled out: Yes/ No Local Preference Claim: Yes No Iran Investments: Ves No / EXHIBIT 8I17/2021 Chassis Order Inquiry CHASSIS Nam. CUST.,ME!. RIME: TENTATIVE NUMBER: M MODEL:0000370 RUBLE TRUCK SALES ©' TE. 139101 11/29/21 REPORT DATE:08/17/21 CHASSIS NUMBER:139101 MODEL:0000370 PLANT CODE:M DEALER NO:K083 OPS STAY:08/17/21 STARTING CHASSIS N®:139100 CUSTOMER PO: DEALER NAME AND ADDRESS: CUSTOMER NAME AND ADDRESS: PALMER TRUCKS,INC. FMSE 3535 COLISEUM BLVD W. RUBLE TRUCK SALES FORT WAYNE IN 46808 SHIPPING DESTINATION:K083 STARTING CHASSIS NO:139100 ENDING CHASSIS NO:139101 REQUESTED:11/15/21 PRICE EFFECTIVE DATE:01/01/21 TENTATIVE DATE: 11/29/21 FIRM DATE: WHEELBASE:258.00 CAB TO AXLE:190.00 CAB TO END OF FRAME:255.00 AXLE TO BACK OF CAB:68.00 OPTION DESCRIPTION PUB WGT BASE MODEL 0000370 T370 SERIES CONVENTIONAL P 9508 0070006 T370 CLASS 7 MED DUTY CONVENTIONAL P 0 0080050 CARB IDLE EMISSIONS REDUCTION FEATURE P 0 FOR PX-7 and PX-9 0090022 MEDIUM DUTY 18K/20K HEAVY FRONT AXLE P 0 ENGINE AND ENGINE EQUIPMENT 0130207 PX-9 360 360@1650 1150@1200,2021 P 564 W/TURBO EXH BRK N0920 C399 120...STANDARD MAXIMUM SPEED LIMIT N0922 C402 0 EXPIRATION DISTANCE(N207) N0926 C121 68 MAX VEHICLE SPEED IN TOP GEA • N0930 C128 68 MAX CRUISE CONTROL SPEED N0936 C400 252...RESERVE SPEED FUNCTION RESET N0938 C334 0 MAXIMUM CYCLE DISTANCE(N202 N0940 C401 10 MAXIMUM ACTIVE DISTANCE(N20 N0942 C333 0 RESERVE SPEED LIMIT OFFSET N0944 C234 NO....ENGINE PROTECTION SHTDWN N0946 C231 NO....GEAR DOWN PROTECTION N0948 C132 1150..MAX PTO SPEED N0950 C239 NO....CRUISE CONTROL AUTO RESUME N0952 C238 NO....AUTO ENGINE BRAKE IN CRUISE N0954 C395 0 EXPIRATION DISTANCE(N209) N0956 C225 YES...ENABLE IDLE SHUTDOWN PARK BR N0958 C133 5 IDLE SHTDWN TIME • N0960 C396 YES...ENABLE IMPENDING SHUTDOWN WA N0962 C397 60 TIMER FOR IMPENDING SHUTDOWN N0964 C206 35 ENGINE LOAD THRESHOLD N0968 C233 NO ,.IDLE SHTDWN OVERRIDE N0972 C382 YES...ENABLE HOT AMBIENT AUTOMATIC N0974 C188 40 LOW AMBIENT TEMPERATURE THRE N0976 C189 60 INTERMEDIATE AMBIENT TEMPERA N0978 C190 80 HIGH AMBIENT TEMPERATURE THR 1000151 PREMIERSPEC P 0 1000243 PT Optimization analysis:Performance P 0 power before economy results 1000257 Customer's Typical Operating Spd:70 MPH P 0 1000684 Effective VSL Setting NA P 0 1000857 Engine Idle Shutdown Timer Enabled P 0 1000859 Enable EIST Ambient Temp Overrule . P 0 1000891 Eff EIST NA Expiration Miles P 0 Use only with MX and Cummins engines 1002060 Air compressor:18.7 CFM FOR Cummins AND P 0 PACCAR PX engines. 1031130 AIR CLEANER: DONALDSON DRY TYPE P 0 https://eportal.paccarnet/chassisorderinquirylprint T 6 PA PE1-67 _OP / 1/5 8117/2021 Chassis Order Inquiry 1099301 PRE-CLEANER FOR ALL AIR CLEANERS&HVAC P 13 MD,NOT AVAIL W/EMBER SEPARATOR 1105231 Fan Hub:Horton On/Off for PX-9 or ISLG P 0 1121200 Cooling module 1000 sq in P 0 T170/T270/T370/T470 1247261 EXH:2021 PX-9 RH UND DPF/SCR W/SING P 0 VERT RH SOC TP 1290124 Tailpipe: 5"Single 24"45 Deg Curved P 2- 1321145 Fuel Fllter:Fleetguard FS1003 P 0 Fuel/Water Separator for PX-9 1321200 Run Aid:None P 0 • *For Fuel Filter 1321300 Start AId:None P 0 *For Fuel Filter 1504006 ENGINE BLOCK HTR:120V 750W FOR PX-7, P 2 1000W FOR PX9 and ISL9 1816260 Alternator: PACCAR 160 amp,brush type P 0 1821220 BATT:2 PACCAR GP31 THR(700-730) P 0 1400-1460 CCA DUAL PURPOSE BATTERIES 1836106 MITSUBISHI 105P55 12V STARTER W/CUMMINS P 0 AND PX ENGINES 1840005 BATT DISCONNECT SW: 2 MTD ON BAIT BOX P 2 1900082 MULTI FUNCTION ENG CONN FOR BODY BLDR P 0 for Cummins 1900976 Body builder Ctrl harness coiled EOF P 2 F/C/I remote throttle and PTO ctrls MAIN TRANSMISSION AND CLUTCH 2011205 TRANS:ALLISON 3000RDS 6 SPD GEN 5,W/PTO P 291 2406802 D/L:3 DANA SPL170XL W/2 CB P 179 REQ 3500057 W/TANDEM 2409917 CB C/M:2 BOLTED,USE W/3 DRIVELINES P 20 W/2 CB,REPL STD C/M REQ W/131C+FR 2410018 TORQUE CONVERTER INCLD W/ALLISON TRANS P 0 2410204 ALLISON FUEL SENSE: DELETE P 0 2410244 J1939 Park Brake Auto Neutral P. 0 2429358 Trans PTO Rear Trans Supt Spring(s) P 0 FRONT AXLE AND EQUIPMENT 2517020 FR MERITOR MFS20 20K 3.5°DROP P 150 STD TRACK 2603006 FR BRKS INCLUDED W/FR HUB PKG P 0 2703060 FR 18K/20K MERITOR AIRBRKPKG:16.5X6Q+ P 112 BRKCSTDRM1OBLTIRN PRESET HPHUB,HCAP&SLX 2866008 FR SPRG TAPERLEAF 20K 2 STAGE W/SHOCKS P 172 54"T370 W/20K FR AXLE 2895305 PWR STRG DUAL GEARS 18/20K P 77 2899336 PWR STRG COOLER RADIATOR MTD P 11 2900023 FR FRAME RAISED 1-1/2" P 0 REAR AXLE AND EQUIPMENT 3142160 RR MERITOR RT46-160 46K DUAL SING RED P 2745 3200538 REAR AXLE RATIO-5.38 P 0 3300002 RR BRK:INCLUDED W/DUAL HUB PACKAGE P 0 3401003 RR 46K MERITOR AIRBRKPKG:16.5X7"Q+BRKS P 110 CSTDRMS AL 10BLT PRESET HUBPIL HUBS&SLX 3485207 RR SPRING BRK:3030 LONGSTROKE DUAL P 0 3495226 ABS:BENDIX 45/4M P 0 FR WHL+2 GRP RR WHL*AVL ONLY W/AIR BRK 3500057 I/A D/L: 1 DANASPL17OXL P 4- USE 3500060 FOR TRIDEM 3511420 CROSSLOCK:MERITOR 40-52K FWD RR/RR RR* P 0 W/CAB CNTRL*N/A W/-185,380 OR RT52-160 3742940 MEND HAULMAAX EX(HMX)460 46K DUAL 54" P 540 16.5"SADDLE HT,W/SHOCKS TIRES,WHEELS Et RIMS 4038673 FR GY G296 MSA 385/65R22.5 18PR AP P 101 ON/OFF HWY WIDEBASE �X�IBr PAGE httpsileportal.paccarnet/chassisorderinquirylprint.aspn --���� 2/5 8 11 712 0 2 1 Chassis Order Inquiry PART: GY385/65R225)G296MS FET:56 4277487 RR BR M799 11R22.5 16PR DR P 44 PART: BR245434 FET:232 4900008 CODE-REAR TIRE QTY 08. 5045216 FR WHL ALCOA 82362 22.5X12.25 AL P 11- HUB PIL,ADB COMPAT,LVL1 HIGH POLISH 5243363 RR WHL ALCOA 88267 22.5X8.25 AL P 184- HUB PIL,LVL1 5900008 CODE-REAR RIM QTY 08. FRAME AND SOVIIPML8NT 6056600 FRAME RAILS: 10-3/4 X 3/8"STL 337-416" P 0 SECTION MOD:17.80,RBM:2,132,000 LBS 6308715 BUMPER:AERODYNAMIC,CHROME P 0 REQS BUMPER SETTING CODE 6319409 40.9 INCH BUMPER SETTING*REQS BUMPER P 0 CODE 6321005 REMOVABLE FRONT TOW HOOKS:2 P 15 6390103 FRT MUDFLAPS P 0 6391202 Custom Frame Layout:two chassis P 0 6400636 BATT BOX:CANTLVR AL BOC WI FIBERGLASS P 0 COVER 6409902 BATTERY BOX LOCATION: RH SIDE P 15 6451059 T270/T370:NON-POLISH DPF/SCR COVER P 0 CAB ACCESS RH UNDER 6490124 5-PC BOLTED C/M ASSY W/16MM FRAME P 33- FASTENERS,CENTER AND REAR FRAME 6490427 ALUMINUM UNDERBELL C/M P 20 NON-DRIVE FRT AXLE 16K&GREATER,T370 6490430 BOLTED RR CAB SUPPORT C/M,REPL T3 STD P 18 6679821 2021 EPA EMISSIONS ENGINE U 0 6742009 SQUARE END OF FRAME:W/O C/M P 0 FUEL TANKS AND EQUIPMENT 7010075 FUEL TANK:75 US GAL 22"AL UND RPL P 1i- 7722011 DEF TANK:SMALL ROUND P 0 11 GAL USABLE*2013 OR LATER 7722153 DEF TANK:SMALL ROUND,14 GAL U 26- 2021 EMISSIONS 7840015 POLISH ONLY: 1 ALUMINUM TANK P 0 7840038 POLISHED COVER:1 DEF TANK ANY SIZE P 2 7889061 POL STRAPS: 1 TANK ANY SIZE P 0 7889203 DEF TO FUEL FILL RATIO 2:1 OR GREATER P 0 7889604 DEF TANK LOC: LH P 0 7920075 CAB AND LQUIIPMERIT 8024310 CAB:CONVENTIONAL*CURVED GLASS* P 0 CS:INCL HD REINFORCEMENTS* 8090310 HOOD:SLOPED AERODYNAMIC W/GRILLE& P 0 SEPARATE BUMPER 8108010, HEATER/AIR COND W/INTEGRAL DEFROSTERS& P 0 5 MODE ROTARY CTRLS*CAB ONLY NO.SLPR* 8201200 STRG COLUMN:AD)TELESCOPNG TILT*CODE P 11 F/18"STRG WHEEL* 8203060 5 SETS OF KEYS.REPLACES STANDARD P 0 (2 SETS OF KEYS). 8205118 INFO FOR C/I PTO:CHELSEA 277 P 0 10-BOLT 8205123 SW,wir'g W/GUARD FOR C/I ELECT-OVER P 0 HYD PTO.Wir'g routed on LH frame for 8205139 KW DOES NOT GUARANTEE PTO CLEARANCE W/ U 0 ALLISON TRANSMISSIONS 8208496 SW:3 SPARES WIRED TO POWER P 0 8282009 INSTRUMENT PACKAGE P 0 8282990 FULL BURL WOOD.DASH PANELS P 0 8330003 INTERIOR:CAB PINNACLE P 0 8410191 DR SEAT: KW AIR CUSHION PLUS HB VINYL P 2 https://eportai.paccarnet/chassisarderinquiry/print.aspx ExHiarr3/5 P Hems 29 8/17/2021 Chassis Order inquiry INCL DUAL ARMRESTS&SUSPENSION COVER 8480180 RD SEAT:KW STL TOOLBOX PLUS IB VINYL P 4- *INCL DUAL ARMRESTS*SUSP COVER NA 8601432 KENWORTH RADIO DEA710 AM/FM/WB/USB, P 0 SLUETOOTH 8699916 DASH MT CB ASSY WITH LEADS&ANTENNAS P 4 Incis dual antenna leads&dual antenna 8700083 UNDERDASH CNTR CONSOLE*2 CUPHOLDER/1 P 0 ASHTRAY/1 LIGHTER/1 12V OUTLET/STORAGE 8700144 DONE LAMP OVER DRIVER DOOR P 0 8700154 TURN SIGNAL SWITCH:SELF-CANCELLING W/ P 0 HEADLIGHT DIMMER 8800200 GRABHANDLES: CONTOURED LH/RH P 0 8800400. GRABHANDLE:1 LH INSD DOOR FRAME ABOVE P 0 DASH 8800401 GRABHANDLE:1 RH INSD DOOR FRAME ABOVE P 2 DASH 8832115 DAYLITE DOOR: LH/RH P 0 INCLDS RH PEEPER WINDOW 8841618 AIR HORN:DUAL RECT 23"LH/RH ROOF P 11 INCL AIR HORN COVERS 8850300 Look down,pass.Door,Stainless 8.5x4.4 P 0 8865000 MIRROR: DUAL KW AERO MOTOR HTD P 26 W/INTGRL HTD CX MIRR&8.5"MIRROR 8879213 WINDOW LIFT:ELEC POWERED LH/RH SIDE P 0 SW LOCATED ON DOOR PAD 8879911 RR CAB WINDOW:(2)17.5"X16"CORNER+ 1 P 24 17"X36"FIXED CTR; NA W/SLPR/SIDE EXT 8890135 SUNVISOR:EXTERIOR STAINLESS STEEL P 11 8890347 Wheelwell FNDR Extension:4.9" P 7 Thermoplastic*Tread width up to 102" LIGHTS AND EGNALS 9010801 HEADLAMPS: DUAL HALOGEN P 0 9022137 MARKER:5 RECTANGULAR LED P 0 9030010 TURN SIGNAL:CONV FENDER-MTD P 0 9058037 SW/WIRE/IND LT:C/I FLOODS 1ST SW W/O P 0 ELEC PASS-THRU: WIRED COILED BOC/BOS 9070138 COMB:STOP/TAIL/TURN/BACKUP LIGHTS RH/LH P 0 9080202 SW&WRG FOR C/I BEACON(S)W/O P 0 INSULATORS COILED WIRE BEHIND DASH 9090115 REFLECTORS:2 AMBER MIDFRM-MTD F/FULL. P 0 TRUCK*FOR TRACTOR USE 9090117* 9090126 BACKUP ALARM: ELECTRIC P 4 9090151 WIRING FOR C/I TRAILER ELECTRIC BRAKE P 0 CONTROLLER(INCL JUNCTION BOX AT EOF) 9090845 CIRCUIT BREAKERS:TO REPLACE FUSES P 0 *DOES NOT APPLY TO ANY 5-AMP FUSE* AIR EQUIPMENT 9101218 AIR DRYER: BENDIX AD-HF HTD PURAGUARD P 0 9110020 FULL TRUCK KIT P 15 9140238 Locate air dryer outside RH rail BOC P 0 (Reg custom frame L/O code) 9140328 TRAILER ABS ELECT SUPPLY THRU SAE J560 P 0 7 PIN CONNECTOR(PER TMC RP137) N9120 CFL A/D:MOUNT AIR DRYER INSIDE FRAME N9121 CFL A/D:RAILS N9150 CFL A/T:MOUNT AIR TANKS INSIDE FRAME N9151 CFL A/T:RAILS OPTIONAL En WV Et PRY MNT 9200008 BASE WARR: PACCAR PX-9 ENGINE P 0 24 MONTHS/250K MI/402,336 KM/6250 HRS 9200022 BASE WARR:STANDARD SERVICE MED DUTY P 0 12 MONTHS/UNLMTD MI&KM VAN MN AND EQUIPMENT EXHIBIT . PAGE https://eportal.paccarnet/chassisordednquiry/printasp 415 8/17/2021 Chassis Order Inquiry 9210341 MED DUTY INDUSTRY SURCHARGE $500 U 0 9210347 Medium Duty Additional Surcharge$1,000 U 0 SPECIAL EQUIPMENT 9409852 GHG Secondary Manufacturer: P 0 Does Not Apply 9490206 WARNING TRIANGLE REFLECTOR KIT:3 P 4 TRIANGLES IN PLASTIC CASE 9490404 FIRE EXT: ONE 5#DRY CHEMICAL TYPE P 11 KID OUTBOARD OF DR.SEAT,CLASS ABC. 9490645 ZINC PHOSPHATE FRAME RAIL PAINT PROCESS P 0 REQS RAIL CODE,CODE IS F/1 PR OF RAILS PROMOTIIONS PAINT COLOR NUMBER 9700000 PAINT COLOR NUMBER(S) P 0 N9702 A-L0006EY WHITE N9720 FRAME N0001EA BLACK NOTES 9800001 ***NOTE:REQUESTS PRECEDED BY N98XX ARE U 0 DISAPPROVED-OAR GRP#425-828-5245 N9801 6679821 2021 EPA EMISSIONS ENGINE N9802 7722153 DEF TANK: SMALL ROUND PAINT 9943004 BUMPER UNPAINTED P 0 9943050 Day Cab Standard Paint P 0 9944820 1 Color Paint Day Cab P 0 White If No Color Specified 9960006 ***PAINT SKETCH VERIFIED*** U 0 • 9965510 PAINT:BASE COAT/CLEAR COAT*REQS PAINT P 0 EXTERIOR&PAINT COLOR L SERIES CODES* N9994 EMAIL:JMEYERS@PALMERTRUCKS.COM N9995 CELL PHONE:260-403-7786 N9996 SALESPERSON ID:JOSH MEYERS N9997 DEALER CONTACT N9998 NAME:JOSH MEYERS PH: UNIT TYPE:2 PRICE(EFFECTIVE DATE:01/01/21 =am WEIGHT L5H0WN HERE IS AN ENGINEERING ESTIMATE AND DOES NOT INCLUDE UNPUBLISHED OPTION OR FRAME RAIL WEIGHTS.ACTUAL'SHIPPING'WEIGHT MAY VARY. EXHIBIT 6 PACE J /.,.—_.CF�1, htips://eportal.paccarnet/chassisorderinquirylprint.aspx 5/5 "CITY" "CONTRACTOR" The City of Richmond, Indiana,by and Ruble Truck Sales through its Board of Sanitary Commissiiers By: f'gue Miller, President ��� (Printed): i\u,AANTIIDated: / a/c9rl6 f Title: c: (9i V\..., n akshi,Vice President Dated: 1 1` r 6✓-2-A Dated: /c2/21/2a Z I G e ember Dated: /b - ,,,96)-o APPROVED: to • Cam. ow, yor Dated: f f 0 q 2497—( 6 I Page STELLAR HOOK STELLAR SHUTTLE 174-20-52 DEISGNED FOR 160:T0174"CT CHASSIS. BODY LENGTHS 18-20 UP TO 22" BLATBED. TILT ASM SECONDARY ASM 174-20-52K DUMP ASM BASE ASM MTG KIT SHUTTLE 52 GEN 2 STANDARD ZINC PINS STANDARD BLACK PAINT HYDRAULICS RESERVOIR AND VALVE BANK WITH TWO SECTIONS EXTENDED CONTROLS FOR FIXED HOOK HEIGHT- 144"FOR EXTENDED CAB OR CABOVER. INCLUDES: CONTROLLER ASM SEC 144 IN LOADER EXHIBIT A PAGE ®F '.:...,.,,. ." .'i,e'r.-.''.--,:.-:1:'.'.,.1 1,•"FT, i} -.t}1 'SE.. $.-a-i !f'm' ills, .' ,�,: C �. £ ..,.*;,, :: 4 4 t ' "1:4+1''�,p`.,r K{1a `' •,3 1, {"1; r y,. S'S -:r: `Sty _ �1'f { ' .g, ' Lr t r 1 a r r .� - .c 'S .vs z .t 1. _ x�t},a, PY 4 ° + �s hJ3L ,#• Y° t- f = '% 5 k f 'j'''n 1 P� !°� '�1. ''��y,,.. . a f. r�,� ti�{ Xn '�' t.;��yyy(��j p.� r++ �P'� 4 .�, .� )1 �"F.scf _ vx 19. '1 : , ;.< �n': e 1,-i > '} 1 3 .,. •,,. +-1°t ,7,-� ''r.1{�-f.,. of Sti Ho.,l�r�: • , 1:At- te.,,-... '' '.' '..• ' - . .. '' = ,'' ' . -,-..,',''.';!.'4,5.i.,,:-''.1,1- $f2{>` 5 ?,..' man t '- 1. i Y: ... .e.x-3!fs J$t Y3�s�,syg• r3s3E�}ui�_...,. +.�. _)k'� ) d...K: A�+ • • . ice ` • • + to ?' . * ( ti t� • °tt .,,,.a k I r Ja �,a , -• . iir • • r� { t�7 I.-s., fit;i '+' , +1 ,' Y , . =• . t--- P MCAT 11� Y d 7 ti u' .,.� � a'a �.s eta a r 6 a , O- 1 r `,` s�13 e Cfla r,t The --*'—'j o d fe Shuttil hydra-ti f h o t i, delsgafie ,e,} fi Y IButte. Fnodels,�far.;otir heavy'h e>fing,'ciusTo{t�e s, * Viff l7{^'.1etS41- t te` dtf�n c*t er'clesi *the elle 52 0010 0 yginodels.:can,.- avide u•`'to a•tonimore.'net'pay1ooadlY hart �t-,t•' .i�w rL L .I ' {r r, +.• .: Ii.� f *r i f ±. most eo pettU at,_fie Igo 'f anc!)' o I ofl is o",f equate ed ca. cit '1f e St,(ar1I ftoYN7hTghyva`',_.,. fa hydraulic system eIioWs life f ' . '�Fce J '6- r`tPt. ( ib,ls .�> ��"eY.pq u►;n ��Lrt`a 4 nR1 'than eotrlR...- e:'nodal • • f .. ` t�,7t ink;.: �^',. t�Y. �.ra°'{� S S:t: d!:P'� i>$.'�T �+ �' 7 � � � .�t'+f• ? f I' • T iers :` �•q0 0 aq ,:'}wad* o-adersx e ;' ('../ + 1-,.' Qo!.-•- e o , estjihTa t aile p 'Joa"ohs,itielud ng clerr].a'i d - t d1elb(b`1ja linCg,S2itOeJ ,ed 17 d 2 Ay- 0� p,�o •o of�oq UcfO•�ag Cultl Pel l�t� --. • • ,.� i�'' 1 { #ice.-- #{, ;" T•.� '$s '�;,3,, y,t- .s- _�Jf 1,7 T, -.•.K •v • 1 • . � � .4 .,.. ;�.-ix,' Yx^ `�i>" T, •^ !14 f tcttt i_ s r `t.r., 3 -p 47 3' �j('J s thk e. t gt S g ,yam 4 x 'cr °:..T - t '.r ? '' • r h .+ $ 'F..1 'e'" + 5 1"Jri xR-�'a,p} t� fit �5 �l i "F yy,,, r 1' ti ' f er r .. .v.tn +',ry.P ; .r K-• f. ,.a ' v -.4 r^+ . " '° � G �z" r'1gf. '' ' +.;K.'IK �,4tid 31 r .;t'+e N }`.'k-t_.As- t a.°3 ._f1. .r r �' .`..,' � � + i'tft,... fry. 4T �K T' E, +,y£� ' "£1Y'- N i r µ: fn le r .'Zt` ` A6,4{i r,t #> 'airs`r'� 3t' ri< F r -S`{r ~�C "` *t F V{'j?c}, ''4 , y f =y,# . - '£f �. .f�' a l�j_ + �r *,4,' ,, ,� -�. AI. /t,V - ''', r. : - F X ? - v t r i y! `w�*.y.' �`'- •' -( �L {i I �r P � ko mUlf-1 Q Qikt_. ' f',,,, .2y' e,£ ,:£ w, ' r . ...—. y r„yEsi'; £ 1 ��1 ®��� -�`r !V/1 er4 • Y. ff1. r4+ ? t i$} a+F � = . �r=---s 6,34 13iT: ' '7 /�/q C (d- [� CJf Cr :,,,,,,.....if ,'� V •t { r.u' r i cl 'S ur is,'(1, Ll1'n:J ,a1 .0 4,-1 -J L/\JTOR�1 /� P!'1L94. L :¢ R"25.1�a�f' k r • ;4 s } a • • 7,�E/0 AW) 61,0111) La PPA - Y I. I I[i NOV . SPECIFICATION INFORMATION •Will accommodate bodies from 15-feet up to 21.5-feet long and still retain the maximum rated dump angle on a 41-inch high frame ' truck.Longer bodies may be accommodated with reduced dumping a capabilities. j" •Transmission-mounted PTO and hydraulic pump required to power the hooklift. •Standard in-cab manual controls which allow for precise metering of �% the manual stack-type hydraulic valve. /� •Twenty-Five(25)gallon frame-mounted oil tank. J0 j- \c1 •Operating pressure is 4,200 psi. aukO • O‘ •Hydraulic flow required is 24-gallons per minute. •Patented dump/load interface on double pivot models. •Hydraulic locks to prevent cylinder collapse in case of hose failure. e 3 •Hook latch to prevent body from becoming detached prematurely. - IO i •Mechanical rear body tie-down latches. I o imw cam? U •Resettable dump/tilt tabs. (3_, on. T—.:54 •Hydraulic rotary valve to prevent front tilt movement when the dump frame is raised. c •Permanently lubricated and greasable bushings used throughout. •Carbon steel and zinc plated or type 17-4 stainless steel pins used throughout. •All weidments painted with two-part polyurethane enamel. Item Description 138-18-52 174-20-52 190-24-52 A Dump Angle 50° 50° 50° B Effective Length 176" 206" 233" (4470 mm) (6232 mm) (5664 mm) C Cab to Trunnlon 138"-144" 160"-174" 174"-190" (3505-3658 mm) (4084-4420 mm) (4420.4826 mm) Lifting/Dumping Cap. 52,000 lb. 52,000 lb. 52,000 lb. (23587 kg) (23587 kg) (23587 kg) Shipping Weight 5,250 lb. 5,500 lb. 6,200 lb. (2381 kg) (2495 kg) (2812 kg) Rec.Body Lengths 15'-17.5' 17.5'-21' 19'-21.5' (4572-5334 mm) (5334-6401 mm) (5791-6553 mm) Hook Height 61.75" 61.75" 61.75" (1568 mm) (1568 mm) (1568 mm) Min.Truck GVWR 54,000 lb. 54,000 lb. 54,000 lb. (24494 kg) (24494 kg) (24494 kg) 0----‘---Titq . KEV FEATURES The diagram shows a typical Stellar Hooklift. \ Below is a detailed explanation of these components which are an integral part of Ievery Stellar hydraulic hooklift.Tilt Section ° Tilt Cylinder Front Saddles Base 'n Secondary Section .. x� wt+'_ `� �; Dump Section Tilt/Dump Latch \ �,�., Patens it5,108,247 ��, N 6,749,309 , ���`4,, Rotary Valve Main Cylinder tF � �������.,'11-14 4�' Rear Rollers Body Latches `?�� Base Section: The base section of a Stellar Hooklift may also be called a sub-frame.All Stellar Hooklift hoists are tied together in one common framework.This base section not only adds strength to the hoist,but it places less stress concentration on the truck chassis than hook hoists without a common base.The base section also provides for a simple installation on most truck chassis. Body Latch: The body latch is also referred to as the rear tie-down.Standard on Stellar Hooklift hoists are the rearward facing hooks that interface with a horizontal steel pocket or tab.As the body is pulled forward into the final storage position prior to transporting,the tabs will pull tight in the hook pockets.Hydraulic activated rear tie-downs are optional on larger Stellar Hooklift hoists. Dump Section: This component of the Stellar Hooklift pivots at the rear of the hoist when interacting with the patented tabs on the tilt section.The rear body latches are attached to this component on most models.This allows the body to remain in the latches when dumping. Front Saddles: Front saddles provide a place for the body to rest while the truck is in motion. Lift Cylinder: The lift cylinder on a Stellar Hooklift not only lifts the body onto the truck,but it also provides the dumping movement.All Stellar Hooklift lift cylinders feature dual pilot-operated counterbalance valves which provide for optimum meter-ability and protection against sudden movement in the case of hose failure. Tilt/Dump Latch: This unique patented feature is the basis of the Stellar Hooklift system.With a simple mechanical interference between the tilt section and the dump section,the pivot point is changed from the secondary section(loading/off-loading)to the rear of the truck(dumping). Resettable tabs protect the system from out-of-sequence operation. Rear Rollers: With the unique Stellar Hooklift design,bodies are loaded and unloaded with a"lift and roll"movement. While unloading a body,the tilt section will lift the front of the body and roll it back.The tilt cylinder will continue rolling the body until the rear of the body contacts the ground. Rotary Valve: The rotary valve will lock out all hydraulic fluid to the tilt cylinder when in the dumping mode.This prevents the accidental release of the body while dumping. Secondary Section: The secondary section acts as the main pivoting member for loading/off-loading bodies.This component ties the tilt,dump and base sections together into one cohesive unit. Tilt Cylinder: The tilt cylinder operates the tilt section of the Stellar Hooklift.This cylinder features a pilot-operated counterbalance valve on both extend and retract sides.The tilt section is a key component of the Stellar Hooklift.The tilt section provides the selection of dump or load/off-load.With Stellar's unique twin post design,line-of-sight visibility of the hook is available from the truck cab. - - -- OE_ rrrousrnres rrra. r-: Stellar'RooMitt Reference Chart* kflodet Hook Height Lift Capacity(Ibs) Effective Length(in) Body Lengths(ft) Cab-To-Axle/Trunnion Fle1136 6041 . .63(905 mm) ' 'Up 109,009(4,02 kg) 1-92(2,38inirn)•. . alb(2:,ba-2;74.iinio to C.A.(1;6i4 i-nro. -.. :.Flex36 84-10 : 35.63(905 mm) 16,000(7,257 kg) 115(2,921 rum) - 10-12(3,94813,658.mrn) 84-96 CA(2,134-2,438 mm) ' .Flex36 1013-12 35.63(005 mrri) 1.6,000(7,2,57 kg) 142(3,607 mm) 12-14(3,656-4,267 mm) 108-120 C.A.(2,743-3,048 mrn) Olex36 120-.14 35.63(905 mro) 16,000(7,25 kg) 1§1 (3,835 mm) 13-15(3,96.2-4,572 rnm) . 120-130pA(3,048-3502 mm) 108-12-20/36 35.63(905 mm) 20,000(9,072 kg) 126(3,200 mm) 12-13.5(3,6584,115 mm) 102-108 CA.(2,591-2,743 mm) 108-11-20 54(1,372 mrn) 20,0.00(9,972 kg) 1 127(3,228 mm) 111135(i,p53-4,ii5 mm) 102-108 C.A.(2,591-2,=743 Mm) .120-16-20 54(1,372 mm) .20,000(p,072 ka) . 148(3,708 mm) 125-15.(3,810-4,572 rnrn) 1.14-130 C.A.(2,896-3,302 mm)., 138-18-20 , 54(1,37217n) 20,000(9,072 kg) 171 (4,343 mm) I45-17'(4,420-6,1/32 rnm) 130-144 CA.(8,302-3.658 mm) 166720-20 61.75(1,566 mm) 20,000(9,072 kg) 195(4,953 mm) 16.5-19(5,029-5,791 mm) 158-180 C.A.(4,267-4,572mm) 190-24-.20 . 61.75(1,558 mm) 20,000.(9,0721(g) - 222(5,639 mm) 18.5-21.5(5,639-6553 mm) 190-260 C.A.(4,826-5,080 mm) 96-10-24 54(1,372 mm) 24,00 0(10,886 kg) 115(2,921 mm) 10-12.5(3,048-3510.mm) 84-102 C.A.(2,134-2,591 mm) _. _. 10844-32 61.75(1,558 mm) 32,000(14,515 kg) 144(3,058 mm) " 12-15(3,658-4,572 mm) 102-108 C.T.(2,590-2,743 mm) . , 138-18732 . 61:75(1,568,mm) 32,000(14,515 kg) 176(4,470 rnni) 15-1 7.5(4,572-5,334 rim) 130-144 CT.(3,802-3,658mm) 174-20-32 : 6175(1,5.83 rnm) 32,600(14515 kg) 206(5,232 mm) 20(5334 mm) 160-174 C.T.(4,0644,420 rnm) 190-24-32 ;61.75(1,568 mm) 3 ,000(14,515 kg) 223(5,664 mm) 19721.5(5,791-8,553 nim) 174-190 C.T.(4,420.4,826 mm) 138-18-34 54(1,372 mm) 34,000(15,422 kg) 176(4,470 mm) 15-17.5(4,572-5,334 mm) 130-144 C.T.(3,302-3,658 mm). 103-14-40 61.75(1,568 mm) 40,000(18,144 kg) 14.4(3,658 mm) 12-15(3,658-4,572 mm) 102-108 C.T.(2,591-2,743 mm) •138-18-40 61.75(1,568 mm) 40,000(18,144 kg) .176(4,470 mm) 15-17.5(4,572-5,334 mm) 130-144 C.T.(3,302-3558 mm) 174-20-40 -61.75(1,568 mm) 40,000(18,144 kg) 206(5,232 mm) 17.5-20(5,334-6,096 mm) 160-174 C.T.(4,064-4,428 mm)• 190-24-40 61.75(1,568 mm) 40,000(18,144 kg) 223(5,664 mm) 19-21.6 (5,791-6,553 mm) 174-190 C.T.(4,420:4,826 mm) 138-18-52 61.75(1,568 mm) 52,000(23,507 kg) 176(4,470 mm) 15-17.5(4,572-5,334 mm) 138-144 C.T.(3,505-3,658 mm) 174-20-52 61.75(1,568 mm) 52,000(23,587 kg) 206(5,232 mm) 17.5-20(5,334-6,096 mm) 160-174 C.T.(4,064-4,420 mm) 190-24-52 61.75(1,568 mm) 52,000(23,587 kg) 223(5,684 mm) 19-21.5(5,791-6,553 mm) 174-190 C.T.(4,420-4,826 mm) .118-18-55 61.75(1,568 mm) 65,000(29,484 kg) 174(4,420 mm) 15-175(4,572-5,334 mm) 138,144 C.T.(3,505-3,658 mm) '174-20-65 61.75(1,568 mm) 65,003(29,484 kg) 206(5,232 mm) 17-20(5,182-6,096 mrn) 160-174 C.T.(4,064-4,420 mm) 190-24-66 ' 61.75(1,568 mm) 65,000(29,484 kg) 223(5,664 mm) 19-21.5(5,791-6,553 mm) 174-190 C.T.(4,420-4,826 rnrn) r W,..'-''''' '--.- ' ,..Z.,,z''„.. -, r,:f.•,,-,.;,•;-.v.- .1i:,-e.- 1 ' N lit?4-::V eri37 . ' 1 '. 04 ;'' '' ;..,..,.,,,:;,.• .:,, - - -_. rt:'1%, I ... .,... , ‘ok - --,9-4 '' ' '-!'`,..--4 4---• ,,,_,i.z---- .`-'-',', ,:-''' •-•' - ''''... )-7-'-'±---4.f'-' 1 , .e ("2111 t 6,A-64.1,4,9.,/ '"4.-.. - ---1..,. _1.41 • _ i - ; ', _ 711 14).,"; I; ' l' - . ,. . i gt, .,,,; ... .. 71, ' , -.,;,;z--,. .4,i.,A 1.- il.‘,.,..,..,;.-4-.0,!:.::21;4,.---!.,_-.A_<,,-, . ...,,..,61. . . _ cos-,:%,T,.t. 1 •' - •,.''',,,,_,-•:- : ...;:.,:.; - , ifiNgA;i•-•,:,--1, :a.i,git,...,:,;', --, .,;,-A- - -.;."5.`J - ,,. .„4... ,1-:,, ---.:.-...., -.:::::4.&d_-.4-"4:c-z.,.., • --- ' ' •I ,•46.-.11.---;-.-;:.--zt:_.._:..=5;:::.;,.._-.:--,r.: _'--^7.-_-a:IV.:',,‘!..:! ' ., ..•,, . This data Is for reference purposes only,and Is not Intended to - replace a properly calculated weight distribution. . , Your local distributor: Sr---ILAR 0 . - ,,L= .., , . 0US7litiCS ! NO. Our People. Our Products. .,„. 190 State Street P.O.Box 169 Garner,IA 50438 .. . Telephone:(641)923-3741 •(800)321-3741 4.1,1 ,... f Fax:(641)923-2812 EXHIBIT 4-1_,-,PAGE l.-.‹..----%,' , Internet: www.stellarindustrles.com •.. . Email: sales@stellarindustries.com ''.....• Government specifications available. An Employee Owned Company. *All specifications are subject to change without notification. Copyright 0 2017 Stellar Industries,Inc. For the most up to date version of this brochure,please visit www.stellarindustries.com. STL000081 1119 n' _.‘ ... ...z.