Loading...
HomeMy Public PortalAbout082-2013 - Sanitary - Link Environmental Equip - Purchase of thPURCHASE AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this _ day of - 7ZU A V_ 12013), by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Link Environmental Equipment, Inc., P.O. Box 158, 918 North U.S. Highway 35, Winamac, Indiana 46996 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor three (3) year 2014 Autocar model ACX42 fully automated single axle side loader residential trash trucks with 22 cubic yard ZR McNeilus bodies. Certain Bid Specifications sent out March 25, 2013, have been made available for inspection by Contractor, are on file in the offices of the Richmond Sanitary District, and are hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same, and shall provide said trash trucks conforming to the requirements outlined in the Bid Specifications. Delivery of any equipment that does not meet all specifications listed on "the Bid Specifications" will be considered a breach of this Agreement, except as noted in Contractor's response to the Bid Specifications_ The response of Contractor to said Bid Specifications is attached hereto as Exhibit "A," which Exhibit is dated April 8, 2013, consisting of twenty-six (26) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all equipment, services, and warranties, and abide by all terms listed on Exhibit "A." Contractor shall not modify or alter any standard warranty from the manufacturer of the above described vehicle or equipment. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. 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 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. Contract -No. 82= Page 1 of 6 SECTION II_ STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. COMPENSATION City shall pay Contractor the sum of Two Hundred Thirty -Five Thousand Six Hundred Seventy - Seven Dollars and Zero Cents ($235,677,00) for each truck, for a total sum of Seven Hundred Seven Thousand and Thirty -One Dollars and Zero Cents ($707,031.00) for the above described equipment, delivered. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and 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. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. 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 mtentlonany or negligently; provlueu, 1wWCVcr, WaL ILULILUL6 1,Vll aiuvu 11, LLIAa 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 Page 2 of 6 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 I. 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 each 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 Indian Seri program no longer exists. Prior to the performance of this Agreement, Contractor shall provide Page 3 of 6 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 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. SECTION IX. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. 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; That there may be deducted trom ttie amount payawe to k onLracwr uy ULU N-ILY U11"VI this Agreement, a penalty of five dollars ($5.00) for each person for each calendar Page 4 of 6 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. 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 assignment or delegation 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. Both parties expressly agree that this document supersedes all previous negotiations, discussions, or conversations relating to the subject matter 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 under this Contract, must be filed in said courts. By signing this agreement, both parties are estopped from bringing any action in alternative courts or venues. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in Wayne County Circuit or Superior Court. Any person executing this Contract in a representative capacity hereby warrants that he 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 due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a court or tribunal, all other portions shall remain in full force and effect. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President Gilbert Klose, ice President Date: APPROVED': Sarah L. Hutton, Mayor Date: �/ o XL3 "CONTRACTOR" LINK ENVIRONMENTAL EQUIPMENT, INC. Printed me: Title% ffi ! L` ►�j di%�2� Date: y Page 6 of 6 PROPOSAL SHEET Three Q) New Fully Automated Residential Trash Trucks , Brand, Year and Model Number Price of Each Unit Price Firm for How Long? 2014 AUMC'AR WITH 22 CUBIC YARD ZR MC EILUS $ 235,677.00 60 DAYS Estimated PeliEvery Time (after bid awarding/P.O.) 120 - 160 DAYS * Example of estimate - 3 months..... Price to include all shipping, handling and set up charges. To be delivered to Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours of Monday through Friday from 6:OOA.M. to 3:00 P.M. - excluding holidays. Please include all warranty information with bid. APRIL 8, 2013 Date LINK VNIRONMENTAL EQUIPI T, INC. TERRY O' BRIEN Company Name Contact Person P.O. BOX 158, 918 NORTH U,S. HIGHWAY 35 i4INAMAC, IN 46996 ' Company Address City, State, Zip (260) 571-2778 Phone Number. _ f _ E i EXHIBITS PAGE _OFF r C IA ZS SpECrFjCATI0N: -;A Cab -over cagine design, with right side drive or dual drive, Yes " TioJ • _ �_.���..--Yes 2) fugine Cummins 2013 ISL 3�io 345 HP@ 2100 RPM Yes' !% NO l 150 ft, lbs. of torque • 1000 Wait block heater yes No� . liforizontal DPF muffler w/LH Vertical SCR Yes W_ y, � No DPF & SCR exhaust shiolds Yes 1� Fla Minimum 18.7efrn air compressor Yes No�- •130 Amp A.1.temator 3.12V battmies wi22.50 cca uitra Lt�tiY Su1�r Diesel Fuel Yes i''� No.--- 2013 Compliant Diesel Engine Ycs �, ngine iYiice�Dodel Horse Power_ 3) Transwission AllisonRDS 3000 series, 5 speedlpuslibuttoYeS Nq Controls Oil to water transmission cooler Yes No , g O'clock PTO Outlet 4) Front Axle 20,000## capacity w145 degree wheel Cut Yas 1� No_ s wit" auxi ary.load Taperleaf reduced ride height 22,000 spr'n g Yes NO-- Doubleacting-single HD Shock absorbers Yes No� 5) Rear Drive Axle er�lZS30=i8'S; 3�O�a,3;3Sl�v es �N )tear Staspezrsiort- Reyeo IO2CC 31,000 Ib ground capacity yes 1� No_._... 6�e •i#or} 6) Brakes -(Arc sst x No— 16.5" x 6" front brakes . • � Yes � Nv�.• Automatic slack adjusters 16.5" x 7" rear brakes Yes 1 No • Yas Nv--- Automatic slack adjusters =# shields Front and Rear yes N°-- Yes � Ns 7) Chassis 186" Wheel Base 56" Framd-reat• overhang Yes Ns 75 gallon alulnintn' fuel tank Yes � Nv� Engine oil pan guard No liront tow pin yeS No i�endix Air Dryer -Yes ✓ . No.�: - Battery shut off if No Doily builder junction box Yes r lYlvdsl-t���"�� Yeat• r=•�l�"'.. . State Truck Chassis Mahe ; PHlBIT A PACE-"3'""` Yes 1� No� � g) Cab exterior Front mud flaps � Dual heated wlcnurrois Yes``. No� Twin air lxoz1rs, mounted under cab - Yes No; ' Bug screen mounted behind grille Yes ✓ NO..� --�� es dlii ilt cab fau Yes � Two {2) sets of keys Yes ! No,— 9) Cab interior Adjustable tilt steering column Yes 1.� N°-- Air ride driers seat Cab climate control, irrtegrat beater find A/C YCO� Yes ✓ Nam AMt .FM radio Yes. L Na All standard gauges • NO � . power Windows and door locks Yes. e ABC pire-Bxt. • 5 lb Dual Dry Typ . Yesy No-- 10) Tires & wheels 1� No All Steel hub piloted yes — ' Front, 22.5"x 9" Aluminum HP Yes � No .3:15 841R 22.5 L-20 PR Font tires Yes Goodyear 0289 Front Tire No - ' Rear, 22.5"x 9" Aluminum HP Yes U� No — 11R 22.5" H rear tines - Goodyear (3 -No.— Yes No,— 1.1) Paint Standard White EXHIBIT f PAGE OFF 12) Warranty No 1 Year Cab & Chassis warranty Yes Engine warranty length 5yr1150K Yes No^ 5-year transmission warranty Yes G' No� Instructions to Bidder -- Any item that is marked "NO" please give explanation on a separate sleet of paper. - BODY SPECIFICATION: REFUSE BODY: 1. Refuse body will have a ZZ cubic yard capacity, exclusive of the hopper. Meets Specifications: yes P--� No 2. Packer body capable of packing 900 pounds per cubic yard of dry household trash. Meets Specifications: 'Yes No 3. Hopper shall have a minimum capacity of 4 cubic yards. Meets Specifications: 'Yes No 4, Multiplex wiring reducing the amount of wiring between the packer and chassis. / Meets Specifzcationsi yes !� . No 5. Touch Pad Body,Controls to be installed in the dash of the chassis, Meets Specifications: yes !/ Na S. Cab mounted LED read out screen to aid operator and mechanics of packer conditions. Meets Specifications: Yes No 7.. Full eject unloading mode. EXHIBIT A p G 'S. : Meets Specifications: Yes—tzNo BODY CONSTRUCI'ZON: he followiti s ecifications are rninimuuis. 1. The body shalt be all welded construction. Meets Specifications: Yes Z No 2. Body wall thickness is 10 gauge Hardox 450,174,000 psi strength. Meets Specifications: Yes` !/ No 3. Body roof thickness is 10 gauge, 80,000 psi. Meets Specifications: Yes No 4. Body floor is? gauge AR 400,135,000 yield. Meets Specifications: Yes NO 5. Body shall be rectangular, curved shell design. Meets Specifications: 'Yes N° BODY DIMENS14NS: i. Body height above truck frame is ]]Otto exceed 108" Meets Specifications: Yes No - Body Dimensions (continued) 2. Outside width of the body is not to exceed 102"., / Meets Specifications: Yes No HOB 1. The hopper shall have a minimum capacity of 4 cubic yards with hydraulic operated hopper cover. Meets Specifications; Yes No .- - —__- r40111) A-D Ann ahracinu resistant steel. EXHIBIT _ PAGE meets . S.Pcc&cqtfbj1S- yes- 3. The hOoefsidos are"to be'%a,,mWmuiiizf VeP AR 400'abrasion. .,resistant steel Ve'eiO $p-e-01(*400S, N 11: �411 bo #�qjgn9d,f q W­ pot'OSHA 4� A. ladder or foot mpportsm a ar-64- )? b' d '5 4 cg.goyar,. s pax Meets Specctions:'es Ni} Oxiej sio,bo.'�iP ps 'Z, -T-hc.,Pnffing-,,.me6hani'qm }s fiq xetaut C-qMpjt*dWter1a1 bm fkepody aid: '*O-tigg 40im 4 b bgs, %04 P "t kWhe yprox= Meets.: Specffiegifto�W Yes Nq­ tit - capable t ets -SpeOfn tZ Yes 5. Tge-kinphalPoonaPletc 2 Vt -CY-610 sjye�iq- Meets kh No vi Paddag q.- 406 EXHIBIT -A_ PAGE 7 017a(, LXT'TING.AND. GRIPPING MMI C ANISM:: 1 The1rfuu: mechanism -shall be egpable of gtpplug, lxitiug, ralsztt, ai :dtz�aaping a of w x�s firbia 36 to 11.0 94110As wtth tie use kf a s si cl ; or I ep :d.. TW10y stz crkey pad.°shall be cnnventcily located #:� l+e#: of tle o�eratoir�: Aztei��anacaZI�?;�iest��d ��dted arpax-e.�f;shall.b=�;:�r���,�ed.tt�: suppoz•t tl a opezAtors Aran 11'X :eis Specs is a ` ; Yos—z, No, Z The.�iaadrs,.Arm shale designed foz crperafmglix i�gharea"s;(eg.. ,Alley , text tv .fences, buftiiings and tt ees) meet 8p N :� �he�l�I`ta�. ixtc�ha�sm �eani b`e;Ioaopi�a�ed tQ the e�;assts �r'bodyl`1��' it a able, meets �p��et.£iicaan� Ices ��_, �— 4;. Grip"Ofth k'W s:fo W 4-apolble. #a pro s e cpntaznet- eteut tl s is €off.' limltwg lhe.raal foree applod to p'evett contatxer dmae, eetspeerficafoaz;. .yss Na; 5c�aatt . ,Zfitiingaeehatn shade ley+cle;,�vhtclz includes' g�rnp:,.I�ft} aii d ;mp, uzrdu p,lower, arid uA$rtp,in a ma�nit�n: Moats $_ectfieafs:: �. L�tngt�iecha�isa:t �h be capable of�I�#'t�ng, ra�sxrtg,dumpvxgana, i c Wamers l't•a'm any p:asztk)t �ithxu5 r..each alien oe idle meets S�ectfe�i�errs� ryes 11ta: Thee,mrachanism shalTu�carporate s rviceaf i ,beax g o,:.. p}pivot, anal etetastnnetrf+m petits # .cs'emt�oth opertou anci 1grvic It etspeecaOeall. Yes lYo S Thca�eal tttleechat shii extend n.mntnum .af 84" frii�.tfs fil retlraeted its T ex4440 p90 on.. .�e�#s �p��;fcai�cns='� • �� Ito. 9. i�� �echaia3€sm il�be ca�a.�r1e. of �tit�� D lbs. at auk potn�•to �hfc�:�he arm=fs a tend d, "t ote" th .}3i der liah ..rti de t ;Gea-filZcalto " afthe finis 4 EXHIBITS PAGE S OF a(, Meets Specifications: yes No 1.0. The container shall be tilted a minimum of 45 degrees past horizontal to provide for full clumping. Meets Specifications: Yes - {/11" No 11. No on board computers or mechanical. limit switches. Meet Specifications: Yes No, 12. Mechanism must be capable of dumping blow molded containers, without damage.. . Meets Specifications: Yes � No TAILGATE.: I. The tailgate is to be binged at or above the roofline using high strength steel hinges. It is to be raised for load dumping by 2 double acting cylinders mounted on the outside of the tailgate. These cylinders shall be of a design that will prevent rapid lowering of the tailgate in case of a hydraulic component failure. Meets Specifications: YesjZ No 2. The tailgate cylinders shall have chrome plated rams. Cylinder dimensions will be 3" bore diameter, 2" ram and a 30" stroke. Meets Specifications: Yes No 3. The tailgate is to be released and locked with no moving parts other than the two (2)-primary lift cylinders and associated locking mechanisms. Meets Specifications: Yes No 4. A gasket is to be Affixed to the tailgate to provide a watertight seal between the body and the tailgate. Meets Specifications. Yesz No S. The tailgate must be equipped with a tailgate ajar switch with audible and 'visible warning devises fixed in the cab Which comply with ANSI standards and warns when the tailgate is partially to completely open, Meets Specifications: Yes No EXHIBIT PAGE '? OF d 6. Body hinge structure must be of proper design, materials and construction to support the tailgate. Meets Specifications: Yes, z No 7. Tailgate maintenance safely props shall be provided. Meets Specifications: Yes !/ No S. Tailgate bubble is Hardox 450,174,000 psi, tailgate sides are 10 gauge 80,000 Psi. Meets Specifications: Yesilz No 9. Operator must be able to control without leaving the cab. Meets Specifications: Yes k"-' No EJECTION/DUMPING 1. Dumping shall be clone by means of a single telescoping center mounted hydraulic cylinder capable of lifting the box when compacted to maximum capacity. Hoist cylinder is a Nitrate treated 4 stage cylinder with a 180" stroke. Bore diameter of the cylinder from the largest to the smallest is 6 Vz", 5'/", 4 %", 3 W1, Meets Specifications: Yes No 2. The body dump shall be full eject and all refuse in the box will be removed without sticking or bridging. Meets Specifications: Yes No 3, All ejection/dumping controls will be a basic control panel system that is cab mounted. Control panel must be interlocked with a manual override to prevent accidental refuse discharge. Meets Specifications: Yes,Z No 4. All ejection/dumping controls shall be operated from insidg the cab. Meets Specifications: Yes No S. bill ejection shall be accomplished by the use of 2 crossed telescoping cylinders. , Meets Specifications: Yesy No H"R.AULIC SYSTEM: 1, Pump capacity shall not be less than 52 gpm@700 RPM EXHIBITS PAGE 10 OF EI-I Meets Specifications: Yes t--' No 2. Factory installed relief valves shall be incorporated into the system and set at 2500 psi for body functions and 2000 psi for Arm functions. Meets Specifications: Yes ' No 3. A 10 micron absolute filter is installed in the return line. Meets Specifications: Yes !/ No. 4. Hydraulic tank is to be frame mounted and equipped with -a 10 micron breather element and eye level sight gauge. Tank location will be determined by body configuration. / Meets Specifications: Yes !/ No- 5. Hydraulic reservoir tank capacity must be at least 78 gallons. Meets Specifications: Yes 4--' No. 6. Hydraulic system must contain cylinders capable of performing the operational requirements set forth in the specifications. Meets Specifications: Yes No 7. Hydraulic hoses are to be SAE approved construction with. hose burst pressure 4 times working pressure and have protective coverings. Meets Specifications: Yes /,-' No 8. Hydraulic control assemblies must be located so that at no time or load condition it becomes necessary to remove the load to. service these components, Meets Specifications: Yes kl--," No CONTROLS: 1. All compactor operating controls are to be located in the truck cab and mounted for operator convenience and comfort, Meets Specifications: Yes f/ No 2, Warning signals shall be incorporated into all circuits monitoring abnormal compactor operations. Meets Specifications: Yes No LIGHTING AND WERING: 1. All lights and reflectors shall be in accordance with Federal and State I.C.C. Motor Vehicle Safety Standards. / Meets Specifications: Yes f/ No 2. Provisions will be made for maximum -visibility and may include 2. red stop - tail lights, 2 red turn tail lights, and an I.D. cluster. All light must be L.E.D. 'Meets Specifications: yes�_z No 3. A lighted license plate bracket will be provided. s Yes No Meets Specifications: A. Unit must include arm, hopper, and side mounted work lights. Meets Specifications: Yes!! No 5. Unit must include 2 tailgate work lights and 4-inch amber strobe lights plus alternating flashing lights. Meets Specifications: Yes No PAINTING: . 1. All components will be properly shot blasted and cleaned prior to priming. Meets Specifications: Yes 6/ leNo 2. All burrs and rough spots are to be removed. / / Meets Specifications: Yes (! No 3. Unit to be primed with high solids epoxy primer prior to the finish coat. Meets Specifications: Yes No 1 4. Final coat to be acrylic urethane high solids white. Meets Specifications: Yes � No CAMERAS: 1. Three (3) Cameras wIdigital -video recorder, 7 inch color monitor will be provided. (monitor hopper area, back up an& curbside) Meets Specifications: Yes No EXHIB T fL PAGE 1,2 OF 3 2. Camera monitor shall be mounted in the cab and be fully adjustable flat --. screen type with split screen option so all camera views caO be displayed at one (1) time and automatically switch --to full screen back-up camera when unit is shifted, to reverse. Meets Specifications: Yes No OTHER: 1. Two complete sets of operator, parts and service manual w ll be supplied for truck chassis and refuse body. • r . Meets Specifications: Yes No 2. Complete body shall be under warranty for two years, parts and labor. Meets Specifications: Yes !/ No 3. Shovel and shovel holder. / Meets Specifications: Yes !/ No 4. Outside cab arm controls. Meets Specifications: Yes No 5. Broom and broom holder. Meets Specifications: Yes No P • 6. Work lights. (I hopper work light,I arm work light and 2 camera assist floor. reverse lights) Meets Specifications: Yesz No WARRANTIES: I. Cylinders: 5 year limited warranty from date of delivery Meets Specifications: Yes_Z No. 2. Hydraulic Pumps and Valves: 2 years from date of del' ery Meets Specifications: Yes No. Packer Unit: I year from date of ............. EXHIBIT -A- PAGE Yf 3+OF a� FREIGf 'TLINER.;QUA T-Y TRAILER, INC 10 City of Richmond IN EXCEPTIONS to ResI;ASLSpecs Item # --(5) DANA S30-190,$0,000# REAR AXLE (EQUA REPLACES ARVi i MERITOR 30,00# REAR AXLE --(9) POWER DOOR LOCKS NOT AVAILAVLE E f f i EXHIBIT PAGE0 i 1851 W. 1'HOMPSON RD., IN-DlANAPOLTS., 111 462E17 + 31'7-788 :5S3 • 1.800•1399•.1833 • FAX: 3.17-781 %4:�67 � - i Pkepa edBy C ASTER': Vrepared:F&M—ML-I M X3i4t i Q"t%otg Id QAQQ ClT'Y.OF IUCIWOND Quote:l irml]eT s;QO .1.7648: Ziejo 'D45cnpijon: Fmn[ ]jCeight ReosY.eE�ht Price. CAI TRUCE A. Q04Qti0I M ?EIJS A ){4 I0,397 3,f2°i' 1:49;6f4 Q; :$O(b{l0 C ;SIiELTa SII3f3I.E1TGliTI3RIVE SOLUTIOT t- o: rori �. xAtoiv:tts L,4r>Yx : o 9 Q. ;�JZ(ki4 Ii 1]Y T1�PE: �ifI`QI+�#'i`EI3 SIDE .�]AI1ER: 0; ;ff ©` U { TTQRI' C.FN UL j A 0 ;(164�9 Il T).X ST7GIE t3 iI3EfRMiNf?X] till4 D. a . "�-Q0M PC by P,WbTY ;Dl1 E(i20f1 FU O. NT.- A1'YR. tTOpQ GB5 ' 0 D AO op, Ali GAVYR 30OQ� [ 1 5 4 is a D 1RG54f1 Q. YR S9QRD I S ^ U` is B ,14610' C t�I�i�lt� pV V$$ A More si,�;res STi�: © � 0 lsri�I23CTiif I+�AP'l'AT1t�T7 �Ofl0:1 E GINESfb�.4`PTIIN CQ��GIAiL �tltv�ESTiG� 0 z.0 :S ;19it��9 � GIt1EA��Y ISfJ'i�345I3FI��fl01�Ii�f �` ;a � 11SU %f3 1'l',•'�E3E1i�ilT+ifr.' 5 QSi- LTyRE X1lit.4 l.t3WT]T,}�l: 4 °I�iE�EL�i1EI: REeyl�l� s 97z o sP °c t, ssit iv �; 1ATB Cf�LiF()RN�rt Q` _ - Q . FtTTFTCATafQ�t L#i�� Q,1tr��I II3��,;CER`I�$IED �;N iZ$U71 TTiVE C(71�TR�T. DEFP;ULTE!T{ 0:1' S t 9UUD:i; E G i EIr lR 1 IC5° Cil]viMINSIX BL, ltl�Gt �V�?}�RKiI?`MN�iUAI? I1KiTlA'CB�i�!1TC�3 _r . :P��OD55 HIGT.EG(31rER.t;I!iEII �P�Ei1,LI[vfiT�rS�rCPH:` , �' � ;6 SP EIS LlNI1T AT-?1HL4JAI .Y` $ Tf♦5_R[ylf�;eri�i VN:' 'u . -N4Bi tl.(�'MiMl7. T'nCeYei, 20134 O"l4.A: I+Ti�ay.l�Pr{1S�Z€it3 4: .46AM 8T Page 16f 8 EXHlBiT _..,L PAGE tsQF 3T Prepared By CHAD ASHER Prepared For WILLIAM HARRIS CITY OF RICHMOND Quote Id: QAQDITPV3L Phone: 317-916-6500 Quote Number: Q01017648 r-� S P03000I C uISE CONTROL CRUISE CONTROL ENABLED 0 0 0 P RAMIETER S 4380003 FI TER FUEL, CHASSIS FLEETOUARD FS 100F/W 0 0 0 MOUNTED SEPARATOR WIPRO$E & DASH LIGHT S 1700001 TER FUEL, ENGINE SECONDARY SPIN -ON 0 0 0 MOUNTED FILTER, REMOTE MTD. S 1750001 ED GINE OIL STANDARD ENGINE OIL 0 D 0 O 180024 ED GINE 13LOCK HEATER PHILLIPS 120V 1000 WATT 5 0 150 O I8104D3 JU ATER RECEPTICAL RECEPTACLE LOCATED AT 0 0 0 L CATION -ENGINE CAf STEPS, RH SIDE' S P641200 PTO MODE 1200 RPM MAX IN PTO D 0 0 S P701200 SET SWITCH PTq SET SWITCH = Q00 RPM 0 0 0 S 20000p4 RA DUTOR 1300 SQ. IN., 2-ROW HIGH CAPACITY ALL M 40M 0 0 0 S P711000 PT D RESUME SWITCH PT? RESUME SWITCH =1000 0 0 0 RPM, S 2080M] F & DRTVE-ENGINE 2-SPEED FAN 0 0 0 S 20MI RADIATOR COOLANT: EXTENDED LIFE COOLANT 0 0 0 S 2120001 RADIATOR SURGE TAME SURGE TANK WITH REMOTE 0 0 0 FILL S 2200001 AIRCLEANER 15-bNE STAGE EPG ' 0 0 0 CLEANER DONALDSON S 22601 Ar I INTAKE RAIN CAP BLACK, HOOD TYPE, O 230W7 w rFFLER SYSTEM HOXZ DPF WI LH VERTICAL 10 0 215 SC31. S 2310003 E UST SII LDS DPI; & SCR SHIELDS ' 0 p 0 0 S 232NO3 E3mAUSTSTACKS VERTICAL DIFFUSER, SINGLE 0 D STAB R&ESS STEEL - O 2390MI Ur, EA DELIVERY SYS'I+EM OVER -FENDER MTD., RH 0 p 125 SW , 10 GAL. CAPAOIN S 5300001 ED GINEIEXHAUST COVER A4W TURBO/EXHAI:FST PIPE 0 0 0 DEPRIS SHIELD S 700026 COMPRESSOR WABCO 183 CFM 0 4 0 CO�PRESSOR 5 80211.4 Al TERNATOR DE�CO REMY 12V 134AMP 0 p 0 22S) S 8200002 ST kRTING MOTOR DELCO REMY 12V 39 MT 0 0 0 TRA,NSNII SYON 5 2580003 VOCATION RDA REFUSE - VOC 400-XXX 0 0 0 S 2690016 CONTROL MODULE BASIC REFUSE, VP18U 0 0 0 O 21A0001 (E Tiq EM ANsrMSSION A41SON OUTPUT 125 25 6,800 TARDER RETARDER R/DS - ''R-,I.NSM155103�1 S 26A0001 TFANSKISSIONSHIFT Xx) X PRIMARY v 1] DULE PEgFORMANCE / SEIONDARY ECONOMY Fzi �l a April 5, 2013 Page 2 of 8 Price Level : 20130 012014A 7:,56.40 AM EST EXHIBIT A PAGE j_(�, OF�6 Prepared By CAAD ASHIE Quote Id : QAQOTT 7V3L Phone:317-916-65 Quote Number. QO 17648 S 27MO21 S 284016 S 286005 S 240003 S 292004 S 300011 FRONT S 3700002 S 3690005 O 3710003 0 37IT01 S 373002 S 904011 S 9400001 . S 9210001 S 374001 S 7510003 S 754009 S 755001 S 901001 S 387003 0 3300014 R 0 33153$ !Z X 350338 R,: 0 358001 T1 S 91300DI If 5 340000E X 0.' 339002 PJ NSMISSION ALLISON 3000 SERIES, 5- SPMD NSMISSION ALA ISQN PUSHBUTTON TROLS CONTROLS LER-TRANSMISSION OE TO WATER TYPE NSMSSION OIL ONFILLTUBEIDIPSTICK WI JCRECK LEVELSENSOR NSMISSION TRANS YND SYNTHETIC RICANT AWO TRANS FLUID TESHAFT MAIN SP1*.176OHD HALF ROUND E i 4T AXLE ME TOR WS-20 STEER AX E. 20DOW CAPACITY \'T AXLE POSITION 52.1 INCHES 4T SUSPENSION TA�ER LEAF REDUCED RIDE HErHT, 22 0W LB CAPACITY ENSION, FRONT AUX AU� LOAD CUSHION �K ABSORBERS- DO�RLE ACTING SINGLE - 4T HEAVY DUTY 5-FRONT Sj I EL HUB PILOTED,285MM BOLT CIRCLE t EL OIL SEALS -FRONT SCOTSFAL PLUS XL CAPS. FRONT AXLE CR �YT'EL HUBCAP 4T AXLE LUBRICANT STINDARD MS -FOUNDATION, MEr9l, 16.SX6QP SIT AXLE O; SLACK ADJUSTERS MENTOR AUTOMATIC NT AXLE 'SHIELDS - FRT DUST SHIELDS - FRONT CB BRAKES CE DRUM -FRONT CA T IRON 13R STEERING FOIiiR QUART REMOTE RVOIR MOlJNTED DRTvE AXLE -SINGLE XXXX DANA S30-190, (30,000 1DEM LB CAPACITY) DRIVE AXLE RATIO 5.3$ SUSPENSION REY00.102CC 31000 LB GROUND CAPACITY UE RODS LONGITUDINAL ONLY - RU BER BUSHED REAL{ IRT H"IJB, HP 10 STUD AXGEBRL�ATFIERSTi�NDAitI3-A"XL-E BItEA�IE AXLE LUBRICANT SYNTHETIC Prepared For WILLIAM HARRIS CITY OF RICHMOND 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -90 S 0 10 0 310 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 140 2,950 0 0 0 0 210 t,800 0 0 0 0 0 0 0 0 j 0 0 94 Price Level : 201303�01201�4A Friday, Apr115, 2013 Page 3 of 8 7,456.40 AM EST EXHIBIT FPAGE 17 OF a(, Prepared By CI A 17 e4 ER Prepared Far wULtw- i3p"s Cl� Y QF ItICHMf3ND: Qactcl . QAQO _ . , L Phone-: 31'7 915-�5 �, QUbSG.I:lliliElC.C'i= fi 96l004. , B 'IC S,F6UNpATtfllY, Ml.RlTQ2-jS:5 C7PCASi t): 10. 51$ s o z s j*IgK DJUSTER xiR�N o. o 0 AX A n �lc.srrl I Axe 5 TiOEEI D, STSIELB84iE1R, J[)tJST3HIELDS REAR 01, ',^ B"K KES 5 8 411 li ,QHA 1F IF M- CAi1� T—M,: WOW'STGIFGiaJ�T7 d' a 0_ _0.: jyA'IrJYENDQ ,S Sl0U01 B :pR[)NfREAii: C�SFIIt©N; p� S ? LINESI`kI NGr. A �:fSNF,S TiASSIS;PfsRK 0: Q Q � ,-t~ii.i,S$IS BR�IiCE 4 f4M7' Bi AftAb 'YMM BE�3I . .CHASSIS. ... (} 4DQ185 E31#3uE i86�fiiES �, ,, Ak -d4.. -i2ti 3Q24fit pil14Hr31VG S6 t . 74i 0 -& �9D39I'2' _ 'I�EItATGS. $I8 [V'AltIAIiLEMP'�T$�L., p: 0 ;x Q4(ia1r3iz�]SSl47TI1fiik2: �. P�F�GE STEEL ti�I ALCM BQG` 7Z i.t8; Q' NTM 11aF1 . Q �;�Oi)�ti2: SG'�SO�P1'•T�Pi$ KEpIiHggt%.CLlr1lb- 7j 55 y;:,. t3 :41 lQix M 1*IL(S 1 CE1 R STIR C GI AM4EL ME ti iBBR= 0: CR SSMEM$.�t5 ST 1 L PAIMx 2UD+ AI, . 4&0002; 'T t `1rrQ� �'AcFrFRONT mt o 1 l�rtQYABLE TqW IMS - D' .S ) $'l4U Y . 4 , ,,, i t3AX SA 7�'BUlLI7E t If)TIC 1Qt� s. o :nQ2a fiAtIC I:E•Fi IS S4L 26" i3TA iiI3FAI! I f E] �! 0.' AiMli�liM_ S l79QD7 1?UEIxT:�;WKSY44 EItS L (lS .iAh1K STAB ?l1ixD' IG.HT S:BbDb;T ?l[1EirTif`SJI;T+ rt7�1 FNiT�SrD.tIS�` PRfJU.IDEE?) SA384TlYEiOlT.t78IA1G 0 V 0- k $- ;81G4Q4 titUvw -SFACI RS BA R S AtdDAltll . �G i-13F S $09(f�¢I B 7'GF;E�' BCI�l7RII.iNG BQ� L{ICA'I'EL? AS FAR � FiI WARTS AS PLSSEBEE 3 T VS(3 C�ii 1tQ CL 0 t 4: 211SQCCA, Pttce�i.e�rel.2(ti3© ptt�r��1Pr3.1;S 20T3 f�12Q#�?�: EXHIBIT PAGE 19 OF a (o Prepared By CHAD Quote id. QAQOIT Phone: 317-916-651 Quote Number, Q01 S 8140002 B S S 7110001 A S 709=2 A 0 715009 Y S 7IST00I A S S 713023 A O 710M A S 724001 A S 728001 A CAB EXT: S 4510001 S' IV S 462004 IV Y S 50200I C S 5D2T98 D O 512010 P 0 6220016 IV C S 6190002 N 0 6180002 D S 6240001 G S 630026 B S 63100I B S 661001 C C S 6720001 G S 615001 B S 6910001 F CAB S 380W01 S 3810MI S 520234 S 521110 Price Level: 201 Prepared For W[LLIAM HARRIS CITY OF RICHMOND TTERY SHUT-OFF SH[3TOFF W/ LOCKOUT, NO 0 0 0 +ITCH Em+ ROFNCY JUMPER STUDS Z TANK BRKE A STEEL AIR TANKS 0 0 0 2 TANKDRILLING AIR TANKS IN STANDARD 0 0 0 POD ITION rTTANK DRAIN BEl DIX DV-2 AUTOMATIC I 1 45 Wif li HEATER RESERVOIR DRAIN PETCOCK, ALL TANKS 0 0 0 STEM 1 DRYER BEPDI ADIP WIHEAT 0 0 0 ZDRYER DRILLING AI DRYER MTD OUTSIDE 0 0 0 RAIL, RHS I LINES -CAB SAE J844 NYLON TUBING 0 0 0 1 LI NES-NJAIN, CHASSIS S4 J844 NYLON TUBING 0 0 0 RIOR EP-CAB ACCESS, CAB DUB L SELF CLEANING CAB 0 0 0 IUNTED UNTRANCE STEPS JD FLAPS -FRONT FR�NT FLAPS 0 0 0 iEEL 0 0 0 S DOORS STEEL DOOR CHECK 0 0 0 OR CHECK STiiAPS WITHOUT STRAP WER WINDOWS DUEL POWER WINDOWS 8 2 365 RRORS-DUAL WEST Mi1t�.ROR, BLACK, HTD, W 1 0 0 285 ,AST L4 HTD CONVEX RROR ARMS RgiTACi'ABLE ARMS, 0 0 0 STAINLESS STEEL ,WN VIENY MIRRORS STLE DOWN VIEW 0 0 0 MIRROR, LH SIDE AB HANDLES -ENTRY BOSHED SS GRAB HANDLES 0 0 0 IRN.AI1 TWIN MOUNTED UNDER CAB 0 0 0 IRN-ELECTRIC SNOLE 0 0 D B TILT MECHANISM- HYDRAULIC TILT 0 0 0 7LLE AUTOCAR GRILLE 0 0 0 G SCREENS BU13 SCREEN MOUNTED 0 fl 0 BE�ND GRILLE NDER EXTENSIONS- IMACT RESISTANT POLY 0 0 0 ONT FB ER UOR EERTNG WHEEL 16"IDIA. WHEEL, 2 SPOKE 0 0 0 EERING COLUMN ADJJJSTABLE TILT STEERING 0 0 0 CO�UMN &T-D rR A.. ONAL—CUSHdt.0 0 BASK, AIR RUDE 0.T-PASSENGER 'DTyplE LOW BACK 0 0 0 - Friday, April 5, 2013 Pages of 8 012014A 7.56:40 AM EST EXNIBlT� PAGE fc1 OF s�� i'repared By Gf ASHE t prepared FAr WILLIAM aARRI:S Qaotp Id ..QAQQ 5L- C1TY OF.IiCHMOND Ph6ndKSI74T665.O. Qeiofe';Numii er : 4�0 .17f 4 S 52z{ffl3 S 3 iilElu°-b1Yiri TH�EE;POR�1TIEi'ItAC7AI 0, a 0 S 52id{)3, S `f BEM-PrISSEi'[ Eii {HPE P.OINZR!~T'1tACTAE,G 61 0 0 $ 5Zd014 S 'T iSLRT RL¢C1C'cQRLIiJAw: U 0 0 S ;5.38fl£1I- O T Sr MA'I IYf l�T W H FOAIvi EAR U G" JIINTEaft ENTSUOR t)P�IO�R - ; . p Q a S ` S�OQI 1VtE tidN,SMFk, CE�I ERC CONWO E gg3p0{31: A: .. ,, I`I2AY AS�iTitAY hItb M C91 �Sfli 1r U F! :°CAB .— T OO_ WROL s .6 t6O f C 'IEiVImRATum Af4,CODED FNI'I:GFAL tV" 5 �E14� HE�iTtrRlDEFrROS7'13it AUGM INST TTMEI TATiU1�#� S.' '.Os IQW2 3TRUMENTSEnI,FS Ktr 5]` NUARI) C3AiJGES 0 o: S4�oY ucltititCT rcAi vrsco�i?cTt�tratil. C NTlifl%IIiODUXE CO7iIt{L:tvi0i3if�.WfIi10 8 13b0(t0 `TACHOMRIERIi�iN, I i;c�oril'G �AOiIQI+E1�R: T c�iocr�.z� s .0.22S,009 l+l7`AKRlZ s7T CC ICN x nvA . rff: r . : ii!i iCiLTOIi Iv�bTlt�i'I"�7 f 5 2i£'8OA9' M i�i<Q1tIN- TiT16 TLIKF WRI>ifN.G. a n: I N_ POPTWBUZZER QNfC FI3EirtE!EL I3 a S %I39.0 01 Gil Ft3l,i.i.IVEL FL . LIGgi ._ s S 836t�5° ..-r iteKoInli+o 0, S ;$4102. LIP1P5-IIGI"I?r - bf3NT i Ulih!'SiCI:4I S 9 i5 OI�T S $ 4a0 3 TCIi �CIIt3 f SICi+IAI� c L'' �F-Cif iCEUNCX:.T JI `l 0 0: SIONW, ;S 451002 1J [i!S M t AN M.LEDp q MARMS d U. ... Ni iIG`-DArTIM 0 859p0Is i3 i4��S� � O 8�OO O L CI tOiiiT 'i 4I I;C IQI� Li7�1-0 oxcu�'I'.i�ItE�4?CT 3tS Q DI VICE - SC: _ ` 2,AQifI7'�C3i�4I. KEY�RE[i, I, p: i0, O: 50901}41 If I'�Rc L"QCK$l:�TS- i0 , fp"QORS= •'I'ftlil;K.�4:'f0�`AL� - , 0940Q AdA 'Nf/FM 3U1I1IOrQ I3. -3 2Z5 0 59 t4bD; A Ti I1`?.1Fo3YI�i# &ITI''#.x 14T17i it,}A - iltO E+MO.:. D 4. o sg�oo '.:zsg> nos ZDtIpRs. p 9454OQI x IE %5 D1S RRfl1�iT" 2'5O� ALU1ufR1ClM, liP 9t �. I 3: �;" 1NSf; ir, �GCilI21DE _ Pncc I eyeE ..20i34 Page o 012414A T , APnI 5, 201.3 of & 7 540 AMEST EXHfBIT PAGE prepared For `:w,,I LIAM CIS CUT; a RICAMOM S 905'I'98 SP�U NV.MELS FRIONT" 0 S 930469 Tf, a -SIZE & LOA1).RMr.".. M S1M2.-Z U' 0 9 & 3i0b3g x 14TA1tUCACTCIRGQpg3 tr. . Ak0- 09 V('}iA- a° U. U IT E1 D-FRONT (�TRf�T0:1Q14j s �T9s 4e R�F, x°RoNT'tlR i o;srA oNr`Tr s o 0 o q 9taat o5; NY] , is-nIS'C Tk `k ; 22Axs z " �4I v14 It rC3ttil r P; . _ o; 136: ass A��UIZI)�#4ii644 :S 9AT93 SP • E:Wm.EiS [iE ELS° Q' �• U s !43366z T. MWX. a r t Als c t 2z s I s §34fl043: AMI�T`tU�ACP - - .i2 & ? Q�3]7YEr1R C182 itSIJ: Cl" 0: U s 934T44' PP ItE::itrAR2 l 13 SrAIt T{RES = a 5 95wk EiLi TSMN!E° S[t[GGLdOwRPAw 0 $ 93sm Cl P�;TYPE. STANDARD I E p, �9801002 C Oq�UR-FIR$`l` AP�ROYSI� - =-.BPS$ �Dp07��X: S A86t171 C "'$.S€s c (r SI CKP3blt 0 0:' c :y87449- C B" Ek?'tO' SAiVIE AS yDrJeUytaj3�jltill'�1[.�[li;�� AL VJY U 9'4001:L1.6S11CS1�L' 7 l�mJ.il'�LFf "ia�pLf�lf. t) ;89�AQ(17. T I45p'�fiSi�l!t AI,�.IS(7N SYIt. �D�i� ,��� WiA1�15'Y`�l�lT3'ttti5 ItH'i`ARDE�: , c S9 B 11 E ° 1v1 f 6.?" ,Zqj mDm,�YWI-RK a miasEti xVi RR L�TY PP2. S t978�5 pR PLAN A 964 2 t1L�DITIOI�iALT.RICR': ��Ii�POlifsifY�#�iFLR£t0�[ 'rMDRS b 472{ff}OS C4RTMCATIQN4. CIESviltl 20E E7 S_ t•" Q G it �$ 'EM]SSiO�fS l ACTOiti'',aP'f w t5 3fi8' 191 s7 w,��rrrnRicE: A_ .............. JJ May, a56A n15, 2i 3 PSge 7'of"" $ Priee:i evel.. 2ovioQ.l��3i4, #.4d f�ivf S i` EXHIBIT lLPAGE a! O (, Prepared By CHADJASHER Quote Id : QAQOHTv3L Phone:3l7-916-63 9lb-65 Quote Number : Q0 17648 TOTALS N Price Level: 201303012014A MTRIBLITOR OPTION WEIGHTIPR10E Prcparcd For WlLLIAM HAMS CITY OF RICHMOND 0 0 0 TOTAL PRICE (S) 169,097 TOTAL WEIGHT (LB) 10,553 3,09 14,042 Friday, April 5, 2013 Page 8 of 8 7:56.40 AM EST EXHIBIT PA6t'._a.a 0E N It Lo of f a Qui r,-, R H, ft2 q N C? v P aaaaa :E i JEXHIBIT PAGE 33 OF Xj >�. EXH BI A P GE ! OF �. .. .... : ; . . . Aut�e�:r .LLB 1Tr m" WnwTX G1 i '11 ICATL his tvan�niy cerhiate zs_�ppl1esble anly'ta veh3ces naauul`acfured 411t?tCS'O:i37 and ltfftr Fti Yule5 built: (:. F�orlq itae'�bavc=stated.data, red tv dpemeu# A tA�Q (1f} P3 RQ71) kL Autacar;. I.0 (AufvCar),,} ari4b tfie chassis of eacb:jOW Autacar whicla cspc{ ted exclns►vely U #ed States. ' and Canada and } 1ac d servaee:aiter i?�cem m�jm}a ens srliflY E Teri um I eap° 044—io � In a�fsmt d and -. 9$' �tl7ei'�Y15C �$Ct �(Srti! ##ri<O�v jL�tt�tgd Warrant') I(skj.pgto txAllwarranty°} aodt be�ut:an t1 date e0A't'0 niileaga v+he theAu`tt�car tliassis is:piaaed ta, tee: : LSIC W 12. nnnths IUQ,� 4 es11'&I,O�J 1 alor�etcrs, wlitc#te r cstRcars k,. s stems l .fionthterin only appiwe Na titrleagc;lrna ftou a1; sewed au condstmg Y �lxel�svris belo) _ .:'�'�'1`?t. iSztB%�e ndt Gvvered hY [tu�`i.,jirut�:�'arral?f�' { - . EZ�CIl�T1; WA C iR ASS19ML�'' AlmXTO .4 hs or3{ipQttrsi�83,Q4(11c�lauzetas, whichever a�curs ietst. AComatzcpsr�vsstx�=nrif covered Iy.C#ats Lurtlted. arranty;; �t_z� co.+ercd 1�y Alir�s4n �`tan5r�lssrQl?'s vu'a'tY � {see Exelasrons below): nths grU{},�30CD - - risrd is 60.i�o C,B CgRt+C)IOI` WA Y'�RM� Tha cab stnse[ �rarrty erg d $wc 36 mnnil; or rodu : Q4)0 kxivmetsss; uhfce�iuerya rasc# ce Cab�arrbstap arar►heer�tey 6P- oro;sioa x"oe rrs �rrdted: a ' . Q0000 aaru+ #o metal perfarn�t�s�, �uk�rc�ears�n �� ao#:onverec� tree) xclusic�ns below} �� S i'�i1��� z+'RA�E$�t�T� �tJ�'llfGlEl�I1! l��s�'�1�1tiU1� .. ti fl.jtitzimter,rrTefleY dcrcltis f i,t3WTiVI optbs ar 5. �2. Aufbcar'� (3��irl��iia�is nQd i�iscrei�o� ,, car cs�u� arts of �e ; Ai.►aaar?s o�liti�i� are lii�itted aG�ts sole aeon , th4 repa�c or replae��ue€t ap P # dre tie icy b a #ltto.car Clia�ss xvv�Ch,�ro dctermlme� tsy e�.itae€t� ru tS dole ���cretlo.� .t arc o ��p� t � u�ar � ��°►�a ads u corn n enis may be:teplaee wadctorY rcbu�lds,pface ;l? p' alit pa end reiacetzteut pctrrnest by as autitihA toss Cbsserl acegfdanpe vrtti► tetx�s v" diis-;lau#edvy are:°of elsarge to to oa#ter of - . _. Y.1mIEt#ests, , e out gfservsce �Qr<�avar�StY"�'eF�l�? . "i I. tteci StattY [s not exSetled for any time , dcts�ei's Oniy` de%c4�tili[ch are::brotsgl #o theatt enfttfri pin athPnzed�kutc? dtler mrned�atelY a aicavgry �' F Q'�I D fi U' 9t 1` 3L? 'PCS f;fl+`FF$ Tll Qi,YpREfiS►'A°. Olt. LiAI3iL IJ4 IAJ ): f TM,. Tt: C SI I A�'I�i LL� --- EXHIBIT _- WAGE a5 4F AN FORA 4, .;U.1usiohs: (N.OT'tAVU W # M fy) .Mpr & #Wl$ 000pd 1h6 lac#orgy fated wit Y9 -ICA. a0m; P, o ji *f' a "d" .1061Wkig but n J11ww tolo Wa or roloi� .p 0, %kpL T ------ ----- d • VOMM, TV fu n7syluffieft0s, EN.IR 4r c limited to read I't mdustdal fail-dulor ft 411POi tl,esor. ivaxcs. •G . A. - Q f mp: da defect is estaW6464 10 Au car' < sonabte boto6 I SZ VERG-NEAMP" Taffift A to', 9.octc ON 05WO..&IiWv-P .gtudihg -Wfii 0 AJA`JV;W%JL'1VWNP; orbylA�'ilikd.. :qqor. 4�0`Pr.cit:c UrC4 POW fflo FXP­' AT" We"Caus. OPWN"-i OKE kb�,.Wi 00 b d'y builders, a rvertersor _suppliers. ted AOUTM, TE, N OPIPP . WbUt,hot 0 fop - d'jj��F ,q,ud Af-ix'd (m k "*'Srdts!o- 100 1400%-:9 d .1 vico 0 p Ojuptmvats'. = Ieat . . ... ... k. . Mtn aft mo ".. ud`.t�Jaib 6during b Z. 04W w acily Oepjdced doritigauttiie MWPAjpclidd4 but -rid oaf 4h ...bells>and «gyp," blades,, tug -day kvAs Now 46t�M j& th j*t 30� POMP T.-A" artataty 0310104t form bdiqg ild`b I 'ff= - '4c • . �pjo -ba v ij io aud iirepq 4 b A mf :O'b* 44 0 N RTS.' A PA An K'11' w1m. 46'oOr Aq;9* re ho� k-E AND mCp_4R .0. - UZ -Wsr hoe., • T T QMATI , Rm. smW Tm $ ETNE E lb�!y, 7 J** disconnected o6 P' Q b X A -�A V. AST E or Viz; d­ d. LAROR-fPTOW.wv for overt ';me; jawk-A, f CAy warrauta6le:rt pastVi Aortwthird pad' toad seu�ce, tQctg, meals, lod?, tefehonc calla, trmwe9, tonic; toss esf. ear do�mtim. SIM _P Icsi. U Mal; •0 P-ar wtha"tdealer. • JEXHIBIT_S PAGE a&,OF