Loading...
HomeMy Public PortalAbout083-2013 - Pyramid Equipment - purchase of two fully automatedORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this day of 3LM� , 2013, 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 Pyramid Equipment, Inc., 211 South Prairie Street, P.O. Box 127, Rolling Prairie, Indiana 46371 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor two (2) year 2014 International DuraStar fully automated side load commercial trash trucks with GS Products TCE-812OXE 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-seven (27) 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. 83-2013 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 One Hundred Fifty -Eight Thousand Four Hundred Forty -Five Dollars and Zero Cents ($158,445.00) for each truck, for a total sum of Three Hundred Sixteen Thousand Eight Hundred Ninety Dollars and Zero Cents ($316,890.00) 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 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 Agre-meat, 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-I 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 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-I.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 bebalf 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: 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 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 t Ier, President Gilbert KIose, Vice President s, ember Date: ( " i � ' 1 �.% APPROVED: Sarah L. Hutton, Mayor Date: "CONTRACTOR" PYRAMID EQUIPMENT, INC. By: Printed name: sew' Title Date: 6110 � 13 _ Page 6 of 6 PROPOSAL SHEET Two (2) New Fully Automated Commercial Trash Trucks Brand, Year and Model Number �D 1r� rim � �.�ts � 65 •R TE Price of Lack Unit. Price Firm for How Long? Estimated Delivery Time (after hid awardinglP.O.) e 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. J Auth&ized Signature Co pany Name I I S' Rn'Ln'J'st- Company Address D1 p Phone Number LI-3 -13 Date .�. 1 , � !� yjut' 4 6 11 City, Staa Zip EXHIBIT _A___ PAGE -J—OFM Pyramid Equipment, Inc 21 South Prairie Street P0Box 127 Rolling Prairie, 1N 46371-01127 Voice: 219-778-2591 Pax: 219-778-2592 City of Richmond Alin: Accounts Payable 50 North Fifth Street Richmond, IN 47374 CITYRICMOND 1 518/13 Duce to the instability of the steel market, prices subje without warning Quote Number. 5096 Quote Date: Apr 8, 2013 Page: 1 sanitary District 2360 Liberty Avenue Richmond, IN 47374 Net 30 Days �158,445.00 316,890.00 )ad Body Subtotal 316,890.00 Sales Tax ct to change EXHIBIT __6_ PAGE --j—OEol? NEW -SINGLE AXLE STRAIGHT FRAME AUTOMATED SIDE LOADER ASH TRUCK CHASSIS SPECIFICATION: - 1) Chassis can be cab over engine design or conventional cab, with right side drive or dual.drive. Cab over Conventional Yes Yes. No� 'No Right side drive only Yes No_ Dual drive Yes No 2) engine . / V 2013 Compliant Diesel Engine Yes No Ultra Low Sulfur Diesel Fuel Yesj_ No 225 HP Minimum Yes No_ 1000 Watt block heater Yes- No Frame Moudted with after treatment Yes V No for noise reduction Nol Minimum 18.7cfm air compressor Yes NO 145 Amp Alternator Yes V 12V batteries w/2100 cca Yes- No — Engine Malrej_� Model (] l worse Power.30 Torque )f mission Year _ �] 1_� 3) Transmission Allison RDS 3000 series, 5 speed/push button . Controls ' Yes No -Oil to water transmission cooler Yes 1/ No 9.00 O'clock PTO outlet Yes No R EXHIBIT_ _ PAGE 3 QF c 7 + • Yes No �) ri ont Axle 12,000# ._._ Heavy Duty. Shock absorbers Yes 1/ No Rear Axle 34 000# ca aei 5} R tY Yes No p V — Na 6) Brakes 16.5" x 6" front brakes Yes V Automatic slack adjusters Yes V No 16.5" x 7"-gear brakes Yes No� Automatic slack adjusters Yes V No Dust shields Front and Rear Yes No^ 7)- Chassis 156" Minimum Cab to axle/Trunnion distance / No^ Yes V 50 gallon aluminum fuel tank Yes, Na Engine oil pan guard Yes No t Front tow pin Yes Bendix Air Dryer Yes- No Batteryshut off Yes_L NO Body builder junction box Yes No State Truck Chassis Make l Model 9, Year 8) 'Cab exterior Front mud flaps Yes No Dualheated w/c mirrors Yes V No Twin air horns, mounted under cab Yes No . EXHIBIT . PAGE 'f,_OF P � Bug screerLmounted behind. rille g g Yes No^ C l�.iurted r AcUustabl6."f It N.teerin column a. J- Yes, No. — .Air ride .(ftivers seat Y-es_z N"o Cab clunate control, integral-hcater aid A1C YesZ No AM -FM radio Yes Now Ali standard gauges Yes No PoNver Wj4dows and door locks Ye No 5. 1 i7ual it T e A13C Fire Extr DryyF Yes 1 NO 10) Trace & Wheels Y A11 Steel bub piloted Yes . Igo Front, 22.5" x 9" Yes No;__._ 1.2R-22 5HJ.6ply liQni'tire. s Yes tI No — Rear, 225 "x 8 25;"` Yes Now i JJF_" ;22,5" 16plyreafthes yo ,I;f Nq i.l 1* inE Standard Omaha Grange Yes .�I Now l'2j V�zz,anty ' Standard Casss vYa�nLy length {� t Engine- W=Anty. length "I'iwx M_issio wuunty .3 .. I13. 1'i1C IDIIS fc J3ad,.dei —Any'Ii Tp that.,?s iva2`l ed siNO" pze:ase give e ,pl r aflnii an a sepg *Ate sheet` of p#ppr. ' EXHIBIT, A� PAGE �GF �7 3 BODY SPECIFICATION: REFUSE BODY: 1. Refuse body will have a minimum 21 cubic yard capacity exclusive of the hopper. Meets Specifications: Yes / •No 2. Packer body shall have a bubble tailgate Meets Specifications: Yesix No 3. Hopper shalt have a minimum capacity of 4 cubic yards. Meets Specifications: YesJ No. 4. M�ltiplex wiring reducing the amount of wiring .between the packer and chassis. Meets Specifications: Yes_Z No S. Fully automated for the one person, in cab operation. Controls to be installed in the dash or console of the chassis. Meets Specifications: Yesz No 6. Full eject unloading mode. Meets Specifications: Yes V/, No BODY CONSTRUCTION: The following specifications are minimums. 1. The body shall be all welded construction. Meets Specifications: Yes—Z No ` 2. Body wall thickness is 3/16" minimum and rectangular, curved shell Design. Meets Specifications: Yes No' 3. All 3/1611 inch steel compaction plate. Meets Specifications: Yes No EXHIBIT A PAGE _ .(A 4. Body floor is 7 gauge AR 400,135,000 yield. Meets Specifications: Yesy No BODY DxMENSXONS: 1. Body height above truck frame is not to exceed 10811- (Curb -side bin and container lift in the down position) Meets Specifications: Yes No Outside width of the body is not to exceed 102". Meets Specifications: Yes V/ No HOPPER: 1. The hopper shall have a minimum capacity of 4 cubic yards with hydraulic operated hopper cover. Meets Specifications: Yes,/ No 2. The hopper floor shall be a minimum of 318" Ali. 400 abrasion resistant steel. Meets Specifications; Yesj_ No 3. The hopper sides are to be -a minimum of 3116" AR 400 abrasion resistant steel Meets Specifications: Yes J No 4. A ladder or foot supports with grab l; andles shall be designed to meet OSHA standard and provide easy access to the hopper area. Meets Specifications: Yes No S. The hopper shall have a minimum displacement rate of 2.5 cubic yards per cycle. Meets Specifications: Yes� No EXHIBIT, PAGE _J_OF ;t7 PACKING MECHANISM: 1. The packing panel is to be a minimum of 318"thick AR 400 steel. V Meet Specifications; Yes No 2. The.packing mechanism is to retain compacted material in the body and have adjustable auto pack after each arm cycle. Meet Specifications: Yes ✓ No. 3. Length of the packing cycle is to be determined by proximity switches. When the Auto Pack feature see's maximum pressure 3 couseeutive times it shuts off indicating that the packer is full: - Meets Specifications: Yes No 4. Packing features are dependent upon each manufactures design, but must be capable of accomplishing the requirements set forth in these specifications. It must also fulfill the operational claims made by /manufacturer. Meets Specifications: Yes ,/ No 5. Packing shall complete a pack cycle in a maximum of 40 seconds at idle speed. Meets Specifications; Yes No G. Pacldng cylinders sleeves are chrome plated single stage cylinders with tool steel scrappers on each stage. Meets Specifications: Yes,Z No CURBSIDE. LOADING DEVICE: } 1. The container lifting device must be capable of attaching, lifting and damping TRUXMORE, PAK MOR or EMCO' STYLE containers that are currently in use by the Richmond Sanitary District. Meets Specifications: Yes—Z No _ 2. The container lift must be.capable of lifting and duniping containers weighting up to 3200 pounds. Meets Specifications: Yes No EXN)�pgGE PF a7 I 3. The lift shall transit the container from the ground position essentially in a vertical plane and rotate to dump at approximately 45 degrees from vertical into the compaction hopper. Meets Specifications: Yes No 4. The lift cycle shall be approximately 20 seconds at engine idle. Meets Specifications: Yes-, No 5. The lift carriage shall be track guided by roller bearing type steel cam - followers and stibiflied by two lift arms, one at each end. - Meets Specifications: Yes_ No 6. Lifting mechanism shall extend 48" out from the stowed position when needed to attach to the container. Meets Specifications: Yes-Z No 7. Extend and retract function will be accomplished with the use.of hydraulic cylinder(s) with fluid cushion at base end. Meets Specifications: Yes J No 8. Lift up and down shall be accomplished with the use of hydraulic cylinders with fluid cushions in both the rod and base ends. Meets Specifications: Yes ►r No 9. The controls for the lift shall be conveniently located for operation from the driver's in -cab seated position.. Meets Specifications; n TAILGATE: Yes No 1. The tailgate is to be top hinged at or above the roof ae using high strength steel hinges. Pivots and lock pins must have grease fitting. 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 fa .lure. Meets Specifications: Yes, No 2. The tailgate shall have a usable capacity of approximately 6.30 cubic yards. EXHIBIT____ PAGE � :' OFF Meets Specifications: Yesl— No 3. The tailgate shall be released -and locked hydraulically through the use of positive acting, tapered rod and plunger style locks. Meets Specifications: Yes, No 4. A gasket is to be affixed to the tailgate to provide a watertight seal betrceen the body and the tailgate. Meets Specifications: Yes No 5. 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 6. Body hinge structure must be of proper design, materials and construction to support the tailgate. Meets Specifications: YesL No 7. Tailgate maintenance safely props shall be provided. Weets Specifications: Yes-L No S. The tailgate shall be equipped with a flow control device to assure smooth, even operation. Meets Specifications: Yes No 9. , Operator must be able to control the tailgate inside the truck cab within easy reach of the operator's position without leaving the cab. Meets Specifications: Yes V No EJECTIONlDUL1'Il'lNG 1. Dumping of the payload shall be done by hydraulically powered horizontal ejection. Meets Specifications: Yes No EXHIBIT _L PAGE ,lta OFF -� w 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 dab mounted. Control panel must be interlocked with a manual override to prevent accidental refuse discharge. Meets Specifications: Yes No 4. All ejection/dumping controls shall be operated from inside the cab. Meets Specifications: Yes No S. Ejector operation shall be sequenced so that the panel will only extend when the packer panel is in the full extend position and the tailgate is fully up. Meets Specifications: Yes No HYDRAULIC SYSTEM: 1. PUMP All body and lift functions shall be powered by a single -section gear type pump. This pump shall be powered by a transmission mounted "hot shift" power take off, Meets Specifications: Yes_Z No 2. CONTROL VALVE The body and lift functions shall be controlled by a single stack type air activated directional hydraulic valve. This directional control valve shall be equipped with a reliable system pressure protection device. The maximum system operafing pressure shall be 2500 P.S.I. Meets Specifications: Yes f No 3. HYDRAULIC RESERVOIR The body shall be equipped with a hydraulic reservoir tank with a minimum capacity of 30 gallons. This reservoir shall be equipped with a fill cap, breather, fluid level indicator and a temperaturegauge. % Meets Specifications: Yes �/ - No EXHIBIT __A- PAGE fLOF7,_ 4. Hydraulic system must contain cylinders capable of performing the operational requirements set forth in the specifications. Meets Specifications: Yes No S. Hydraulic hoses are to be SAE approved construction with hose burst pressure 4 times Working pressure and have protective coverings. Meets Specifications: Yes J teNo 6. Hydraulic control assemblies must be Iocated so that at no time or load condition it becomes necessary to remove the load to. service these components. / Meets Specifications: Yes J. No CONTROLS: 1. All compactor operating controls are to be Iocated in the truck cab and mounted for operator convenience and comfort. Meets Specifications: Yes—/— No 2. Warning signals shall be incorporated into all circuits monitoring abnormal compactor operations. Meets Specifications: Yes-/ No. LIGHTING AND WMING: 1. All lights and reflectors shall be in accordance with Federal and State I.C.C. Motor Vehicle Safety Standards. Meets Specifications: Yes-L 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- No 3. A lighted license plate bracket will be provided. Meets Specifications: Yes J No EXHIBITS PAGE _.U_OF 47 FAINTING, 1. All components will be properly shot blasted and cleaned prior to priming. Meets Specifications: Yes z No 2. All burrs and rough spots are to he removed.. Meets Specifications: Yes,L - No 3. • Unit to be primed with high solids epoxy primer rior to the finish coat. Meets Specifications: Yes No 4. Final coat to be acrylic urethane high solids Omaha Orange. Meets Specifications: Yes I No OTHER: 1. Two complete sets of operator, parts and service manual will be supplied for truck chassis and refuse body. Meets Specifications: Yes --4� No 2. Complete body shall be under warranty for two years, parts and labor. Meets. Specifications: Yes Z No 3. Shovel and shovel holder. Meets Specifications: Yes No 4. Broom and broom holder. / (Meets Specifications: Yes t/ No, ACCESSORIES: 1. Federal under -ride bumper shall be installed. 2. Tailgate safety prop shall be provided. 3. Body up and tailgate unlock alarm shall be provided. 4. Backup alarm shall be provided. EXHIBIT A PAGE 3_01`37 WARRANTIES: 1. Cylinders: 5 year Iimited warranty from date of delivery Meets Specifications: Yes / . No 2. Hydraulic Pumps and Valves: 2 years from date of delivery Meets Specifications: Yes f No 3: Packer Unit:1 year from date of delivery Meets Specifications: Yes No instructions to Bidder — Any item that is marked "NO" please give explanation on a separate sheet of paper. 11 EXHIBIT PAGE _LLJ_OF a I OS PRODUCTS BODY EXCEPTIONS Packing Mechanism 3. A proximity suvitch sets off a warning buzzer, packer will continue to run EXHIBITSPAGE ij Q �7 A Nt.l."ISTAR COMPANY April 1, 2013 Richmond Sanitary District 5o N. 5th Street Richmond, In 47374 William Harris &—ce.12ULon n lanations Page #1 Page #2 South Bend Elkhart Ft. Wayne Decatur Muncie Richmond 3801 E, McCalliard Muncie, In 47303 T 765-282-2276 F 765-284-7544 C 260-223-2796 iordanselkingC@selkinginternational.corn • Cab over o The International vehicle quoted is a conventional style cab. • Right side drive only o The International vehicle quoted is a dual drive (left and right) • Engine: Minimum 18.7 CFM air compressor o We quoted the largest air compressor (16,5 CFM) offered by International on the engine requested. International does offer a smaller 1.3.2 CFM compressor that is sold daily and functioning without issues in similar applications, I have no concerns about this 16.5 CFM compressor doing the job in Richmond. • Rear axle: 34,000 lb, capacity o We quoted the largest single rear axle offered by International on the Durastar model (30,000 lb.). This is coupled with our 31,000 lb. suspension that comes with a 4,500 lb. rubber overload spring. • . Chassis: Engine oil pan guard o An engine oil pan guard is not offered by international. We do offer a robust metal/plastic/metal oil pan that is designed for off road and inclement weather applications. This is included in our quote. • Chassis: Front tow pin o A front tow pin is not offered on this model. We did include in our quote (2) front tow hooks. • Cab Exterior: Twin air horns, mounted under cab o Twin under hood mounted air horns are not offered by International. I did include a single air barn mounted under hood, and a single electric horn also mounted under hood. EXHIBIT —L PAGE ,-Lta 01=-.�Y GSP MARKETING, INC/GS PRODUCTS NEW EQUIPMENT (STANDARD) LIMITED WARRANTY CITY OF RICHMOND IN GSP Marketing, Inc., referred to herein as G-S Products, warrants for a period of twenty four (24) months from date placed in service by the first purchaser, each refuse collection body manufactured by G-S Products to be free from defects in material and workmanship when operated for the purpose of which it was designed. This warranty extends only to the first owner and shall not extend to any third party. This warranty is expressly limited to, at G-S Products sole discretion, the repair or replacement of defective part by an authorized G-S Distributor, or other such facility directed by G-S Products within twenty flour (24) months from the date the body was placed in service by the first purchaser. In addition to the stated structural and component warranties, all body hydraulic cylinders are warranted for sixty (66) months from the original in-service date. G-S Products reserves the right, at any time, to make changes in the design, material,. function and specifications of equipment and/or accessories thereof without thereby becoming obligated to make similar changes in such products and accessories previously manufactured. This warranty is understood to be the complete and exclusive agreement between the parties, superseding all prior agreements, oral or written, and all outer communications between the parties relating to the subject matter of this warranty. No salesman, agent, employee or representative of G-S Products or any other party is authorized to make any warranty in addition to those made herein; unless modified in writing and signed by an officer of G-S Products and the Purchaser. G-S Products makes no warranty of products manufactured by others and supplied by G-S Products, the same being subject to warranties, if any, of their respective manufacturer. G-S Products shall not be held liable for special, incidental, or consequential damages of any nature as defined in the G-S Products warranty code and the Uniform Commercial Code. THE FOREGOING WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES, WRITTEN, EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. EXHIBIT 1___�_ PAGE J_1_0F J7 INTIERNATIONALP Prepared For: City of Richmond William Harris 50 N 5th St. Richmond, IN 47374-4247 (765)983 - 7244 Reference ID: NIA April 01, 2013 Presented By, SELKING INTERNATIONAL_ Jprdan Selking 2807 GOSHEN ROAD Fi WAYNE IN 46808 - (260)462-3000 Thank you for the opportunity to provide you with the following quotation on a new international truck. 1 am sure the following detailed specification will meet your operational requirements, and I look forward to serving your business needs. Model Profile 2014 4300 SBA 02 (MA025) APPLICATION: Side -Loader, automatic MISSION: Requested GVWR: 33000. Calc. GVWR: 35000 Cale. Start I Grade Ability: 25,30%! 1.839/a @ 55 MPH Cate. Geared Speed: 72.7 MPH FUEL ECONOMY: 7.87 MPG @ 55 MPH DIMENSION: Wheelbase: 224.00, CA: 166.90, Axle to Frame: 73.00 ENGINE, DIESEL: (MaxxForce DT) EPA 10, 230 HP @ 2200 RPM, 620 lb-ft Torque @ 1340 RPM, 2400 RPM Governed Speed TRANSMISSION, AUTOMATIC: {Allison 3000 RDS_P) 4th Generation Controls; Close Ratio, 6-Speed, With Overdrive; Refuse/ Mixer; Includes Oil Level Sensor, With PTO Provision, Less Retarder, With 62,000-lb GVW CLUTCH: Omit item (Clutch & Control) AXLE, FRONT NON -(}RIVING: (Dana Spicer S30-1 0) Single Reduction, 30 000-lb Capacity, W Wheel Ends Gear Ratio: 5.38 AXLE, REAR, SINGLE: { P ) g CAB: Conventional TIRE, FRONT: (2)12R22.5 HSC1 (CONTINENTAL) 482 rev/mile, load range H, 16 ply TIRE, REAR: (4)11R22.5 HDL2 DL (CONTINENTAL) 491 rev/mile, load range H, 16 ply SUSPENSION, RR, SPRING, SINGLE:Vad-Rate; 31,000-lb Capacity, With 4500lb AuAllary Rubber Spring PAINT: Cab schematic 100GA Location 1: 0311, Omaha Orange (Std) Chassis schematic NIA Proposal: 7300.01 EXHIBIT iL PAGE -JS_OF_21_ INTERNATI©NAV Vehicle Specifications April 01, 2013 2014 4300 SBA 4X2 (MA025) Code escri flan FIR W Tot Wit (lbs) (lbs) MA02500 Base Chassis, Model 4300 SBA 4X2 with 224.00 Wheelbase.156.90 CA, and 73.00 6139/2791 8930 Axle to Frame. 1570 TOW HOOK, FRONT (2) Frame Mounted 810 8 1CAE FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.680" x 138I320 458 0,312" (257.2mm x 90.9mm x 8.0mm); 420.0" (10668mm) Maximum OAL 1LLD BUMPER, FRONT Full Width, Aerodynamic, Steel; 0.142" Material Thickness 010 0 Includes BUMPER, FRONT Powder Coated Gray (Argent) Color 1WEJ WHEELBASE RANGE 199" (505cm) Through and Including 254" (645cm) 0/0 0 AXLE, FRONT NON -DRIVING (Mentor MFS-12A22A) I -Beam Type,12,0004b 41/0 41 2ASC Capacity otes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tres. SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf,12,000-lb Capacity; With 99/0 99 3ADC Shock Absorbers Includes - SPRING PINS Rubber Bushings, Maintenance -Free Notes : The following features should be considered when calculating Front GAWK: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires. 4091 BRAKE SYSTEM, AIR Dual System for Straight Truck Applications 102128 130 dudes BRAKE LINES Color and Size Coded Nylon DRAIN VALVE Twist -Type GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located In Instrument Cluster PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel : PARKING BRAKE VALVE For Truck QUICK RELEASE VALVE Bendix On Rear Axle for Spring Brake Release: 1 for 4x2, 2 for 6x4 SLACK ADJUSTERS, FRONT Automatic SLACK ADJUSTERS, REAR Automatic SPRING BRAKE MODULATOR VALVE R-7 for 4x2, SR 7 with relay valve for 6x4 Notes Front and Rear Dust Shields not Included Rear Axle is Limited to 19,000-lb GAWR with Code 04091 BRAKE SYSTEM, AIR and Code 04NCL BRAKES, REAR, AIR CAM Regardless of Axle/Suspension Ordered. Rear Axle Is Limited to 20,000-lb GAWR with Code 04091 BRAKE SYSTEM, AIR and Code 04NCG BRAKES, REAR, AIR CAM Regardless of Axle/Suspension Ordered. : Rear Axle is Limited to 23,000-lb GAWR with Cade 04091 BRAKE. SYSTEM, AIR and Standard Rear Air Cam Brakes Regardless of Axle/Suspension Ordered. 4AZq AIR BRAKE ABS {Bendix AnfiLock Brake System) Full Vehicle Wheel Control System (4-Channel) 4EBS AIR DRYER (Bendix AD-9) With Heater 9121 30 2413 27 Proposal: 7300-01 EXHIBIT F PAGE L�OI= a7 INTEIRNATIONALf Vehicle Specifications April 01,:2013 2014 4300SBA.4X2 (MA090) Dade Description FIR WA. TdtWt. (16S) Vbio s es ER L e AIR DRY CA 0 . TION Inside L ft. kall. E sck:-Pf Cab 4ESX BRAKE CHAMBERS, FRONT AXLE (Hal dex) 20 Sqln 010 4EVL BRAKE OHAVBERS, REAR -AXLE [fialdex GG%30Lf 41).R01 30i3Q'SPKng'- Wake Includes BRAKE CHAMBER�S,,'P.P.RING(2).RearP.dik!hO.VVITKTRVC-�K-.B..RA.I<E,9-'.All.4- K 44.- , VVITH TRACTOR BRAKE&.Alt 42,4x*,tx4 &60 with Roar Tandem;Mles Ldss'ThM,46,000-lb. or GVM.Less Than 54.0004b.. 4JCJ AKES,'FRONT, AIR CAM S-CdfW 16.6:)(50" Inciddos..20. S4..In.. Long St(bke; 8R I 1 165: Broke Phambers otes 5rorit:Axle With 14j660db GAWK is Llmftedio 1 3,201D-I b OAWR when,=d in Conjunction with .1 511,11RAKES, FRONT, Ad R:CAM. hould be consder( Axles-'Fr0A('.S'uspensIon;: Brake BRAKES,,REA 01211 rkin rake- Brake qhafflbq and S'ri!lg Aq(Uat4d Pa J g_13' No—tek �-.The f6flowing features:Should beoonsidexed when alculdng Fronf6AW­MFront Axles;: Fr4nt-'6usppn'sj6.n- 8.rake Systia k6s,. Fr6ht Air-G8m;V'h eI' Tires. 4.SBD AIR -C QMPT1ESSQR,{BundIk TO-F16 MY 115.5 GFm C#oclt}t 0/0.1 0 4WBX Dt).ST!SHIELD.S, FRONT BRAKE fbr Air Brakes• 4/0: 4 4WDM ;DosT-.sH15LOS, REAR 9 RAKE for AVBr6kes: 6 5708 S7EirRlNGCOLUMN Tiffing. 1010 io: SEAL 010 0 SPSA 2510 25 7 . 8DA E_CHAUSTtY�ftEM 8ingle, Horizontal,. Aftertreatment;lSeviee.Frame:M66nied 0/0 .0 Fo&f 6.1de, Baokof C.b.b. I hc.ludqSL HodubritaToil P! T.he�.Hdfl2onfol T-al!pjpe Includes'a Temperature Control Device 6000 E ECTRiib,. t,,SYSTEM 240 010.. Includes BATTJ=RY:8C)X Steel DATA LINK CONNECTOR For Vehicle-Ptow"rolm Qq b3agnosf'res In Cali FU88S, ELECTRICAL SAE .131aderType HAZARD SWITCH Push:.-Ohftsh00, Ldd6t6d'on Tp"0',6fSfd6Ahj OPIUMN. oVet H8ADLIGHT,DIMME)2"SWITCH-in.tegrat w.1th'-TumS orfaitever 1-1t7RN, Single 'd on.Po'sitiv6'T0'rm papappT.Y. Located lftaVof _016 START �TLID L� ..JUMP ' LIGHT integral with Front Turn Signal "and.Rear Tall Light: STA:RTER 8W,_T01j. Key Qp6itt6d :STQ 3 Dual;#teflector P,TURN.,:TAIL.&BiO�LiGHT-1�:bU51 1. : TURN -SidN'ASWITCH-Self- a ncelfffig for Gks; Manual Cancelling 4Qr Tr6ct6af§.Wito,Lane. Qh0"qge,f.q-gfure TURNS1GNAS,1 RONT1oeIud6s..,R'efle 401rsand -AWliary S�d.eTurn ato Hashers, Ffush Wuntgd 3 I EXHIBIT_ PAGE � C, OF J 7 1 INTERNATIONAV Code 8GGN 8HAB 8NBR 8RJV 8WCL SWCS 8Wi'K 8WWJ 8WZK 9HAD 9WAC SWAY 10060 10761 11001 12NUL Vehicle Specifications 2014 4300 SBA 4K2 (MA025) Description WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature (5 Pre -Set Delays), Integral with Turn Signal Lever : WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted WIRING, CHASSIS Color Coded and Continuously Numbered ALTERNATOR (Bosch LH160) Brush Type,12 Volt 160Amp. Capacity, Pad Mount BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Leis Frame; Includes Sealed Connectors for TaillAmber Turn/ Marker/ Backup/Accessory Power/Ground and Sealed Connector for Stop/Turn BATTERY SYSTEM {JCI) Maintenance -Free (3)12 Volt 210OCCA Total RADIO {international) AMIFM Stereo With Weatherband, Clock, Auxiliary Input, Includes Multiple Speakers Includes SPEAKERS IN CAB (2) Dual -Cone with Deluxe Interior SPEAKERS IN CAS (4) Coaxial with Premium Interior HORN, AIR Black, Single Trumpet, Air Solenoid Operated BATTERY DISCONNECT SWITCH (Joseph Pollak 51-315) Positive Type, Lever Operated, Cab Mounted STARTING MOTOR (Delco Remy 38MT Type 300)12 Volt; less Thermal Over - Crank Protection INDICATOR, LOW COOLANT LEVEL With Audible Alarm HEADLIGHTS Halogen; Composite Aero Design for Two Light System GRILLE Chrome BUG SCREEN Front End; Mounted Behind Grille FRONT END Tilting, Fiberglass, With Three Piece Construction PAINT SCHEMATIC, PT-1 Single Color, Design 100 Includes : PAINT SCHEMATIC ID LETTERS "GA" PAINT TYPE Base CoatlClear Coat, 1-2 Tone CLUTCH Omit Item (Clutch & Control) ENGINE, DIESEL (MaxxForce DT) EPA 10, 230 HP @ 2200 RPM, 620lb-ft Torque @ 1300 RPM, 2400 RPM Governed Speed Includes : AIR COMPRESSOR AIR SUPPLY LINE Naturally -Aspirated (Air Brake Chassis Only) : ANTI -FREEZE Red Shell Rotella Extended Life Coolant; -40 Degrees FI -40 Degrees C; for MaxxForce Engines .COLD STARTING EQUIPMENT Intake Manifold Electric Grid Heater with Engine ECM Control CRUISE CONTROL Electronic: Controls Integral to Steering Wheal ENGINE OIL DRAIN PLUG Magnetic ENGINE SHUTDOWN Electric, Key Operated FUEL FILTER Included with Fuel/Water Separator FUEL/WATER SEPARATOR FuelNVater Separator and Fuel Filter in a Single Assembly; With Water--In-Fuel Sensor, Engine Mounted : GOVERNOR Electronic 4 April 01, 2013 FIR Wt Dt Wt (Ibs) (Ibs) -2112 -19 2/0 2 48/14 62 3/0 3 2/0 2 1/0 1 010 0 0/0 0 010 0 0/0 0 5/0 5 010 0 0/0 0 0/0 0 -661-9 -75 0/0 0 Proposal; 7300-01 EXHIBIT -A- PAGE _�LoF J 7 I INTERNAT1.13NAlf . Vehicle:Sped . ficatlans April 01, 20-13. 2044:4200 SBA 02 (MA026) Code 'basarlptlon FIRWt TotWt (lbs) (Ibs) OIL FILTERj ENGINE SpMLOn Typi. WET TYPE GAINDER EEVES Notes v 0 '-RecpmmeM,Gqde12THT-Pn . h ' s.inq ftont qvd* QWtOctiont (vt 0611i S. cones reol% etc.) that-restrictairflow-through the radiator. UTSY FAf4 DRIVE f8org-Warner -sA6*,.V1scous Typetcrew go 010 Includes fAN 11y14n 12UAY RADIATOR Aluffi.Mum; 2-116W,Grass. 1716v,.-Ovee Uqdler.system, 8!7',SqIn 52./4 .51 LoqVbred With.26-tqf1!'dAC-, VVdh: In TankCil Cobler [n8tfde§ IDEAERATIoN 8-y-STEM with. Surge Tank HOSE cLAMPS, RADIATOR HPSES Gates Shdhk,13.an.dType; rm "Thd OjasW doo­farltHosa. CWM ' pt ml RA bIATQR-H0SE$-Prs UrnR415tei. 12UXG FEE Dl^RAL.EMISSION$"for -20.10MOxxPofee'.DT Engines' 010 42VOR AIR,CLEAMER-fth $6mce.ProtectliortElement. 6/0 I 1PTION -Air Q10aR0r'Ulbuntbd GAPGE AIR�CLMNI�R.RESTR i2vxT THROTTLE, H4ND CONTROL Enblf.id 010 :0 Vadable. Sp6eitj; Mo0nt0d6h:Ste0r1n9 MOP!, i 2_VZA ENdIN ' -130L,713, 2CONT 010 0 8 .411der;Instailaition. bfPTTO.6�—niir�k po.st­2007- I 2WTA. FAN PRIM - SPECIAL EFFECTS: .Fan ling Rim%y1ti)Fan Shfo�4Eftc 14M. .13 Engine Mounted 12vv-rH .0m gwm HEAItRA h,,lr, 1(,,.j 20 V01VV50'W It; With "Cord Fr 410 4 Hea er, Wth EXte dqd 'r Coatoo a t P pf6� 0 ,.'BLOCK HEATER SobKET Receptacle; Typet Mourdted below 06viers door :WISS10,N CWK IANUE'5.-Mlh., Tamper -Proof Engine shufdownSystem, Ar.Re W. f10h e'sNot,00A jhq rp IeW iNErmine.1,foil-0w.- .011fo !6 0 a.. -N0x-Ex'j&nddd7,Idlbg 12XAN 06b 0. OMPLIAW606r,2613 66D (bn eoard IJIaiqq0sf101: .' 1 4 00 'UT . ed TO- J3AAZ A � tsm€ slap 5i�if(s to rafWhen fl.a*jtlq gro.evg,Eog.apd 13AMA TRAN,9*SSIONQVIA AUT � TJOIAliffm 300CLRDS JP) 4th-Gmer-ation,Controls; Close R6tjG, 6-Spsecl; YVIth. Qv*&10e Reftfsefftor; ihcI(fde,§ QjI Level :1SO4 r, PTO Won, Retaidej (. h :62,60,04bdm" In 610 0 0/0 0 04/67 251 PropcisgL,1300- EXHIBIT -6 PAGE ) 7 0-F-7-71 INTERNATIONAV, Ahiclo SpecIfications 20,14 4300 SBA 4X2 (MA026) Cade Description_ OIL FILTER, TRAWWWN Mounted on Transmiss[00 TRANSMISSION.01L PAN MOgne0h 0l1 Pan 13WBL TRANSIVII651ON SHIFT ;CONTR0L,(A lison) Push-Buttop Ty0-6 f6 r AIllson 10 D 400.0 Series Tranjs..m,[9gfqrr- 13WLP.1 'TRANSIVII8810141 O1LL.,SyA((ip((V,.29--.fhft.1 42 Pints 13VVUK ALLISON SPARE'INOUTIOUT-PUT for Rugged Duly Side Loaders 13WYH TRANSMISSION TGM LiCYPATION I-ObatedInside Cab 13WYL SHIFT CONTROL PAR. AME7R.SAIrisbn.Perfo,rfnance programmOHO in Primary .and Allison Economy' Programmiq. in $econddry 14AHH Axl-t, kEAR,SiNdLE pana.Splcer S30-.1.901 Si.0910 RedVdf,Io,n.j,3.qi6.o,b4b t6p%ffy, wwhe,ef "REAR AXLE DRAINp-L(jG(I)M#Obetit Far Single 'RearAxte No es The. following:.katures should be considered when calculating keardAWR: Rear . �0. Tak'0.. - pas, AyJes, nearSraspansion BrakeSysferri; Brakes, Rear -A pm , -IrC' ­Sh ' Rear; 800dal Rating, 6AWR... Wheeit-Thtm .-When SpecIfying:Axle.Rat heck Pe or . ce.Guideltnes and TCAAE:far [o,;C if man StWtabilklyokidF600044i 0 1AVAJ ,. `SUSPENSION, -RR; SPRING $INGLE Vaq;Rolej -3.10004b C 0'Wmth4600 lb-Auxf1lar'y RUbb"0iing Notes The followingfbalures;s[100[d be considered When61culatihq Reaw GAVVR- Fear Axles; 13takq,SysteM, Brakes' RearAfr Qpriv, 0,aka.ShdftReg. Specia['Rafing,,GA ef si;-, Tires. 16SGK PUE1 TANK -top DraW; D%%ie, Non Po9hed AltiWinum,60 D.8; 189 L Connect Q0tIet'M0q6tdd fthVSfdk.()nd r'Cab 10030 GAB-C6nv0nIIonAI Z bi-IzAKAM; t:JMAKr%MK1-1W rl 1-0 VD) rmw i iVLVUULWU COAT HO,OK, CAB Located on R. Wall'. Cqn*00 AbbVej3piar WirldoW CUP HOLDER'S TwoCvp-flbrders, Located in Lowet debt6r6f(11§yuFn-qi1t paol �DDMEIIGHTCAB, Oct, an dubr..QootAciiVit6dendpush;06-O dt: tLens. GRAB HANDLI::; UAb,tilltKAUK kZ). 1-ronloT m rim;!] ?1 N-SHEET . -SHEE . YMETAL'UppefDOor(Abovp Window.ted9b), Painted Exterldr t . POW 16HBAr GAUGE M QSTJER Eoglish.Mi h > gji§h E1ectr6nIc,Sb68d01wet6r Inch TIE RI: (Z Engine Oil'Oresgure (Electron1c), water TemparatUre `(Electrohlc).�.fupl (Ele : id Tachometer (EIe6trQjVt6),:VoIlmetar bb.bMETE!DI�PLAY �Iqs "Tip:milas,Eqgf'ne HoppiTrip J4pyr§, Faq1t:00de Readout April Oi, MU FIR Wt Tat Wt (Ibs) (Ibs) 010 fl 01a W 01Q 0101. -0/370 370 0/119 119 0/0 010 0 .010: .0 Prat osal: 730041- INTERNATIONAL$ Vehicle Speclflcatlons April 01, 2013 2014 4300 SEA 4X2 (MA025) Code Doscrlptlon FIR Wt Tot Wt (lbs) (lbs) WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low Battery Voltage (Visual and Audible) 16HKT IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge 010 0 Cluster 16JNT SEAT, DRIVER (National 2000) AirSuspension, High Back With Integral Headrest, 210 2 Vinyl, isolator, I Chamber Lumbar, With 2 Position Front Cushion Adjust, -3 to +14 Degree Angle Back Adjust lncludes : SEAT BELT 3-Point, Lap and Shoulder Belt Type 16RPV SEAT, PASSENGER (National 2000) Air Suspenslon, High Back With Integral 59121 80 Headrest, Vinyl, Isolated, 1 Chamber Lumbar, 2 Position Front Cushion Adjustment, -3 to +14 Degree Back Adjust Includes : SEAT BELT 3-Point, Lap and Shoulder Belt Type 16SDL MIRRORS (2) (Lang Mekra) Rectangular, 7.44" x 14."' & 7.44" sq. Convex Both 0/0 0 Sides.102" Inside Spacing, Breakaway Type, Heated Heads Thermostatic Controlled, Black Heads, Brackets and Arms 16WCT AIR CONDITIONER (Blend -Air) With Integral Heater & Defroster 66/5 71 Includes HEATER HOSES Premium HOSE CLAMPS, HEATER HOSE Mubea Constant Tension Clamps REFRIGERANT Hydrofluorocarbon HFC-134A 16WJS INSTRUMENT PANEL Center Section, Flat Panel 0/0 0 16WJU WINDOW, POWER (2) And Power Door Lacks, Left and Right Doors, Includes 5/0 5 Express Down Feature 16WLE STORAGE POCKET, DOOR Molded Plastic, Full Width, Mounted on Passenger 110 1 Door 16WRX CAB INTERIOR TRIM Deluxe 010 0 Includes "A" PILLAR COVER Molded Plastic CAB INTERIOR TRIM PANELS Cloth Covered Molded Plastic, Full Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two -Man Passenger Seat or with a Full Bench Seal the Back Panel is Completely Void of Covering : CONSOLE, OVERHEAD Molded Plastic; With Dual Storage Pockets with Retainer Nets and CB Radio Pocket DOOR TRIM PANELS Molded Plastic; Driver and Passenger Doors FLOOR COVERING Rubber, Black : HEADLINER Soft Padded Cloth INSTRUMENT PANEL TRIM Molded Plastic with Black Center Section STORAGE POCKET, DOOR (1) Molded Plastic, Full -Length; Driver Door SUN VISOR (2) Padded Vinyl with Driver Side Tali Ticket Strap, Integral to Console 27DPL WHEELS, FRONT DISC; 22.5" Painted Steel, 5 Hand Hole, 10-Stud (285.75MM 12010 120 BC) Hub Piloted, Flanged Nut, Metric Mount, 9.00 DC Rims; With .500" Thick Disc, Non -Standard Offset and Steel Hubs Includes 7' Proposal: 7300-01 EXHIBiT� PAGE ? OF INTERNATIONAL° Vehicle Specifications 2014 4300 SBA 4X2 (MA025) Code Descrlpfion : PAINT IDENTITY, FRONT WHEELS White Notes Aluminum Wheels not Painted or Coated Compatible Tire Sizes: 12R22.5, 295175R22.5, 295/80R22.5, 3151$OR22.5 28DPM WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole,10-Stud (285,75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With .472" Thick Increased Capacity Disc and With Steel Hubs Includes : PAINT IDENTITY, REAR WHEELS White Notes : Compatible Tire Sizes: i 1 R22.5, 12R22.5, 255170R22.5, 255180R22.5, 265175R22.5, 27517OR22.5, 275/8GR22.5, 295175R22.5, 295180R22,5 60AAG BDY INTG, REMOTE POWER MODULI; Mounted Inside Cab behind Driver Seat; Up to 6 Outputs & 6 Inputs, Max. 20 amp, per Channel, Max. 80 amp Total (Includes 1 Switch Pack With Latched Switches) 7382135417 (4) TIRE, REAR 11 R22.5 HDL2 DL (CONTINENTAL) 491 rev/mile, load range H, 16 ply 7382155419 (2) TIRE, FRONT 12R22.5 HSC1(CONTINENTAL) 482 revimile, load range H,16 ply Total Component Weight: 5 lb, ABC Fire Ext. Dual Drive Floorplan Total Goods Purchased: April 01, 2013 FIR Wt Tot Wt (Ibs) (Ibs) 0159 59 010 0 01196 196 96/0 96 7351/4218 11669 010 0 010 0 0/0 0 010 0 The weight calculations included in this proposal are an estimate of future vehicle weight. The actual weight as manufactured may be different from the estimated weight. Navistar, Inc. shall not be liable for any consequences resulting from any differences between the estimated weight of a vehicle and the actual weight. 8 Proposal: 7S00-07 EXHIBIT-LPAGE �55 OF� C] in to .'i il _< > nCmwwm P q C j d w nln o o s [� f'; i3 Ci fi P R Zs� k a X N ��C ro x (UJ�MG t3„ b' .�' iS� L • Ix _ 7 f1 C) V' d 'L7 � . Q 6i Qq r CC m /•!� m .Ci1' w N Fw I7S Rl 7 ' b a - m CD 4a 3 F,!la g 4- d a aWIN • .Q K C S O /.'', v w N o '.I N 1'1 O a o WN r a c a n d cr - Iw- u O m O 7 $ pC4j M. C m r� c BE 1 1 1ID1 I•'� a m w o m m .ptrh m m� m w' `, o � w w O C yin'-i cCv n 3-7N N n[ n cox a` p isi mO C ID .�+ y R -i :+ CU i N� �' rn I p o m �?o I� ID m O o N A ID = . •. o M El rz ; a' 7 -� N im pIrD @ CD N Q @ �{ C N n @F ti O c�D Al NCo.fl1 10 .-« tip A N .5 p CD n d .�-1 !O ID O ?c: T Q I{} '1 w O '• CS� j Cj a A O c n ID N 0v [D N Z -{ ilk O �. InG1 N @ 3 lD N c! ti Ill r+ Z y D 3 C �+ v@@ IZ o .�-. p N .a a o o h? p S yL m c m", m N N !>J U7 O 7 0 U 4@ �' a N v o c w n x N W 't X asi 7 Q N w C. 7 a n j "� =' ED - N. a m p IO m c @ N N N _ � �G .�v. N j• N O C LL G 0. O 7 �!, to C C 1 A cr C..-. (li O ro (D fUa w� or-, @ W N ~. C N O. C 0. Al A @ C C' C. O CO U CG O A O p A- N 7 A Vi `* k1T Iq .C� 7 r*S •o" ; Cam] Q C O @ 43 Q to (7 4 0 'C] N ,rop b y Q p CD @ N Cn N y (D ID 7 !!1 C t7 CL p @ ~v Q(D C ffin nW . ° � C� L o.Q t7 Cn ¢ o ro 3 m CDc� N L (D O N. 0 ID O Co CL O- a I; a IN, 5 G 94 cam* O 2. C N e �n Q N � O NH-+ a m 0 Co EXHIBIT --L PAGE de OFF 0 0 y H a pit C 9 �. n• � � n � z Si pR. 9 rn O .d � I t; n O az m c a+ ^ C Z7 o w cs � a o [3'a -{ D � � Z aay < m gym n b�d�03 �a� Coco) QOrn i3t1 x ro �� tnv� riC) y� a6 0 a nm�e ro wer uiom CZ0 5 °= m3 p,0.d �. @w O v! w @ d N of C�ilJfii�� M N Q.m y�aa N o� Ncam m(aD mtrc +� as sma y3Zmwy 4 flt O 2 a C •T1 M a -roi Gf as- po�a> >om w��w ro m CM �c.c y P C7 � }'�j O D in �•H IP ;MU9� m 4jXC> W dodo cam dtn p-�r'D2 1:6 ci proy3a3 �v¢� ZCOrrCClp7 •rOCp $ yak Gil ro W @ d w w ro a -moth cco - x op. mm a CDca m ?' C?'+7 [pFl sago st [m4.0 O•fwCp3f nnW 00 3 gGGoM gHca O�mZ�pom a� Pro@a roat"�f�T7-Ea-?`'a3 _w pow^ wooFn U1� "U cr oro • y m H M, p pfyfi(p�N a 0 EXHIBITS PAGE �OFj