Loading...
HomeMy Public PortalAbout073-2014 - Sanitary - Wetzel Ford - Pick up truck with dump body0 R I '� i ✓ 1 +._ PURCHASE AGREEMENT THIS AGREEMENT made and entered into this '[ day of Sure 2014, 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 Wetzel Ford, 4500 East National Road, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one 2015 model Ford F-250 F2B 4x4 SD regular cab 8' box 137" WB SRW 56" CA XL truck, delivered, with 2014 or newer Perkins model SAT700-6- 6071 T-W rear bed mounted six yard refuse body with tarp system and cart dumper mounted on the truck bed. A Request for Quotes containing Specifications sent out May 7, 2014, has been made available for inspection by Contractor, is on file in the offices of the Richmond Sanitary District, is attached hereto as Exhibit "A," consisting of seven (7) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same, and shall provide said equipment conforming with the requirements outlined in the Specifications. Delivery of any equipment that does not meet all specifications listed on Exhibit "A," except as noted thereon, will be considered a breach of this Agreement. The response of Contractor to said Request for Quotes and Specifications (in addition to Contractor's response on Exhibit "A") is attached hereto as Exhibit "B," which Exhibit is dated May 27, 2014, consisting of seven (7) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all equipment, services, and warranties, listed on Exhibits "A" and "B." 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. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. 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. 73-2014 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 a total sum not to exceed Forty Thousand Nine Hundred Forty -Three Dollars and Zero Cents ($40,943.00) 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, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Page 2 of 6 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 A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $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 Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days Page 3 of 6 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 Vill. 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: 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; 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 from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and Page 4 of 6 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 lie 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 Date: APPROV Sarah L. Hutton, Mayor Date: "CONTRACTOR" WETZEL FORD By: OW44 � �O'� Printed name: ( 1i6A1&1-0it P91M?CS Title 7vz-;J u/tC-2 Date: i -7r1 V Page 6 of 6 REQUESTPRICE R O y ,+ O Z U j O CITY OF RICHMOND SANITATION 2380LIB RTEPAWITYYAVEN)UP.WCNMONt3,INDIANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX (765) 962-2609 VENDOR INSTRUCTIONS This is a request for a price for the services of materials Wetzel Ford described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves $Q)atlOrial Road right to accept all or part, or decline the entire proposal. Please comptete your full name and phone number below Please IN[ 473 �� with signature,- itemize all prices and charges wheret�iCltitlOtld requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: May 7, 2014 10:00 A.M. on May 27.2014 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase a 2014 or newer -1/4 Ton Four Wheel drive truck with standard cab and 8' bed with a Perkins Model SAT700-6-6071T-W 6 Yard Satellite lifter with Tarp System and Cart Lifter (or equivalent) Installed. Please see attached specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the proposal sheet in.a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: 11/4 Ton Four Wheel Drive Truck w/Dump Bed Price of New Unit $Q (price to include delivery) Make/Model/Year of truck being quoted: (,S Quote Valid Until �20J Questions? Call William Harris at 765-983-7442. STATE TAX EXEMPTION # 003121909-001 NAME OF FI M QU7TIG — BY: IJ ��. AUTHORIZED BY SIGNATURE TITLE �ic !o UdS a District DATE EXHIBIT __&_ PAGE _J—OF l PHONE NUMBER a�C'06 �'4 r 2014 or Newer 3/4 Ton 4 Wheel Drive Truck Standard -�"ab 8' Bed GENERAL: 3/4 ton, payload four wheel drive pie}cup trijelc witli a standard cab and an u°' -Bed. Descrivtion: Alechanical- T;ugine- VS Flex Friel 6.2L SORC EFT Yes %f'� No HD Engine Cooling System Yes _ �'r No Electronically Controlled throttle Yes—Z No 6-Speed Automatic W/Tows/Haul Mode Yes No Aux transmission oil cooler Yes—v No Electronic shift -on -the --fly transfer case YesNo Four Wheel Drive Yes G' No Snolw Plow Prep Package Yes 1/� N'o 3.73 Axle Ratio 1P/Ele.ctronic. Rear Azle Yes (/ No I\Iono-beam front axle w/coil spring Yes N'0. suspension Leaf sprilig rear suspension Yes l��o sw/2-stage variable rear springs 13D shock absorbers front/rear Yes L--' No Power rack & pinion steering Yes No Power 4-wheel anti --lock disc brakes Yes //` No Front stabilizer bar Yes%` No =EXHIB=ITA PAGE OFF. Power steering Yes V No PWR Equipment Group Yes No 72-amp/hr (650CCA.) maint. free batter), minimum Yes No_ 157-amp RD alternator minimum Yes No_ (2) Front tofu hooks Yes No Trailer sway control Yes No Trailer tow PKG —INC 7-wire harness w/relays, 7/4 pin combination connector Yes f/ No_ Trailer hitch receiver — inc 2" hitch Yes j% No_ Description: Entertainment- AAVFM Stereo Yes !/ No Description: Interior - Power windows/locks keyless entry Yes__-//' No Heater Yes No Air Conditioning Yes No UD viny140/20/40 split bench center armrest, cup holder, storage Yes /,f- No Manual drive lumbar support Yes No. No Black vinyl full floor covering Yes Driver & passenger door- scuff plates Yes bl' No. No. Black urethane steering wheel Yes Tilt Wheel Yes No_ (4) Up fitter Switches Yes C,-' No_ EXHIBIT PAGE 3 OFF 12 volt aYLt power outlets Yes 1Z No Description. Exterior - White Finish Yes_JZ No LT 245/75R 17F All Terrain BSW Tires Yes No 17 St -eel Wheels Yes No t Full-size spare w/lock, under frame Yes tN'o—_- 6" Angular Molded Black Step liars Yes No Black front/rear stone cuffs Yes No 0,,F'l rl Outer scuff pad Yes No h Black Grille surround w1black "bar style" insert Yes _; a `` No Cargo lamp integrated w/bigh mount stop light Yes_ No Filed rear glass Yes fi. No "Tinted solar glass Yes L No VaHable intermittent wipers Yes I z No Marmal folding power heated mirrors wl integrated turn signals/ courtesy lamps Yes I No Description: Safety - Strobe LED lights (hide away mount in front grille) Yes_ (1 No Rear LED strobes into rear bickups Yes V' No. Exterior Back -Up Alarm Yes--�Z� No - Height adjustable shoulder belts Yes_ V No_ Dual note horn yes_ t No_ EXHIBIT __�_ PAGEoF� PIAY-12-2014 12:48 RAYMOND HOLTZ 740 366 4001 P.001/003 2014 or Newer Perkins Model SAT700-6-6071T-W Rear. Bed mounted 6'Yard Refuse I3od With "Ta S stemand Cart Dumper Mounted on the Truck Bed GENERAL DESCW TION: Dump Body Attachment Body Construction Main Frame 2 x 6 x 3/16" wall -steel structural tube. Other Frame 2 x 2 x 3/16" wall steel structural tube. i3ottorn & Front Panels 12 ga. EMS. All Other Body Panels 14 ga. H.RS. Durup Body contains 1 x 2 x 1/8" wall steel structural tube around edges. Dump Body is fully welded water -tight. Composite self -lubricated bearings are used on all major pivot points, requiring zoo regular maintenance / greasing except as desired. Hydraulic Specifications CB( 12v DC, 1.7 gpm pump producing 1500 psi at 225 atop draw. CI 4.8 liter capacity tank, asing standard hydraulic oil. Operating temperatures -20 degrees P to 130 degrees F. 'hater -Proof Double toggle switch control with 10' loose pendant for hand-held operation (Bolding bracket for pendant also provided on both. sides) Q" Heavy duty 2/0 awg gauge wiring is used for power which connects directly to the battery. C `,floe electrical connection may be discoimeeted via a plug, for easy removal. Mounting Specifications EXHIBIT / PAGE 5 OFF MAY-12-2014 12:48 RAYMOND HOLTZ 740 366 4001 P.002i003 �F��S iyO�tio 0 �0 oy, s o, s o G�ti� COY Front mounting brackets (x4 pieces) secured by 8 total 3/8" di `� tr Rear Aaountzng brackets 4 total 3/8" diameter. (2 pieces) secured by o Mouating continued: C�- The entire uiut fits all standard 8' foot bed pickup trucks. GY The entire unit (empty) weighs under 16001bs. (6 yard model, with lifter). The SAT has built in forklift points for easy and safe installation and removal. CS The SAT unit is secured to the mounting brackets by two quick release pins, requiring no tools. Performance U" Time to dump the body is approximately 17 seconds. CY" Time to return the body back down is approximately 16 seconds. Gr The tall body has a 6 cubic yard capacity. The dump body has a capacity to dump 2,000 lbs. (Please be sure the truck you select is capable of handling the combined load of dumper and contents, for a total of 3,6001bs). The cycle time for the cart lifter is approximate 6 to 8 seconds. a' The dump body ejects the contents at a 45 degree dump angle. Or*"" Rearward heavy duty truck -style rubber bumpers protect the cart lit;fter during dumping operations. Q, Rubber stops cushion the dump body oa way up and way down, reducing noise and impact. C� Rubber stops under the tarp arms reduce noise and impact. (" Lockiu& pin secures side access doors in open or closed positions. U�' Dual looking side access doors with hinge from the side (42 x 20 in size). Dimensions Car SAT body & frame is 112" long overall, 89 ''/," overall 'width. Overhead clearance of the SAT is 73 7/8, above the truck bed floor. a/ Ground clearance of the SAT with a cart lifter is 17 V2". W ' The inside width of the body at the widest point is 66'/,". Cr Side doors are 42" x 20". EXHIBIT /� PAGE (g OF_J__ PLAY-IZ-2014 12:49 RAYMOND HOLTZ 'f40 ;tbb 4UU1 Y.VLJiVuU3 ';�V i� Throw -over height of the rear opening is 33 7/8" above thetr moor. `� 4"S'�AlG' Throw -over height of the side access door is 38 %2" above the truck 1,eFfi'i�'G floor.od Finish Uk-I Frame, Body, told Lifter are all powder coated white. e All haxdware is zinc -plated. Hydraulic cylinders have black finish body, hardened 0irome rods. options ❑� Self -retracting Mesh Tate. W"" Cart lamer for standard US -style ANSI Type 13 cats having 2-bars, 36-q6 gallon in size, 400 lb, liftg capacity. Lifter has 3 year limited warranty. Warranty 1-year limited warranty. TOTAL P.003 EXHIBIT PAGE�� Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 0� 6`6i9 Prepared By: Jeff Roan Wetzel Fleet and Commercial Sales 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 Fax: (765) 962-4854 Email: jroan@wetzelauto.com 2015 Ford F-250 F213 U4 SD Regular Cab 8' box 137" WB SRW 56" CA XL 7" Photo may not represent exact vehicle or selected equipment EXHIBIT Prepared For: Prepared By: Richmond Sanitary District Jeff Roan ,2380 Liberty Avenue Wetzel Fleet and Commercial Sales Richmond, Indiana, 47374 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 2015 Ford F-250 • g,REPORT 201k'�0-2DF20460 13r, WS SRW SO- CAXL WEll DOW STICKER Code Model MSRP F2B 2015 Ford F-250 F28 4x4 SD Regular Cab 8'box 137'W8 SR 56"CA XL $33,840.00 Code Options MsRP 600A ORDER CODE 600A $0.00 996 ENGINE: 6.2L 2-VALVE SOHC EF1 NA VS FLEX-FUFL $o. 00 44P TRANSMISSION: TORQSHIF T 6-SPEED AUTOMATIC OID $0.00 X37 3.73 AXLE RATIO $0.00 TSM TIRES: L T245175R)(I 7E BSW AIT (5) $107.00 64A WHEELS: 17* ARGENT PAINTED STEEL $0.00 A HEAVY DUTY VINYL 40120140 SPLIT BENCH SEAT $0.00 90L POWER EQUIPMENT GROUP $ 763, 00 473 SNOWPLOW PREP PACKAGE $73,00 213 4X4 ELECTRONIC -SHIFT -ON -THE -FLY (ESOF) $158.00 18B 6'ANGULAR BLACK MOLDED -IN -COLOR RUNNING BOARDS $273,00 66S UPFITTER SWITCHES (4) $10T00 587 RADIO: APNFM STEREO WIDIGITAL CLOCK $0.00 61S FRONT & REAR SPLASH GUARDS/MUD FLAPS (LPO) $111.00 AS (0 1) STEEL $0.00 ZI (0 P) OXFORD WHITE $0.00 I .c­z ,,.I rejorC ,X�d Av1.j ca!�11 nt'rqs 3% oflcFtl ­Vy as 9r;:,Woks A��411 U'A i will 60ps-.d rn yc�', 4.rj� WN, v &5 lhts ve,,;w it, So. LP. Alin EXHIBIT = PAGE___OF_] r Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 0REPQR7WINDOW STICKER Prepared By: Jeff Roan Wetzel Fleet and Commercial Sales 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 2015 Ford F-250 Advert/Adjustments $0.00 Destination Charge $1,195.00 TOTAL PRICE $36,900.00 Est City: AMA Est Highway: AMA Est Highway Cruising Range: Rav^t content 1S base al currant data vc <.,on re!erer-z i Any r, rfcvman^t-related catai"aSions we o!lered So'.ety as quid&tines. Actual un:t P^rtorrnanse :•riff ftlyd on you' oparabng cordt:ws. PC CarCa^Ff'. D7a versbn: 4.0. Data updated 12/1 N2013 09.SS.28 Pk, ',CoP/fight 19M.2012 Chrome Date Solutions, LP. AI oghlS reserved. Page 3 {lay 21. 2014 EXHIBIT � PAGE .3 OFF 'Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 SELECTED MODEL Code Description Prepared By: Jeff Roan Wetzel Fleet and Commercial Sales 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 2015 Ford F-250 MSRP F2B 2015 Ford F-250 4x4 SD Regular Cab 8' box 137" WB SRW 56" CA XL $33, 840.00 SELECTED VEHICLE • •R Code Description Interior.- STEEL Exterior 1: OXFORD WHITE Exterior 2: No color has been selected. SELECTED OPTIONS Code Description Class MSRP _��� err 600A Order Code 600A n OPT $0.00 (996) Engine: 6.2L 2-Valve SOHC EFI NA V8 Flex -Fuel, (44P) Transmission: TorgShift 6-Speed Automatic O/D: Includes SelectShiR.; (X37) 3.73 Axle Ratio; (STDGV) GVWR. 10,0001b Payload Package; (TBK) Tires: LT24W51?xl7E BSW A/S (5); (64A) Wheels: 17"Argent Painted Steel: Includes painted hub covers/center ornaments.; (A) Heavy Duty Vinyl 40120140 Split Bench Seat: Includes center armrest, cupholder and storage.; (587) Radio: AM/FM Stereo w/Digital Clock: Includes 2-speakers. 996 Engine: 6.2L 2-Valve SONC EFI NA V8 Flex Fuel INC $0.00 44P Transmission: TorgShift 6-Speed Automatic O/D INC $0.00 Includes SelectShift. X37 3.73 Axle Ratio INC $0.00 STDGV GVWR: 10,000 lb Payload Package INC $0.00 G�"ns3Y OPT $125.00 TSM Tires: LT245/75Rx17E BSWA/T (5) 64A Wheels: 17"Argent Painted Steel INC $0.00 REp:.t wn,c-n! �s base! a� cu«are'. data.es�on reR:En:�d kny F^dormance-related ralc:datians ac etered so!e:y as guiae!ims. Actual and p>dornume will dape d on your o(.araRny 56.23 PEA CCcpydgra 1986.2012 Ghrorre Dala SolUibm, LP. A!; nghis re>an-e-d. cerdr.�ons. PG Ganz-::z-. Osa Ver. rn: 4b. Ddra u'rlaled 12)18i2J1306 Papa E May Zt. 2114 EXHIBIT � PAGE __�F Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 (SELECTED OPTIONS Code Description A 137WB 90L 473 213 18B PAINT 66S Prepared By: Jeff Roan Wetzel Fleet and Commercial Sales 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 2015 Ford F-250 Class MSRP Includes painted hub covers/center ornaments. [�' � ��zt�t -_� ..�v.• a„�— �rt ter— '�`'�"; �a Heavy Duty Vinyt 40/20/4Q Split Bench Seat lNC $0.00 includes center armrest, cupholderand storage. e.-"—t' ,yC,aa•�-'.'..r' ."'.`"�,-..�'.�n�-.�.�k`r^ .� x"%�.�c4':` - —e .gag 137" Wheelbase STD $0.00 Power Equipment Group OPT $895.00 Accessory Delay; Power Locks; Remote Keyless Entry; Perimeter Anti -Theft Alarm; Power Front Side Windows: Includes 1-touch up and down driver and passenger windows.; Manual Telescoping Trailer --Tow Minors: Includes power heated glass, heated convex spotter mirror and integrated clearance lampsAum signals. Deletes passenger -side lock cylinder. Includes upgraded door -trim panel. Snow Plow Prep Package Includes computer selected springs for snowplow application and heavy-duty alternator. NOTE: Restrictions apply; see Supplemental Reference or Body Builders Layout Book for details. 4x4 Electronic -Shift -On -The -Fly (ESOF) Includes manual locking hubs and auto rotary control on instrument panel. 6" Angular Black Molded -in -Color Running Boards Monotone Paint Application Uprrtter Switches (4) Located on instrument panel. 587 Radio: AM/FM Stereo w/Dlgltal Clock includes 2-speakers. 61S Front & Rear Splash Guards/Mud Flaps (LPO) Pie -installed custom accessory. OPT $85.00 OPT $185.00 OPT $320.00 STD $0.00 OPT $125.00 INC $0.00 OPT $130.00 Not MEMO ME AS Steel - OPT $0.00 W 14 - 4 NINEcd°it' kepo t conteni Is Ga%-d on curient data ,c s:on rearc-nc&d Any caltdabons aro c0ared SOWY a6 9uldEGnt s Actual unit pe*tormanrte will depand on your operating condaions. PC Carbwf�. Data Vels:on 4.0. Data updated 12/1W013 0-3 59 29 PF6 ,Copyright j9rK-20 i 2 Chrora Data Sulu;ions, LP. Ail rig111e reserved. Page 5 May 21 2014 EXHIBIT --a- PAGE OFF 0 Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 Prepared By: Jeff Roan Wetzel Fleet and Commercial Safes 4706 National Road East Richmond, Indiana, 47374 Phone: (766) 277-6595 2015 Ford F-250 * j�EF��GIEREPORT s s x2rb�oraOzes�rsv�`=ras:wv�cr�_ OPTIONS Code Description Class MSRP Z1 Oxford Mite OPT $0.00 OPTIONS TOTAL $1,865.00 Rent cante-nt is base an cwraat dam vesion WP-,c-q.�`. ! ay ars e 0MI so!e.y as gude,lines. Actual una peto;n!aq: a viill depend on your opa;ahng cond6ons. PC CarL•a:r= Data Vets:on 40. Da!a u,-Jated 1211N2013 09.:5528 1969-2012 Chrome Data Solutim, LP. A! rights reserved. Page 6 Wy?1 2014 EXHIBIT _ PAGE 61dF� Prepared For: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana, 47374 Price Component Base Price Total Options Vehicle Subtotal Advert/Adjustments Destination Charge TOTAL VEHICLE PRICE Customer Signature / Date Prepared By: Jeff Roan Wetzel Fleet and Commercial Sales 4706 National Road East Richmond, Indiana, 47374 Phone: (765) 277-6595 2015 Ford F-250 MSRP $33, 840.00 $1, 865.00 $35, 705.00 $0.00 $1,195.00 $38 9900"0— /..�.Cf Dealer Signature / Date Repcmt wnient is tasted on curent data vesion referenced. Any Fees crmar_eselat�d calc�!at-ions are o5ered so'ety as guidVi(ItS. Actual urnt pevforman;e will dapand or, your oparabnq i or2ni0lt5. PC Cat' -Du=. Data Version 4.0 Data u^,rdaled 1208,,2013 a, 55 22 Pfi. -Copyrpht 19 2012 Chrome Data Su'utiom, 4P. AR rights reserved. f:,sy 2 t 2011 Page 7 EXHIBIT i� PAGE 7 OF