Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bright Equipment, Inc./STREET/$506,702.98/Two 2020 Loaders with Attachments
Bright Equipment,Inc. _ Street Department -2020 Appropriation#11-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98se v4 177 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES 0 THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety("City"), and Bright Equipment, Inc., an entity duly authorized to do business in the State of Indiana("Vendor). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT,ACCEPTANCE: • Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 44-650.01 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Five Hundred Six Thousand Seven Hundred Two Dollars and Ninety Eight Cents ($506,702.98) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing,to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner.Time is of the essence of this Agreement. [S:\Contracts\ProfSvcs&Goods Svcs\Street\2020\Bright Egoipmw4 Inc.Goods end Samos.doc:1242020 10:54 AM] 1 Bright Equipment,Inc. Street Department -2020 Appropriation#11-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder,Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of. this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under.the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights . . and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty(30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, "employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [S:\Contracts\Prof Svcs&Goods Svcs\Streel\2020VBright Equipment,Inc.Goods and Smices.doc:1242020 10.54 AM] 2 Bright Equipment,Inc. Street Department -2020 Appropriation#11-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws,orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: . • Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire,tenure,terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. • 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its 'newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the:Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract:for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any otherr provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. • 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors,Jsubcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [S:\Coutracts\Prof.Svcs&Goods Svcs�Street\2020\Bright Equipment Inc.Goods and Services.doc:1242020 1054 AM] 3 �_ Bright Equipment,Inc. Street Department -2020 Appropriation tt11-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, Street Department Corporation Counsel 3400 W 131 St Street Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Bright Equipment, Inc. 2935 Bluff Road Indianapolis, Indiana 46225 Attention: Dennis Bricker Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [S:\Contracts\Pcof.Sva&Goods Svcs\Street\2020\Sright Equipment,Inc.Goods and Services.doc:1242020 1054 AM] 4 Bright Equipment,Inc. Street Department -2020 Appropriation#44-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may,from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided.Only after.City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor • to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2020 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise.agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT . The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants,terms, warranties and obligations set forth in Agreement. • 25. ' NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. DEBARMENT AND SUSPENSION 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. [S:\Contracts\Prof.Svcs&Goods Svcs\Streetl2020\Bright Equipment,Inc.Goods and Servicos.doc:lrzarzo20 1254 AM] 5 Street Department -2020 Appropriation#44-650.01 Fund;P.O.#103720 Contract Not To Exceed$506,702.98 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely,voluntarily,and without any duress, undue influence or coercion. 28. . ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Bright.Equipment, Inc. by and through its Board of Public Works and Safety B By: /k+-Pre5-120.3-- James Brainard, Presiding Officer Authorized Signature late: DENAim 1.• 8121a04 MIAOW Printed Name M.ryAn Date: `- n o� ,SAI.�S 1�1 Title Lori S. ats , embef FID(TIN:35- a/lioG Date: cRI19 Last Four of SSN if Sole Proprietor: ATTEST: Date:. 3 2.92.0 J&p Sue Wolfgang r Date: 62//e?,/.ZO6 Q IS:Kbm:aas.Procsres&0.ods Sto.N.StuctV02041 fight PgniPtkKot.Ino.G«.k and 5cttiees.dm 1141202010:5,s:m 6 • • PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including an and all addenda thereto, for the total sun of Dollars ($ct% ? .. j$ ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result,on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. Exhibit_A- tor`( City of Carmel Street Department Specifications for 2020 Loader & Attachments Two (2) - 2020 or Newer Wheel Loaders and Accessories Quick Coupler. Quantity: Two (2) Four Point Pickup System:Eases coupling/uncoupling on uneven terrain. Single Cylinder Design:Requires less maintenance. Load Center:Moved forward a maximum of 2 inches from the original pin-on attachment position. Hydraulic Installation Kit:Utilizes existing loader hydraulics. Visibility: Designed for maximum visibility. Adjustable Stops: Allow for easy and precise adjustment of roll-back stops; ensure proper interface between the coupler and loader arms. Versatile: Allows for use of multiple attachments without the requirement of removing pins. Multi-Purpose Bucket Quantity: Two (2) Multi-Purpose Bucket(MP):Provides 4-in-1 (combination bucket)capabilities:bucket,grapple, dozer and leveling. Available with bolt-on cutting edge or bolt-on teeth with segmented edges. With quick coupler mounting. Pallet Fork Quantity: Two (2) Heavy Duty Construction:Designed for construction use with tine static load ratings beyond loader lift capacities. Open Carriage:Provides good visibility for picking up and placing materials. Manual Adjustable Tines:Allows forks to be adjusted to required width depending on material to be moved or placed. Carriage Widths and Tine Lengths: Several choices are available. Quick Coupler Mount Only:Allows same pallet fork attachment to be used on multiple carriers. Quickly attaches and removes from carriers. Exhibit A 2.(-5((( City of Carmel Street Department Specifications for 2020 Loader & Attachments Additional Options- Per Loader • Rotating Beacon • Rearview Camera • 110 Volt Plug Heater • Auto Greasing System • Rubber Fender Protectors • Full Fender with Rubber Protector • High Lift Arms Wheel Loader Specifications: (DL420-5) Wheel Loader- 345 HP* Quantity: Two (2) DL 420-5 Doosan Wheel Loader* *These specifications represent the minimum standards for the 2(two)2020 loaders.Any loader equal to or greater than these specifications will be considered. High Lift with Limited Ship F&R Extra Options: Quick Coupler JRB Style 26.5 R25,L5,Bridgestone VSDL Full Fenders Rubber Protectors Rotating Beacon Auto Greasing Unit 110 Block Heater Air Seat with Heat LED Head Lamps Rearview Camera Hydraulic Load Isolation GP Bucket 5 Yd JRB Hookup 129" See attached sheets below: Exhibit ft dkl City of Carmel Street Department Specifications for 2020 Loader & Attachments Y.4:$7 '�3'vL-��:;ti%'�'-^t:%>-��..�s+gSc�;�jz_,r1�x;}u__ .__-.....:F's.. ,��. -r..e.� �."�;,� ...P 0- I 1 �i L••sr i..,,s `C �t V'C•'• T cl T y,Tf:tiY' S 'r4 L'^ +` G \tt` Y^ t ,st �' �c it li{, v_Xi U '� t}"11 'L� t 1 '� __SS `� i d'{`�,`hF .. r -r}:...ririri t 1 Zr 6 t`'' sue. [ � t s.. .G�? ,0. .G � ' Y\��'b �'�,r�s� S�i.��'•`t: s��'s4'� �,� :,%i S. �,. .'b rt`t; ,`S; v• 6', y4- t '^ 74.r t 2ti`v` I,in 1Ue,,_,• ,A z i" • „j4 y1 `Z d ` 4j.SSL •, A, LyNyCr'k ti? tcx i sa ; \tiytrlx• \ a •�i' K" t t k.puC Fj'`F yc .1 • 1 4�rr.Z x iNl �y',Yv '•{{` ai �v,rr., .?1„:4 L S. . ' '' l 7'i - r , 4 � r c cr' a � '.�u '!a 4 w. S '1 J S - a�. t v p > l , .�C' L r v h 1 � * jj .1. 1 _' 'i �,� rb n1- -3 t .',..W.;3i, 'S;`t A..t• . 1 5 ' a r E nv t K aV v. 41,A.t, Ci 71 • ,��.% a� ii� •11, s R i, -r,k 1 ,,�,+. *y,,,,i.'rA'',L a *.. •t 4 r;i{ yi��' `. f •sb 15',` `- 5S• , `[7YirC% f :tiY,ari•lw mil.. :i,.. '- -l.`"5'-7 ':'',:17 14:i!re::C. f.--1:1-. 4:_.;-- - ' /-3,.. .:, R f • T,s = .. 4 '',`" ' * 4U,.. § • - r .,X -.-"..: '`,. .L.. - "--4,.....41.4.,4 A Mil ,4 G��f� �.mot'" �"' � �� to w ,^ r • tyf 1-4H` ' 'r�<� ' x �A.3 `r li r'+Lam,,} •' r 7,-3a :[•+t' _F ` • A .`a " ' "y9yi'P"7-4tr—s• .'•�] car i'•"1 fii� �r S - Ya�i�.rrrt•T' +'C,# �}• " .'" A r+fo az s-a"rk{ � '-` Tt' i••7„,t+wsr, �•31,30 9 �r�t". 4r ¢" L "�wow 5,ewVlpy.s 7r-K4-t+H-y C'V-v--49 eiglmFF- .,4-; tp �A^ r.: .r --?tie cl�•,..r`y'• : :,. Nry'.,...,c C'Sl r -`$.t '#,-.::: �x.'J'"`P;•73d+F`-±; Ck i A T— 4 .7 • Cii •5 • ...,... .,. n� ---' W Ichocks s Centri ugalpre_clea er �1 jF t t'-:h- ,-•;t) R., - . Top Spin N Done dsorr •, Exhibit_A__ City of Carmel Street Department Specifications for 2020 Loader & Attachments o �� �: ; f, , cat ons . 5 • Engine 0 Hydraulic system - Scania Stage IV(Tier4 final)compliant diesel engine fully meets the latest emissions - -- _ - __ .., -. ,-_, -—, ---. ---- regulations, I - ' _. - [DL".`3ot5v .E, iDV'50.5v -I %Pl direct injection(Extra high Pressure Injection)ensures very good fuel efficiency. Type Load sensing-closed center hydraulic system Variable Geometry Turbocharger(VGT)delivers high power and strong torque,even Main pump Dual variable displacement axial pistons pumps at low Idle. Maximum now 4761/min 4781/min Electronic engine controls optimize machine performance and manage the catalytic Maximum pressure 3t5 bar 315 bar operations by a Diesel Oxidation Catalyst(DOC)and a Selective Catalytic Reduction Automatic functions for positioning the bucket ready (SCR). to digand a function for stopping _ — __ Pilot system PPing the lift arm at the _` 1Dt.•-2O?5 ID,r;O:g;' ._'. desired height,and low position adjusted manually Model• • Scania DC13 by switch,are standard. . Regulation compliant Stage ill Filtration In the oil return to the tank,the fibre glass niter has No.of cylinders 6 a filtering capability of to micron. Nominal power.gross 345 hP(257 kW)at 10oo rpm (SAE It995) Maximum torque-gross 1600 Nm at 13oo rpm 1600 Nm at moo rpm Engine speed 750.950-2130 750.950-2200 (auto-idle-Idle-high) We)rpm (!2o)rpm -) Lift arm • Displacement t2.7 litres Z-kinematics with simple lifting piston system designed for heavy-duty applications. Bore.stroke 13o mm x 16o mm 204&23.1 tons breakout force combined with a bucket angle that Is maintained Starter 24V-6 kW throughout the range of movement.Bucket angles are optimized In the travelling Batteries•alternator 2.12 V.2oo Ah-28 V,son A position and at ground level.Load Isolation System(LIS)Is filled as standard for Air filler Centrifugal pre•cleaner Top Spins.Donaldson® Improved operatorcomfon,output and lifetime. ' with 2-stage dry filler. •Load cycle Cooling package with automatic reversing fan to lD _ Cooling facilitate radiatorcleaning.Automatic rotation speed i.. '•2o0f5' I1SL•45o r' --- adjustment according to temperature conditions. Lin arm-up - 6.o s 6.1 s Lift arm-down 3.o s Bucket-crowd Bucket-dump 1.7s 1.6s - 0 Transmission •Hydraulic cylinders 5-Gear powershift transmission with 3 operating modes,manual,fully automatic or " " " - rL.20•L_. D'5 semi-automatic with*kick-down'function. rQuanu(7. . :or-' " .I.me ow(sttd'e'nim' Based on high-quality components.Equipped with a modulation systemfor lift 170.105.789 protection and smooth gear and direction changes.A manual transmission control lever is located to the left of the steering wheel.Direction change function also Bucket f too.tzo.5go available in automatic or seml•automatic mode.Transmisslon can be disengaged by the brake pedal to deliver full engine power to the hydraulics system.A safety device prevents the engine from starting lithe transmission is not in neutral-Torque converter lockup function from 2"'to 50 gear.Transmission testing and adjustment equipment available. D Brakes ---• - __ [Di:g2o?5''- ; •'-—lot' 0=5.. I Dual multi-disc circuit with sin tered metal discs for extended service life,Braking Type 5-speed auto:powershiltwith lockup system activated by a pump and accumulator circuits.Spring-applied,hydraulically Torque converter Simple stage/mono phase/fixed wheel stator released parking brake is mounted on the transmission shaft and accumulator Speeds•Forward 1.2.3-4.5 7.o•t2.o-t8.5.26.5- 6.5.1z,o-19.0•26.5• circuits and is electronically activated. 37.o km/h 37.o km/h Brake type:spring-applied/hydraulically released. Speeds•Reverse l-2.3 7.0.12.0.18.5 km/h 6.5-12.0•26.o km/h Brake pump with variable displacement axial pistons provide 6o l/min. Maximum traction 22.4 t 23.61 Operator can activate/deactivate the Clutch Cut Off on the brake pedal from a switch Maximum gradeability 51%/27° 58%/30° and can adjust the sensor proximity with the same switch. The emergency brakes are composed of a double system continually under pressure by accumulators. I.--- ---- - ---- -- - 1D142o%-t-- . 1DL'�o=;- -I Braking distance 7.5 m at 32 km/h 9.o mat 36 km/h _)Axles. Number of disc brakes per , • wheel(front/rear) 14/14 9/9 Front&rear axles manufactured by Ziwith outboard planetary reduction gears. Accumulators o.751.30bar The front and the rear are equipped with Limited Slip Differential(LSD),which means the machine has the optimum traction in all conditions. - - _ From 22.4110 23.6 t traction power allows operation on slopes of 27°to 31°, ' ! - • -(pL o1S'-- - - --irle,sos , LSD lock ratio 3o%(Front&Rear) HDL lock ratio too%(Front) Oscillation angle •/•t2° Xi-11° Tire size-standard 26.5 Rz5(L3) AExhibit City of Carmel Street Department Specifications for 2020 Loader & Attachments D Cab D Steering system Safety compliance with Roll Over Protection System(ROPS)and Falling Object t - .SDI••i0•5• - l- 50,5. --'_1 Protective Structure(FOPS)requirements. ._ Spacious modular cab with excellent all-round visibility and ample storage space. Load sensing with amplification stage Good overview of the bucket,tires and loading area thanks to wide windows.Push. Type and priority valve button controlled air conditioning and heating with air recirculation function.Double Steering angle 40n cab air filter Installed in the cab with extra protection for the operatorin dusty or Oil now 2101/min polluted environments.Viscous suspension mount for maximum comfort.Adjustable Operating pressure t85 bar zoo bar high-quality heated seat with air suspension,arm rests and height and tilt adjustable Emergency steering system with electric steering column.All operating information clearly displayed In front of the operator. Steering cylinders(z) motor-driven hydraulic pump. Control functions are centralized on a console on the right. Bore•rod diameter strobe toon5o+y4z 100+50+450 Safety standards BOPS ISO 3471:2o08 FOPS ISO 3449 Door t D Pressure settings Emergency exits z •Noise emissions Working(pump cut-off) 315 z 10 bar $r• �'tiljrao ; x`E`,� DLgsori _y..4 Steering relief-sterinsiu 185arobar 18515l e � " Steering reliel-sleeting pump side zoo:to bar A weighted emission sound pressure level at the operator Declared:7:dB(A) Declared:73 dB(A) Pilot control 3o:lobar 39.2 bar position(1506396) Measured:71 dB(A) Measured:7z d8(4) Brake accumulator charging too-16o bar A weighted emission sound Service brake 80 e 3 bar power level atexternal position Declared:106 dB(A) Declared:1o6 dB(A) Fan motor 1501 to bar (1506395) Measured:to5 dB(A) . Measured:top dB(A) Parking brake release 1zo i5 bar Transmission selection pressure 2711 bar D Fluid capacities ` f`?3101•ibt5 ID'-'in i -{ Fuel tank 2781 3191 Urea(Ad81ue0)tank 6o I • • Cooling system • 521 Engine oil 381 Front axle 42 I Rear axle 401 . 421 , Hydraulic system zso 1 2751 Hydraulic tank t261 - Transmission oil 541 • 1! ; . s plN s. _ \ .s1,2,rit " . ‘ e l ` ,......„ ..,, • ...... ... ,....._ , , , ,..,,,, 1E4:\ 1 -,_.:,____z,„,, , , ..„pi,,,--1. 0,41.a ...rid':i,.. ' 1#4 \ )At.. ,................/..n-,...,. , 4�Y' + Lii..- \.',,, ; It ST . I.: ) . ,,,,, ..., 1:1 , .:,,,,„::::., fl44 r fy j�' r , ` .. a ,i ^ v j} 'T t � �•'s 3 " 1S f'rr' a Z -- p}( ' - Exhibit c0c€'r City of Carmel Street Department Specifications for 2020 Loader & Attachments hauTfe"chniica sp tri1 ,& t • J ) M/Via'` ' '-ik iin .. - - A ill I li . .., • - y rill �' e � Wr t� rtas-l �u! , i - .rvlw rAa�H 9. ,...i ,. • i / i1‘. y Ji;\ l 1 4 � �•ll )jyip G E A .,i/a Al ID_ _ ' , `'% 1 �' *' a'l.—lEm ,— �®l j. • vftitr.:4-:?:\*.:•",,. \ , • ( c.•) Ili NMill � l ,pF�;i i'71 .cars djl'-i t` a tt ' two B F D Bucket selection chart DL42o-5&DL45o•5 Earth or Clay n5% 1.4-1-7 . Sand or Gravel °ro% 1.5.1.6 Aggregate io5% .1.6-i.7 Rock r95% 1.7 Exhibit City of Carmel Street Department Specifications for 2020 Loader & Attachments D Dimensions and operational data DL42o-5 ., - •_ __lDL 2o 'f''Ptn on �_.• �JRehandlin 1conR urathSns !. (Generaa"I'r brposecollflg0ations •-. _ [Rock.!ROAM:''CCtC;. ' fGrottndEngagingiro61s wl taoJt ondltlhgedget _. ' Teeth : ` heath cc-bin yratiolr g • 1Stra ht;,(Convex [St alght,rtonVex 1 rStCa ght (Convex Stralgtit( on ex teoncave, .. i r'4,-- . ..._ rsIdes1 (sides,. ?sines,• oldest rsides. -rslde-s' •rsid`es,I (side-st Ades,;', } Capacity heaped ISO/SAE m' 4.3 4.7 4.5 4.9 4.2 4.5 4.4 4.7 3.5 ' ' Capacity at 2 to%fill factor m' 4.8 5.1 5.0 5.4 4.6 5.0 4.8 5.2 3.9 B Bucket width mm 2995 2995 3200 3200 2995 2995 3200 3200 3230 = _ Breakout force kN 211 210 210 210 211 211 219 210 210 .8 •5 Static tipping load(straight) kg t8492 18435 8397 18341 18540 18483 18462 t84°5 Aloe -3615 -2249 Static tipping load(at full turn) kg 16342 -16285 16247 16191 16390 16333 16311 16255 15980 -3175 -2509 H Dump height(at 45°-fully mm 2909 o x g 2941 raised)* 9 9. z 9 9 943044 3044 3076 3076 2882 +490 -166 Dump reach(at 45°-fully mm 1 16 t 16 t 8 1 8 128t 2281 2z 12491445 +80 +166 raised)• 4 4 3 4 3 4 49 Digging depth mm 150 t5o 15o t5o 150 150 150 150 150 +35 = ) Height at bucket pivot point mm 4280 428o 4280 428o 428o 428o 428o 4280 428o +465 = Max.tiltangle in carry position 48 48 48 48 48 48 48 48 48 +3 = M Max.tilt angle fully raised ° 63 63 63 63 63 63 63 63 63 +I - K Max.tilt angle on ground - ' 44 44 44 44 44 44 44 44 44 +1 = Max.tilt angle at max.reach ° 59 59 59 59 59 59 59 59 59 - Max.dump angle at max.reach ° 74 74 74 74 74 74 74 74 74 •13 Max.dump angle on ground 65 65 65 65 65 65 65 65 65 _ L Max.dump angle fully raised ° 46 46 46 46 46 46 46 46 46 +1 = 0 Extemal radius at tire side mm 6570 657o 657o 657o 657o 657o 657o 6570 657o = _ Q External radius at bucket edge mm 6955 6955 7065 7065 6970 6970 708o 7080 6875 +8o +4o E Wheelbase mm 3500 3500 3500 3500 3500 3500 3500 3500 3500 D Width attires edge mm 2982 2982 2982 2982 2982 2982 2982 2982 2982 = _ F Tread mm 2300 2300 230o 2300 2300 2300 230o 2300 2300 = _ G Ground clearance(at 12°osc.) mm 495 495 495 495 495 495 495 495 495 ' - A Overall length mm 8859 8859 8904 8904 9050 9050 9095 9095 9000 +697 +235 C Overall height mm 3535 3535 3535 3535 3535 3535 3535 3535 3535 Operating weight kg 22838 22895 22933 22989 22790 22847 22869 22925 23170 +495 +882 ('):All capacities according ISO 7546.with straight blade(measure at the tip of bucket teeth or cutting edge].tires 26.5 Rz5(L3).Base EU configuration. D Dimensions and operational data DL42o-5 D Density of operating materials • 4 WE Width at tires edge•Empty mm .z98z •2 +z �16001 _ Width at tires edge-Loaded mm 3058 •18 +3 't 1400' ®® ll C Overall height mm Base +21 +26 gz°° moo G Ground clearance(at ix°osc.) mm Base +21 +26 goo _ Height at bucket pivot point mm Base +21 +26 6o0; lail Static tipping load(straight) kg Base •344 •861 400`0)tYr.v - '_ - - _._ Static tipping load(at full turn) kg Base +304 +760 3 y E -"' y^v d ___ _ U1 t0 E d - Operating weight . kg Base +419 +1051 c g u 3 A C, 1° °v` C, P. -@' -�2 2 m .-.., In The specific weight of the material largely depends on the level of humidity.the degree of compaction.composition,etc. D Bucket selection chart DL42o-5 Bucket filling factor T1;{a',t tsY���`• 015% t00% 95% tliftarm 1tfiicket, .IG:Eilr ..cConf c Oration'`iiiiI9 iff§gtreingelinEM rgt'6i' 4 fi.ei. r2•13`' Straight sides ' 4.3 -_ sMICIMEMIN Bolt-on Convex sides 4.7 Rehandling ..._ -r ,' cutting edge Straight sides 4.5 Convex sides 4.9 tit„=41011111111. Sllftarrd Straight sides 4.2 r Ids, General Convex sides 4.5 . - i Teeth i purpose ' Straight sides 4.4 1 F bel•t- .z27- .�1 I�.--- ----- ._"'--- ------'; 3 Convex sides 4.7 a '' ° j Rock Concave sides 1 3.5 r 1 1 Straight sides 4.3 lJ`4' 1- - 1 1 Bolt-on Convex sides . 47 _- _'_ I ---� / - - - -- _ -' _I Rehandling;cullin edge Straight sides 8 g 8 45 += I _ ..-.- mil♦High lift ; Convex sides 49 I arm ' , _ Straight sides : 4.2 Ws, ''4-1$..- .------i :._ General Convex sides 45 Teeth purpose , ' Straight sides ' 44 lj �,,�6 ,Convexsides 4.7 'T C• ,- -1 1 Exhibit 4.4 fy( P. 0 City of Carmel Street Department Specifications for 2020 Loader & Attachments - - eat ca�tpon)s , : , D Dimensions and operational data DL450-5 IDL'o= jPin-on- - (Rehandlio corifl_I)ratiotis. (Gene[a(•ur•ose'co)ifl:G[aflons= 'iRock., tic 1 ,Ground En-:a td Tools i®' IB6 8ger 1t•opcutting - ® l /Centiguratlon ®Straight (Conyext Straight (Convex Straight t[onyex.Straight;(.convex Conia_v_e .fides isidbs, .sidesc asides, aides% • asides-, •tildes: asides., •Aides,, Capacityheaped ISO/SAE ml 4.6 5.0 5.0 5.3 4.5 4.8 4.8 5.2 4.0 = Capacllyat t to'/°fill factor m1 5.1 5.5 5.5 5.9 5.o 5.3 53 5.7 4.4 e = B Bucket width mm 3300 3300 330o 3300 3300 3300 3300 3300 334o - _ Breakout force lift 232 231 231 231 232 232 232 231 230 -2 •9 Static tipping load(straight) kg 20722 20667 20648 20589 20794 20739 20720 20661 20475 .1026 •2435 ' Static tipping load(at full turn) kg 18312 18257 18238 t8t79 18384 18329 t8310 0251 18080 .869 •2281 H Dump height(at 45°-fully mm 3237 3237 3t87 3187 3104 3104 3055 3055 3to5 •465 _191 1 Dump reach(at 45°-(ally mm tz 8 1z 8 t 8 t 8 t 1 t 1 t 8o 1 8o t o +2to +t t raised)' 9 9 34 34 43 43 4 4 43 9 Digging depth . mm no to no no 105 105 105 1a5 165 .165 = I Height at bucket pivot point mm 450o 4500 450o 4500 4500 4500 4500 4500 4500 *485 www Mat.tilt angle In carry position 5o 50 5o 5o 5o 5o 5o 5o 5o +I = M hlax.tiltangle fully raised • 66 66 66 66 66 66 66 66 66 -3 e K Max.tilt angle on ground ° 45 45 45 45 45 45 45 45 45 •1 Max.tilt angle at max.reach ° 71 71 71 71 71 71 71 71 69 •to = Max.dump angle at max.reach ° 7o 7o 7o 7o 7o 7o 7o 7o 7o •6 e Max.dump angle on ground ° 69 69 69 69 69 69 69 69 69 •2 - L Max.dump angle fully raised ° 45 45 45 45 45 45 45 45 45 - 0 External radius at tire side mm 6540 6540 6540 6540 6540 6540 6540 6540 6540 e m Q External radius at bucket edge mm 7t6o 716o 7190 7190 7205 7205 7235 7235 7155 +215 +8o E Wheel base mm 3550 3550 3550 3550 3550 3550 3550 3550 3550 - D Width attires mm 2982 2982 2982 298z 2982 2982 2982 2982 2982 a - F Tread mm 2300 ,. 2300 2300 2300 2300 2300 2300 2300 2300 = G Ground clearance(at tease.) mm 455 455 455 455 455 455 455 455 455 = A Overall length mm 9168 9168. 9238 9238 9355 9355 9425 9425 9350 ♦627 •27o C Overall height mm 3583 3583 3583 3583 3583 3583 3583 3583 3583 .. Operating weight kg 25623 25678 25697 25756 25551 25606 25625 25684 2587o ♦276 •1048 (•):All capacities according ISO 7546,with straight blade[measure al the lip or bucket teeth or culling edge),tires 26.5 Ras(L3),Base EU configuration. D Dimensions and operational data DL450-5 D Density of operating materials . . Ill a6t5RR5 2be5'R25, t2 l5Rt5,` Hui 1L'33 [Lazy ! 1LS 2000 Eal Width attires edge-Empty 'ram 2982 •z +z 180a 1600 _ i ®- -_�- Width at tires edge-Loaded mm 3058 •18 +3 y140o __ _ C Overall height mm 1200 all gBase +z1 +z6 G Ground clearance(at tt°osc.) mm Base +21 •26 1000 I Height at bucket pivot point mm Base +21 •26 Soo _® - Static tipping toad(straight) kg Base +3z8 +85g 600 - Static tipping load(at full turn) kg Base •289 +724 400�j�g O _ E t _ c v-1 n To _ E ae Operating weight kg Base +4t9 +1051 In 8 . _9 all in g '-�� m s = .3 -I;0 2 °C 2 U, the specific weight of the material largely depends on the Level of humidity,the degree of compaction,composition,etc. 3 Bucket selection chart DL45o•5 Bucket filling factor(.,,3;..,_•..- 115% t00% 95Ta LIft'arm , 'BucRht LGIEt t CCorif( oration, t i sr i 1 a:6. i.t a.8,_. •2.21- z. Straight sides�,_4.6-:- - -.-_ _ - 1 _ =-'x _ -_- ._--- ._ I Rehandling Bolt-on Convex sides 5.0 .r cutting edge Straight sides 5.0 1... _ Convex sides 5.3 i ",' I-- Standard - lift arm Straight sides 4.5 ---_-I i` - - s --- Convex sides 4.8 it - General purpose Teeth Straight sides 4.8 `," r: u Convex sides 5.2 IOW"'- -':-.:; 1---- -- --_ ._ . ..-. Rock i Concave sides . 4.0 i c, IT.1e� Straight sides 4.6 ! 'dc#s" E,__ Bolt-on I Convex sides 5.o I =." I Rehandling -------- - - ` - - cutting edge Straight sides _5.0 ' °rn . . High lift I I Convex sides 5.3 L`" '' ,r+s I i ---- - - -- - arm Straight sides 4.5 EMU General purpose Teeth i Convex sides 4.8 Straight sides 4.8_ Convex sides 5.2 r1=1115111=11 �.....a.....,1.K/1 .,/.ww.,eY.en.-.I..r-.A.w.•a.w..L....,..I�.,.a.l,4.«.YI...rwwA:.lw..•AIY•..-M...w wI.Y•wwr..w• ]Exhibit___A __ City of Carmel Street Department Specifications for 2020 Loader & Attachments �„" fir. '- - ., £ •, fi*- -_u- a a--; --- - - - WOrk;tools x fi ® Configurable general purpose buckets The Doosan range of configurable general purpose buckets offers you the possibility to configure the bucket that matches your application perfectly. Now.in addition to deciding about teeth or bolt-on edge,you choose the coupling system,floor shape,spill guard type, bucicel protection,and blade shape-all according to your needs! ,r t ! ' t f:' . . f F i f tl t q: t 14=� gr r,f 1 r irlil •_ } om I. a, ;, IY4v1b/ v , '' / . _4T "'., _{ 2 �j ''.,.� i 'r r lr.t is .1 .� K; A. ,-.41 I. le 1. fa.} I '4i I r, : V: ' Coupling systems Spill guards � I x}�; rY ©,, f kf Ip N Side cutters .i ` ,,.y' f` } ��y shapes F,: 4 7i' r F`A+ ;5 jt �z 1. f�S' 1 S�"`i A ;7., � F tf . �A � :,,,*.i7lief:\, ''.‘.i I I",-2?: 4.11' „.:,..,,,—' . . ';': ft,, ri ' s •t a i$ h ti,i-f1• }• 9 y s� --.:-.1 s:::----PH:3:7':-------;-"te'fr--2-t..- ../ii'':Li''''Arl!..i.,!4';''''11C't1....tri.) ti .`ate k diy'f`� It II-;1d ..,. _▪ ,ei •,'", ' -�;t Ground :.;tengaging "• 4 �, `�; /z, -.r."r"dk14 rr , Whc'` ; ' ,�vt A��+L tools i,'i t r 3 •� r 1 1 • r { :F .' { Zy r 1} i \ L' „ ,, .I , ,t °f4 T •� l rt`'ej rA t : 6Afti�.,. , a / YL i r d;� ,4,,c7,77 . +.,r , i I; t j tx > E P T'' f1�. r � ', �, /a d� l {. • P r/ t r,. SY.,...'. 41,, , ,„g:,rltr.!.1.>u 1 t ,t - Irui -. '�Yv •'k,.s..,.,1 r':. c et' tstir S t E Blade shapes ' Side wear Heels wear Body volume Floor shapes plates plates Your Doosan dealer will help you configure your bucket for your application-so thatyou maximize your productivity, and get the level of protection you need. EXhib A I Oft( City of Carmel Street Department Specifications for 2020 Loader & Attachments .. . .. . • - , , , , _ . , ! , , _ quip. Stan- 0 ar a. and opt 0-nal.e . . . • . . .., . . . • :-.) Performance m420.5 • m.45.•5 -.D Maintenance m420.5 m.450.5 • ill'.1511;',55 l'i 5.:3111V1101,SCR,O.R...DOC,waler•cnoled.Masai Antornatir lubrication 945 ,• 0 0 O 0 ,u,gine with Vadahlu halo(bagel..1 air•in.a it Interenalar . I urdratilic raversing engine Ian 0 0 Ira ON a Daman paapeci Iclernatic system _ 0 c . I',nitro on'.,'.role selector pairch Sr Ifdliagnosis system F.nioaRorivii IndiCahar ill thro ilmirDold. 0 t o o0 ',Vann 11 f Fomtanv It 1'0..1 friaries) plus electronic Wag for fact arflustment l'avaralp pedal function hi/full straku n1 accaleratinn . o 0 fast corridors for!Ashanti(check o 0 . :arra ki•vr.nd urine o o t_d,real drains la,1.115.111,!ell all rnalatil(bangl; o e Alla Vic I.rim 0 0 3iu oil_ • . _ . !u II...sitar 0 0 :prat warrant/oar,yera•warraoill •• • . Runny carvart,:lockarici o o Protection.warrant/ , .. fraasrulrelon eti,Sell crihofivia the Ivake pedal -0 o - Ti s,,,,,...,iart:vela..,!,.f!of 5V.i:11, ' S1.1011,0d: 0 O 0 '.I.V•11.111A.II01'-,''.i'',1,1,,-'5'Al'iCk'Cl.," - Optional, ' . Arrimaaric I 1,Ii., jc 1,415,seniag.7,1,i,variable.displacement o o il•I''h • To.del nip differentials on hut ami corn.: iS 0 . 0,.ji.5.0i11.114,•111.1i:,'I',`,1 fv,1 aria 0 ' Iisli' .•P_f.'i,' - • . . . ,,,,o...,„.....,,,.,„, .. , . , ,4,- „. — . 1 .7- 71) ra rl r 5 555." ,5,1,,IG:11,a,liping era,. o 0 • " a's.)7 r‘vi.I".. tr....),i ir laacler ,, .. ,. ., ' I'P''4 oh t(At A ,--, .. .-, •* ' 1 . ..,_ ,:t ... • ...'',7 6:,i", r..,.iria r sapa of:arena's ci- " a.: - ZICAI ...\ % . i • ..• : ,.il,riiii.../,,,'1.,..irlt,i' $ ., ,r-..:.•te,•,..?,ti„. r•.01 ; .,......; .D Comfort •'1.1 . • ,..ad halo:inn suslem : iti:il o 0 • v.{-11-ri• . . . aura.vic Fit A',51 ki(''.5:0? 0 0 '5.1d1 t. ' • •:,1 \d '1yj CI Ti.•-Z151Zrtill • . L.5...,YrIg id,lit,11. 0 0 ...-- ri hyii,carir Huhn, o o . l•rriar.vic oir coal it ioriagralid•elooranie(lima:,(mural o o ' 'iliCtilcidystlik`itierlrit.. • Fingertip control- , ,:•••ill-sir•!:f 5...rr5:11tiVA 55.'dt.54i1,..<-45,Tv bah 7 points . 0 Gr.,-er air-shspcnsiar seat each smuts.b7I1 I[Tin ti. El'ride hastier.Flee-Cir.,an arancst ,-i- "-el • !..-di,k.Law Vt1 litIR owl thimica'si ul rollur o 0 • li-aerchp low,. ,--, r I! • rra.labie staring eahram dirial•to ill..1.•,mr,o 0 a . . I dirad seep,sclia".s 0 o •/ • se,c-r"... „A. .pc, „..s, . __.._.. • Fiiiikflwintiow o a e•ght nucning winder:I:lie-1 0 0 l llp , ,..1 i..r(; ,I,r.1 rot 0 , 0 / ' 4 H. .' ''5'.' '.1 1 . i 4A ."'NIT' • . I,SlIf.4.,50041:1:;iliti 0 0 _ ,,..,\ 1,1:1:.1,1.21 ck a •N . p1,..11,:!,clod cuacur.tiens tar-aril,' •I•1' •.1••L."' \• i ... k ,•- . . . 1 if:arm float lockout o o '‘. Alcamo:or 77,1';no A 0 0 • • as - Dasliboacd numilotirg'with LCD dinfloy idiots,prises old iamps1 0 0 • • - -- • ;merle.rah Ugh o - • • - i lHigh lift arm. ' .Differential hydraulltlock. cigatrt:r Inhlcr and r7.1....41.1 al;pc,:e;55'1'445 0 "Oe . , ,. . . . .. . . , . .. ., . . - 7 '5075,55I,51 0 Safety pimp dfi'p!n!scalar-hip motor 0 'akzes'• 0 . r,,!Ift:ndusw:thoil*f_prolcf:Ioq . , Mk cab lb:AE.1194,5AL loko.ISO 347D 4--- ci idkv.0 ' e ,, ICIPS call(SAE l Dr,ISO 3449! . 0 . 0 $.zek. ...teg. ,.- - - 6 o Onlit corning unardov lernergen,./trill 0 0 ttm..41,„ 1 'PROTECTION., t,ont.cl rum vapor rid. washer 0 o , l'-'4W1 ......0;10.4bii5rpher sun vicar,front P.rear _ ._ .. Road rights:Inv and high beam.fail imilcalnis slap.ievc-ohr, , ,N,0.14 \-r• 0 FF,10 5 ,N,,,,/., . ‘5014.144i0.:',5" ''501.5 ii,...•4S,2 till al the Dart and c haInganal lie reac(6•7o VA p _ :_ 0 R.vuoulrawl alarm o o "7.- '_ . . . . • 6oa001 o o ' ' - ...''•theavy;diitjttie,• 1 ii,iiiteititin+warrantT • -; Dorn •••. .... ... • ......,,,, • .. Heated ester nal Millers •o 0 Interim rear ViCa niirro . rs 0 o . _ Arti.slip sic ps 7,plalfarea s _ 0 o Starting salute Piston o • ea iiii "....e k rakec holds vith acrumulatnr 0 0 Onal senicU brake pedals "ai •:;:-C • . brais Elaclac parkin brake en the irammiscion, sPring•aPilliell o ' • 0 o .1 Wheel drecks_ o ..... . . .1 Ilinrimil an toprd carti and an:kill,pl•alfar.nn front frame - 0 ' 0 • % D Other Pottom protection plates 0 . 0 . . lialreciirs __ _ ,_ o e • . Articqbfion lack in tb,.•transport p,).,Ificn ---7- .0 ...„--,..„,..-.1 , ___—,.....,, Taming hitch 0 I . , , " • r... ..... . Tires 76,5 Fi.:;(0) .6 o [ .' :' .Qujck.(00ter_,: I I .. 'idS4clntyik, .. . . Ti,cs 26.5 R.o.,,,(1.0 thus 7A.s Ro5 ILO a 0 .. . . . . .1 . . Some of these options may be standard In some markets.Some of these options may not be--.1 mailable for certain markets.Please check with your local DOOSAN dealer far more Information ILI 1 i . about availability or to adapt your machine to your application needs. EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 • Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage(any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability(owned,hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability • Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 • • EXHIBIT D AFFIDAVIT . DENNI BR i`KEk , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge.of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. qm now and at all times relevant herein have been employed.by jr\ 7g Pr bed-O-C cl (the"Employer"). in the position of (tSYV1Q V� 3. .T am familiar with the employment policies,practices, and procedures of the Employer and have the authority to act on behalf of the Employer. d. The Employer is enrolled and participates in the federal E-Verify- program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. • EXECUTED on the 3 AD day of f i uAA)/ , 20,70. • Printed: QFNNt5 h, /GKE4 I certify under the penalties for peijury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and.repr .entations are true and correct. Printed: D b''S A . &i FA- INDIANA RETAIL TAX EXEMPT Page 1 of 1 • City of Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103720 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AIP CARMEL,INDIANA 46032-2584 VOUCHER DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE 1 DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1/22/2020 354256 Lease=0 BOBCAT OF INDY NORTH Street Department VENDOR PO BOX 2208 SHIP 3400 W.131st Street TO Carmel,IN 46074- ' DECATUR,IL 35609--2208 (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 43722 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION . Department: 1206 Fund: 0 Capital Lease Fund Account: 44-650.01 1 Each Two(2)2020 Loaders w/attachments $506,702.98 $506,702.98 Sub Total $506,702.98 • 01_ C 1 • -/_ .;).-1.;•::iii—_,-,]‘) iil,� IJ �lil ,r: l V fir,iA Send Invoice To: • Street Department 3400 W.131st Street Carmel,IN 46074- (317).733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $506,702.98 SHIPPING INSTRUCTIONS 'AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN *C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194 f 1�_ •0j `/�/.E.--f-4 �"�� "#� AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman James Crider TITLE Director Administration CONTROL NO. 103720 CONTROLLER