Loading...
HomeMy WebLinkAboutMacAllister Machinery Co. Inc/STREET/$135,100/2020 Tractor MacAllister Machinery Co.,Inc. Street Department -2020 HQ Appropriation#11-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 ! ,1 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES 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 MacAllister Machinery Co., 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 One Hundred Thirty Five Thousand One Hundred Dollars ($135,100.00) (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\Prof.Svcs&Goods Svcs\Street\2020\MacAllister Machinery Co.,Inc.Goods and Services.doc:127202011:44 AM] • 1 MacAllister Machinery Co.,Inc. Street Department -2020 Appropriation#1/1-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 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:,Conuacts\ProfSva&Goods Sva\Street\2020\MacAlister Machinery Co.,Inc.Goods and Services.doc:127202011.44 AM] 2 MacAllister Machinery Co.,Inc. Street Department -2020 Appropriation#4/-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 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 other 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, subcontractors 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:1CootractslProLSvcs&Goods Svcs%Street12020\MacAllister Machinery Co.,Inc.Goods and Services.doc:127202011::44 AM] 3 MacAllister Machinery Co.,Inc. Street Department -2020 Appropriation#44-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 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 131st Street Department of Law Carmel, Indiana 46074 One Civic Square Carmel, Indiana 46032 If to Vendor: MacAllister Machinery Co., Inc. 6300 Southeastern Ave Indianapolis, Indiana 46203 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:\Cootracts\Prof.Svcs&Goods Svcs\StroctG020\MacAllister Machinery Co.,Inc.Goods and Services.doc:127202011:44 AM] 4 MacAllister Machinery Co.,Inc. Street Department -2020 • Appropriation#44-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 • 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:\ConhactslProfSvcs&Goods Svcs\Street\2020\MacAllister Machinery Co.,Inc.Goods and Services.doc:1272020 I1:44 AM] 5 MacAllister Machinery Co.,Inc. Street Department -2020 Appropriation#44-650-01 Fund;P.O.#103719 Contract Not To Exceed$135,100.00 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 MacAllister Machinery Co., Inc. by and through its Board of Public Works and Safety By: By: \\,.dr Pre-S-Rikt— C_AAA61 2)06de.,talA-, James Brainard, Presiding Officer Authorized Signature I ate: • Printed S`EL2c n+D Name fatly An Burke, b-r Date: S • ► S(kits l vorbtinteivi- ,, Air Title Lori S.Watson ember FIDITiN: !vL)1lC f t�,I S-�� 5-011040 Date: - 0 Last Four of SSN if Sole Proprietor: ATTEST: I Date: 1 2.5 /Ua.?-3 -JA-e ZO-1,67/ee/YL aue_Wolfgang,Cie/ (S'CmvausRefSs'a S GocdsSrnWc.0.20IOULwAIfwer M cbieayCa.loc.Goodsa.1 Smacmdx(R7(20I0 l L 44 ASU 6 • • 2020 TRACTOR TOTAL OPTION 1: .vEro • .. v .....e'L�. �u•.u_ s .�...�._ Ce�3.'+L.e4.y..wv �,,,. � �_ M6-101 TRACTOR WITH $130,500.00 SIDE BOOM MOWER VALUE OF TRADE-INS $ 11,500.00 . .�F.- �v .• :� n. .�"✓� try X *� e,4.; ,�y. .F� may.., r �t , ' ' '34ia�eti`"�5aj . ,� ��` a q'' -r mi a y x • • •try'c ti ,ems z+, $ c—s X:.b-.•. 5�,.1 -c '1''�.-w -�..T' � ..� �x. 3 r 2'u.�'F"▪`▪+m'* 7 . -+-=z•.3' < ' `'s • ,,.•ea:.r.. -aw�� Cv*..n'.�.�=..w3"`S-�:c::�....c��u"_�.sc...«._ r��. _.-...�..,.±,._....�... .._r..�..��...x.,._▪ _ _.w. ........_....� OPTION 2: • rT u✓ F,^j'r, : E�. ----..... .�1 - a sz-s --u�''af'"..+.. a'+ •y s+H �°`} ,h c -.i"S.. ' '2v r^?4c �, ,� -vns'_"x'x_�`'�,��'`t"-•,"kr�.r'��� a�-r-F }rvrr,e��;.,�,1.�,.�.�c`3��'.,rt. �v h��'� -� �dtir� r ?''�, P1,.i � ��" ter.,-a's,.-`�'4Yi ''"'y..Y*t,�'.'_'`z P 1 r }r �'�,f•"s.E.z-�-f..; -rryEffw ''�7�{gx M ':�; .,...v._,,..?.. -•?4_ ?-'_. any'�a+s"'`�c.'v-7'r+=..c .,�s...:"r... ., ..,.,...,. ..r'.....wr?.�__.. r'r� ...:�?r_'__.._...:�?`.,. .......... . M6-111 TRACTOR WITH $146,600.00 SIDE BOOM MOWER VALUE OF TRADE-INS $11,500.00 • �F.�'»•"�`^,.'-y ✓rsS -'• -. '�...ita �. - x- cc c-{� �" �*y - r.�tc{G�,�. x+ �!. '-'�a ..6..+- ys '..may aL`,1;••„1.. v• > P .�7' `"ri'4.t. .w ,� ,s,-s i r; � f,,t -r f ▪ '2•h s 1,� �' `µ_, •w 4 z�r �;�tu, "7 w a " ' F'.r -�t `' x u gY.,•, - • x • • COMPANY NAME MacAllister Machinery Co.,Inc. • • THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. Exhibit ADDENDUM #1 ITEMIZED TRADE—IN LIST OF VEHICLES 1t-�ri- v+. - �r-+.`.: ,, t 'a.Y!-=,u7� v fir•u--%:,s..'i 3:tEEy-t a e+a ' 'u 4 jr'' 3 ' A- v' �, Hx it -r-� �`- E� r - -,[w. "k� „'` .. =r`iar ..-.> ....w a :X'., sK,�,. ;F 're'i.- d, .tt�.. Y T„x"'7 4.,t7.- , .-,..Seet�.�. :',., ' �,S�cv'. 1998 Massey Ferguson Tractor $3500.00 with Side Arm Mower 1998 Kubota Tractor $2500.00 2007 Kubota ATV $2700.00 with Plow Attachment 2004 Polaris 4WD $2500.00 Toolbox, Plow Attachment, and Sno-Way $300.00 Salt Spreader Box for John Deere T ^r *�s�aa el y a �71� J :aW 3 w n3 vacs, F �r'.?.P +•1 ,a.3f�-.s ...e. v+X. �"w.:r: +�. �� ?.ii._.�....-... "fit. •.�l"'{..:'a�^a�q A,.-_.-'.�_.. ..S'u _., .. CONTACT CARMEL STREET FOR VIEWING OF THESE VEHICLES AND THE ATTACHMENTS: RON WILLIAMS AT 317-773-2001 THIS IS TO BE THE SECOND PAGE OF THE ENTIRE BID. Exhibit A 20-c-iii Additional Specifications -Tractor and accessory parts must be readily available: Picked up or delivered within a 12-hour period -These specifications represent the minimum standards for the tractors, boom mower, and rotary head. Any piece of equipment equal to or greater than these specifications will be considered. • Exhibit Specifications for 22' mid-mounted boom with 60" rotary head It is the purpose of this specification to describe a 22'mid-mounted,hydraulically powered boom mower mounted on a tractor as specified for cutting grass and brush on roadsides and other areas that are not accessible to conventional mowing equipment. The unit bid shall be the manufacturer's current production model that meets or exceeds the following minimum specifications. Only a standard production machine can be bid on these specifications and a supplier will not be allowed to modify his standard production unit in order to meet these specifications. The successful supplier must be an authorized dealer for the complete unit,tractor and mower. The successful supplier must have parts and service facility within 50 miles of the purchasing agency. BASIC FEATURES •22'minimum horizontal reach. • 19'7"minimum vertical reach. •9'7"below grade reach. •Two section articulated boom. •60"rotary cutting head(specifications listed separately). BOOM FEATURES&MOUNTING •Main Boom: 6"x 6"x'/4"wall structural tubing conforming to ASTM A-500 Gr.B(58,000 psi min tensile). •Outer Boom:5"x 5"x'/4"wall structural tubing conforming to ASTM A-500 Gr.B(58,000 psi min tensile). • The main boom pivot points shall be reinforced with 3/4"ASTM A-572 Gr. 50(65,000 psi min tensile). •Main pivot pins shall be constructed of 2"ETD 150 alloy steel bar(150,000 psi min tensile/32 Rc min). •Each pin shall be supported by a pair of 3"hardened steel,greaseable Connex®bushings. • Standard boom functions shall include horizontal swing,vertical lift,dipper reach,and mower head tilt. •The boom must swing hydraulically a minimum of 180°from front to rear utilizing a turret-style mechanism. The boom head shall be able to mow within inches of the front tire. •The turret shall rotate on a 20"greaseable,slewing ring bearing by means of dual trunnion-style cylinders. •The tilt mechanism shall feature four-bar linkage to allow for 215°mowing head rotation. •The tractor mount kit shall feature a subframe'spanning from the bolster to the mid-chassis on both sides. •The subframe shall measure a minimum of 60"long and be constructed from 3/4"hot-rolled steel plate. •The mainframe which supports the turret will suspend from the subframe and two tubular,rear axle mounted rails. •Torsional loading shall be minimized with a cross-brace between the tubular rails and the drawbar mount. •No framework shall extend above or cross over the hood hindering the operator's line of sight. •A minimum 2,400 lb counterweight shall be fastened to the mainframe opposite the boom. •An additional 1,300 lb wheel weight shall be provided as standard equipment. •A two-piece boom rest structure shall mount to the rear axle to support the weight of the boom in transport. HYDRAULIC SYSTEM •Unit shall feature a self-contained hydraulic circuit for both mowing head and boom control. •Mowing head circuit shall feature a gear-type pump rated at 30 gpm(52 hp)and 3,000 psi @ 2,200 rpm. •Boom control circuit shall feature a gear-type pump rated at 12 gpm(21 hp)and 3,000 psi @ 2,200 rpm. •The dual section pump shall be mounted to the front of the tractor and coupled to the engine crankshaft pulley. •The driveline shall be constructed of 1"SAE 8620 CF allow steel with an external 1"-15 spline on either end. •The driveline shall be carburized and hardened to Rc 60-62 to.030"deep. •The hydraulic reservoir shall be front-mounted for improved operator visibility,safety,and operator access. •The in-tank return filter shall be 10-micron with a 95-GPM full-flow with restriction gauge. •The suction line filter shall be 100-mesh. •The hydraulic system shall feature an oil-to-air cooler with integrated electric fan located beyond the reservoir. •Reservoir shall feature visual indication of tank level and temperature to insure a 20 gallon working volume. •Convenient access points for draining and cleaning the reservoir shall be provided. •A heavy duty steel bumper shall provide frontal protection for the reservoir. Exhibit HYDRAULIC SYSTEM(continued). •The cylinder control circuit shall feature a multi-section,electro-hydraulic,directional valve. •The valve shall be open-center and provide section-specific pressure compensation. •Valve shall allow a minimum of four functions to be operated simultaneously by joystick control. •The swing,lift and dipper sections must feature individual work port relief valves for breakaway protection. •The valve shall be mounted on the oil reservoir and protected by a hinged fiberglass cover. •All high-pressure hydraulic hoses shall be of four-wire braid construction with a minimum SAE100R12 rating. • OPERATOR PROTECTION&SAFETY •The mower cutter head shall have a six-second emergency shut down engaged by the operator inside the cab. ▪The boom controls shall feature a master ON/OFF switch for complete,power shutdown. •Cab units shall include Shields®Premier 3/8"thick right side replacement polycarbonate windows. •The replacement windows shall feature SupercoatTM anti-abrasion coating with integrated UV protection. OPTIONAL EQUIPMENT •Rotary head with hydraulic door,5"diameter cut capacity and swivel hitch post. See specs for head. WARRANTY There shall be a one year parts and labor warranty. . Only OEM parts may be used for warranty replacement. PRODUCT LIABILITY INSURANCE Bidders must include a copy of mowing equipment manufacturer's Certificate of Insurance for Product Liability of at least$5,000,000 for the products subject to its bid.The insurance carrier is to be rated"A,VII"or higher by the A.M Best insurance rating service. Exhibit Bid Specifications • 5'Rotary Head It is the purpose of this specification to describe a heavy-duty 5 Foot Rotary Brush Cutter that is capable of cutting up to 5-inch diameter trees and brush. Deck: Mounted on the boom the front door shall be hinged, hydraulically operated, and constructed of 10-gauge steel. Cutting head width shall be 60". The deck shall be constructed of 14-gauge steel. The sides shall be constructed of double wall, 14-gauge and 10-gauge steel. Reinforcements shall be 3/8"flat bar x frame. Center section shall be x 12"x 20". The skid shoes shall be full-length and replaceable. Deck Rotation/Swivel The deck shall have a rotation of 220-degrees being equipped with the swivel option. Spindle Design: The spindle shall be 4-7/16"at largest diameter x 8-15/16" long, made of alloy steel and splined. Tapered roller bearings with 2" I.D. top and 2-9/16" I.D. bottom in an oil bath shall be used. The housing shall be a 1030 cast steel unibody. The motor to spindle drive shall be asplined, direct drive and enclosed. This specifically excludes a chain or flexible coupling. Motor: The motor shall be steel gear type, rated at 101-horsepower and direct coupled. The spindle RPM shall be 1240 RPM at 38 GPM from pump. Blades: The blades shall be tempered steel 5/8"x 5"x 14-5/8",full-swinging (360-degrees)and double edged. The blade bolts shall be heat-treated, 1-1/8"x 3", shouldered, grade 8 with castellated nut, lock washer and roll pin. Safety Shields: The front shall be angled frame with metal, hinged shield. Exhibit The rear shield shall be a 3-ply rubber belting and full-length 60Q(1( Page 1 Warranty: Minimum one year parts and labor. Only OEM parts are to be used for replacement parts. Product Liability Insurance: Bidders must include a copy of mowing equipment manufacturer's Certificate of Insurance for Product Liability of at least$5,000,000 for the products subject to its bid. The insurance carrier is to be rated "A,VII"or higher by the A.M Best insurance rating service. • • Exhibit Page 2 70 J botra M-SERIES UTILITY TRACTORS _ ,_ apt .,. ' : ) to V , 1 / , .? `k' 1 ?+.+� ti�� -3 i -. 4• WA �'} _- - - g-y `fit., i ._'// r '� • .\� `. i'?14'4 ,,: ^4ft8t film �- lSI-.. yeA -. i g f (y r �1��n ,O{ Jai r. b ;' I..%hr-e 6 �/ {-y,;c / � f-1Ixlf ,i.'?s`�y4 �'. 3 ,`ro %.; ,• ^<: .:c A( �4?..Y. IA•A' 1 JY ill is c\ VF: _ �+'; """f ^I s . �- .. ti w _; / "..,")p ? ` 4', C(k f,1•4 ii �':, —J — r' .fi•r" i- ti��i fig ' _ T t r'771,• ` � 4 7 - i�2K`.c.,�4 • `l"!0:54 a. i -� a ��L` Y y '(� ,' -,4:- ":. k -t' ` S.r '�,a� .r- �f{�41`,t 14 6• -« y r �, 4' ,n/s.�t' .6" �',,,...-��qY ., ,- jo.'n 2� . M6-101 and.M6-111. j SALES FEATURES: IMPLEMENTS: SAFETY EQUIPMENT/LIGHTING: •Advanced styling,designed for rugged •LA1955 or LA1955E Loader •Cab:4 Post ROPS Certifide farm and utility work •84"or 96"Quick Attach Bucket •Parking Brake •CRS 4 Cylinder Turbo Charged Diesel with Euro or Two Lever Attachment •Retractable Seatbelt Engine with EGR Valve,low noise and •Bucket Tine Kit-72"8 Tines,84"9 Tines 'Safety Start Switches vibration,meets Interim Tier IV EPA •Quick Attach Euro/2-Lever Coupler,Standan•OPC Operator Presence Control on emissions regulations. •Quick Attach Bale Spear PTO,audible alarm •Hydraulic shuttle 24F X 24R •Quick Attach Pallet Forks,42"or 48" .2 Head Lights eight speed transmission fully .2 Front End Work Lights • synchro.power shift main with three speed TRACTOR ACCESSORIES: .2 Tail Lights synchronized shift and wet clutch is standard •Creep Speed-Cassette type •2 Safety Flashers with Turn Signals •Auto Four wheel drive(electro-hydraulic) •3rd/4th Rear Remote •Electric Key and Manual Shut Off •Auto Four Wheel Braking SCD/FD Valve w/Flow Control •SMV Sign •32F X 32R Creeper Transmission(Option) •Front Mid-mount Cab work light kit(2) •Trailer Electrical Outlet-7 pin Utilizes standard HD/HDC Hyraulic shuttle •Drawbar Clevis(Standard/Drop Drawbar) CAB FEATURES: 24F X 24R transmission •4.5"Drop Drawbar •Refer to Page Grand X Cab for •Alternator 130 Amps(Standard) •Right Fender Switch For 3-Point Hitch Cab information. •Work Kruise prevents drops in PTO speed •Plastic Front Fender Kit •Auto Mode provides maximize performance 'Grille Guard(Use w/0-12 Suitcase Weights) MODELS: •Available in four wheel drive only •Front Suitcase Weights(1-12)100 lbs.ea. Cab: •Live-Independent Electric ove Hydraulic •Rear Wheel Weights •M6-101 540 rpm/1000 PTO(Interchangeable shaft) •Instructors's Seat Kit •M6-111 •Cat II,three point hitch with stabilizers •Monitor Bracket and telescoping link ends •80"Wide Row Front Axle Kit •Tilt-up one piece hood for easy •Heavy Duty Metal Fuel Tank Guard PNF maintenance •Side Digital LCD panel for easy monitoring of travel speed and PTO RPM S •Fully adjustable air suspension seat with retractable seat belt,auto weight/height contrc •ISO-mounted platform with suspended pedals •Electric key shut off • •2 Remotes Std.First Remote(SCD)self canceling detent,Second Float-Type(FD) all remotes stand.wfindividual flow control •Tilt/telescopic steering wheel Exhibit A . 4 fit( 0 .. Specifications subject to change without notice. May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 1 SPECIFICATIONS, CAPACITIES, DIMENSIONS AND WHEELS' - _ M6-101 and M6-111 Utility Tractors M6 101 M6-111 • ENGINE Make and Model Kubota-V3800-CR-TIEF4 Liquid Cooled, Meets Final Tier IV EPA Emission Regulations Type 4 Cylinder Multi-Valve(4-Valves) Diesel, Center Direct Injection, and Turbo-Charged Fuel Injection system:CRS(Common Rail System)Electronic fuel injection Exhaust after treatment(EGR, DPF, and SCR) Engine hp,gross 104.5 hp @ 2600 rpm e 114.1 hp @ 2600 rpm Engine hp, net 97.1 hp @ 2600 rpm 106.8 hp @ 2600 rpm • Engine hp, PTO 82.0 hp @ 2600 rpm 92.0 hp @ 2600 rpm Maximum torque 255.2 ft.-lbs. 279.7 ft.-lbs. Bore and Stroke 3.94 in.x 4.72 in. Displacement • 230 cu. Inch Fuel per hour .3741bs/HP-h Cylinder Block Parent Bore(linerless) Fan Fixed fan drive Air Cleaner Element • Dry Paper/Dual Element, Pre-Cleaner standard Cold Weather Start Aid Automatic preheat with PTC(Positive Temperature Coefficient)intake heater • Lubrication Forced Lubrication Governor Electronic type governor Injection pump. Electronic CRS(Common Rail System) Fuel filter system 1-Spin on type fuel filter with water separator with manual drain cock Oil filter Spin on oil filter Exhaust DPF,SCR Under Hood Corner Post Vertical I DPF,SCR Under Hood Corner Post Vertical Throttle Hand and foot operated throttle COOLING SYSTEM Radiator Heavy duty pressurized radiator with recovery tank Water pump Positive water pump CAPACITIES Fuel Tank 50.2 gal. Cooling System 11.3 qt. Engine Oil 11.3 qt. Transmission 63.4 qt. (17.2 gal.) Front Axle 7.2 qt. (Differential)plus 3.8 qt. (per each Bevel Gear Case) DEF 16.8 qt. AXLE LOAD RATINGS(Maximum) Front Axle 4WD lbs 6,610 lbs. @ 62.2"tread spacing (9,700 lbs.w/loader @ 62.2"tread spacing) Rear Axle lbs 9,920 lbs. @ 60.2"tread spacing • Exhibit ToPJYSpecifications subject to change without notice. May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 2 SPECIFICATIONS, CAPACITIES,.DIMENSIONS AND WHEELS. M6-101 and M6-111 Utility Tractors (Cont.) DRIVE TRAIN • . Main Clutch Wet Clutch Multi-plate Clutch material Metallic Size 5.24"X 7 outer diameter Shuttle Electric over hydraulic shuttle 24 Forward/24 Reverse Transmission Microprocessor controlled Electro/Hydr-shuttle Main gear shift:8 Speed Power Shift Speeds Sub gear shift:3 speed shift with button clutch Cassette type creep speed adds 12F/12R speeds(Optional/Available on all models) Differential Lock Standard on rear axles Final drive type Inboard Planetary Brakes Hydraulically operated,Multi-Plate Wet Discs(Continuous oil flow from hydraulic system) Electro-Hydraulic Independent PTO,self modulating • PTO System 540 rpm @ 2405 Eng.rpm,PTO shaft is 1 3/8"SAE 6 spline 1000 rpm @ 2389 engine rpm,PTO shaft is 1-3/8 SAE 21 spline PTO Clutch Multi-Plate wet clutch pack,features self-modulating engagement and self-activating brake FRONT AXLE • - 4 WHEEL DRIVE _ _ Steering Hydrostatic Power Steering Type Pivoting Tread spacing Adjustable FRONT_AXLE 4 WHEEL DRIVE Steering Angle 50°Turning angle Type Cast Iron,Bevel Pinion Drive,with outboard planetary drive • Inter-axle Ratio 1.376 HYDRAULIC SYSTEM • System Type Gear Pumps/ Pressure Compensated/Fixed Displacement Pump Output Total 34.8 gpm Available hydraulic flow 18.7 gpm @ 2773-2844 psi Power steering 16.1 gpm Remote Valves 4 Max(2 Standard)1st Valve is Standard SCD(Self Canceling Detent)2nd FD Float type Set up sequence 3rd or 4th optional SCD or FD(Float detent) • (All Rear Remotes Standard With Indvidual Flow Control THREE POINT HITCH .. .. _ 3-Point Hitch Category II Controls • Position with Draft and Mix Control Draft type Top link sensing Right link adjustment Crank type Lift Arms • Extendible lower link ends,adjustable stabilizers for hitch arms. Lift Capacity At lift points 8,598 lbs.w/lower links horizontal • 24"Behind lift points(ISO) 5,732 lbs.(7,496 opt) DRAWBAR Type Swinging Exhibit to delc( Specifications subject to change without notice: May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 3 SPECIFICATIONS, CAPACITIES,`DIMENSIONS AND WHEELS M6-101 and M6-111 Utility Tractors (Cont.) ELECTRICAL : M6,101 M6-111 System 12 volt electrical system Battery 12 volt battery 900 CCA • Alternator High Capacity 130 Amp Alternator INSTRUMENTATION. _ • , Gauges Fuel level,Engine Temp.,LCD Indicator Lights for:4WD engagement,Flasher/Turn Signals—Thermo Preheat System, PTO engagement • Indicator lights for Alternator charging,Engine oil pressure. Dash Panel LCD Display:Speedometer mph or km/h,PTO RPM Speed, • • Hourmeter displays up to 9999.9 hours,including 1/10 of an hour. PTO Indicator light,PTO engaged the light is on Four wheel drive Indicator Light,four wheel drive engaged the light is on SAFETY.EQUIPMENT AND LIGHTS All Models Certified ROPS Cab with retractable seat belt Head Lights . 2 Halogen Head Lights with High/Low Beam and 2 Halogen side lights Work Lights 2 Halogen Front Standard,2 Halogen rear work lights Safety Flashers 2 Front and 2 Rear Safety flashers with Turn Signals Switches Safety start switches Parking Park Brake SMV Slow moving vehicle sign,standard Cab Horn DIMENSIONS _ Height Top of Cab 109.8 in. 111.8 in. Overall Length 165.4 in. Overall Width,minimum 82.7 in. Tread Width/front 62.2 in/66.1 in Tread Width/rear .59.1.in-81.1 in Wheelbase 95.9 in. Crop Clearance 17.7 in I 19.5 in. Turning Radius with brake 12.5 ft without brake 16.1 ft w/o brake,w Bi-speed 13.1 ft. Weight 9601 lbs. 9788 lbs TOW RATING .. •_ • • Exhibit A (tacit-4 Specifications subject to change without notice. May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 4 - SPECIFICATIONS, CAPACITIES DIMENSIONS AND WHEELS' M6-101 and M6-111 Utility Tractors (Cont.) TIRE OPTIONS: M6-101 Utility Tractors(Cont.) M6-111 Utility Tractors(Cont.) F-1 IRE 12.4R24 R1 I itan Hi I rac Lug WAF ' F-I IRE 12.4R24 It1 Titan Hi Trac Lug WAF R-TIRE 18.4R30 R1 Titan Hi Pwr Lug Cast R-TIRE 18.4R30 R1 Titan Hi Pwr Lug Cast I--I IRE 12.4-24 R1 Titan TruGrip Lug FL WAF F-TIRE 12.4R24 R1 Titan Hi Trac Lug WAF R-TIRE 18.4R30 R1 Titan Hi Pwr Lug TT Cst R-TIRE 18.4R30 R1 Titan Hi Trac Lug STL F-TIRE 12.4R24 R1 Titan Hi Trac Lug WAF 1--I IRE 13.b-24 R1 Dyna Torque II I L WAF R-TIRE 18.4R30 R1 Titan Hi Trac Lug STL R-TIRE 18.4-34 R1 F-Stone(SAT)II Cast F-1 IRE 13.6-24 R1 Dyna l orque II TL WAF F-I IRE 13.6R24 R1 Titan Hi Trac Lug WAF R-TIRE 18.4-34 R1 F-Stone(SAT)II Cast R-TIRE 18.4R34 R1 Titan Hi Trac Lug Cast _ F-I IRE 13.6R24 R1 I itan Hi Trac Lug WAF 1--I IRE 13.6-24 H1 Dyna (orque II IL WAF II-TIRE 18.4R34 R1 Titan Hi Trac Lug Cast R-TIRE 18.4-34 R1 Firestone(SAT)II Steel F-11RE 13.6-24 R1 Dyna Torque II 1 L WAF F-1 IRE 13.bR24 R1 Titan Hi Trac Lug WAF R-TIRE 18.4-34•R1 Firestone(SAT)II Steel R-TIRE 18.4R34 R1 Titan Hi Trac Lug Steel F-I IRE 13.6R24 R1 I itan Hi Trac Lug WAF F-I IRE 1L.4-24 R1 ltn I ruGrip Lug I L WAF R-TIRE 18.4R34 R1 Titan Hi Trac Lug Steel R-TIRE 16.9-34 BIAS 6-PLY STEEL DISC F-1IRE12.4-24R1Itn I ruGrip Lug TL WAF F-I IRE 12.4-24R11tn fruGripLug IL WAF R-TIRE;16.9-34 BIAS 6-PLY STEEL DISC R-TIRE 16.9-34 R1 Trac Field&Rd Cast F-1 IRE 12.4-24 R1 Itn I ruGrip Lug 1 L WAF • R-TIRE 16.9-34 R1 Trac Field er Rd Cast TRAVEL.SPEED'Chart,for,M6-101 and M6-111(MPH)(Standard Wheel and Tire) (at Rated'Engine RPM) _ _ Range Main gear M6-101(18.4R34) 'M6-111(18.4R34) Forward Reverse Forward , . Reverse • 1 0.12 , 0.12 0.12 0.12 Creep(if equipped) 2 0.14 0.14 0.15 0.15 3 0.17 0.17 0.18 0.18 4 0.20 0.20 0.22 0.22 5 0.24 0.24 0.26 0.26 ' 6 0.29 0.30 0.31 0.32 7 0.35 0.35 • 0.37 0.37 8 0.42 0.42 0.45 0.45 1 0.49 0.49 0.52 0.52 (' Low 2 0.59 0.60 0.63 0.64 3 . 0.70 0.71 0.75 0.76 4 0.85 0.86 0.91 0.92 5 1.01 1.02 1.08 1.09 6 1.24 1.25 1.32 1.33 • 7 1.46 1.47 1.56 1.57 8 1.77 1.79 1.89 1.91 1 2.06 2.07 2.20 2.22 2 2.52 2.54 2.69 2.71 3 2.97 3.00 3.17 3.20 4 3.61 3.64 ' 3.85 3.89 Med. 5 4.28 4.31 4.57 4.61 . 6 5.24 5.28 5.59 5.64 7 6.18 6.23 6.60 6.66 . 8 7.50 7.57 8.01 8.08 • 1 • 5.68 5.73 6.07 6.12 2 6.95 7.01 7.43 7.49 3 8.21 8.28 8.77 8.84 4 9.96 10.05 10.64 10.73 High 5 11.81 11.91 • 12.62 12.73 • 6 14.46 14.59 15.45 15.58 • 7 17.07 17.22 18.24 18.39 8 20.72 20.90 22.14 22.33 "at rated rmp:2600 rpm. • • • J Exhibit • izoftli Specifications subject to change without notice. May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 5 - , KUBOTA-M6 101 TRACTOR AVAILABLE WHEEL SPACING AMR 8514A Centeno 18.4R30 Wheel offset Center• Overall Width Position 3 - -2.34 60.014 79.31 ' Position 5 • -0.34 64.014 83.31 Position 5 0.34 65.386 84.69 - Position 6 0.84 •66.386 . 85.69 •' Position 7 5.22 -75.134• 94.43 ' Position 8 7.22 79.134 98.43 Center to - • AMRSSIBA 18.4R30 Wheel offset Center Overall Width Position 3 -2.34 60.014 79.31 Position 4• -0.34 - :64.014 83.31 • Position 5- 0.34 65.386 84.69 Position 6 0.84 . •66.386 85.69 - ' - • ' Position 7 " 5.22 75.134 94.43 ' Position 8 7.22 79.134 98.43 Center to AMR8531 18.4R30 Wheel offset Center Overall Width - Position 3 -2.38 59.95. 79.05 A ' Position 4 •-2.00 60.7- 79.8 ' Position 5 2.00 .68.70 87.8 Position 6- 2.00 " 68.70 87.8. . f Position 7 -6.00 . 76.70' 95.8 • Position 8 6.38 77.45 96.55 Center to - AMR9246C 18.4R30 Wheel offset Center Overall Width Position 4 -1.77 61.16' ,. 79.56 • - Position 5 • " -1.77 - 68.24 86.64. h Position 6 -2,27 - 69.24 87.64' Position 7' - 5.73 .76.16 94.56 Position 8 • 7.73 -, 80.16 98.56 -- - Center to' • AMR9256B 18.4R30 .Wheel offset .Center `Overall Width Position 4 " '-2.03 ' ,60.65 , 79.4 '� llarr Position 5 .2.03 68.75 _ 87.5 Position 6 . ' .2.53' .69.75 •- 88.5 Position 7 - 5.48 75.65• _• 94.4 • - ' Position 8 . 7.48 - 79.65 ' .98.4 - -AMR9244D. • Center to• 18.4R30 , Wheel offset Center Overall Width ,--- Poston 4, , -1.23 '-62.24 •-• 80.64 / • Position 5 -. 1.23. 67.16 • 85.56 _ ' Position 6 4.77 74.24 ' '92.64 Position 7 - . ," 3.23. • - 71:16 . -89.56 Position 8 _ : 7.15' '':78.99:_ 97.39 'AMR9254B Center to r" 18-4R30 .Wheel offset-,Center Overall Width - ' 1 Position -1.23 62.24• 80.64 ' Position 5 . 1.23 67.16 '"85.56 , •" :Position 6 - 4.77 ' ' 74.24 92.64 Position 7 . - 3.23 71.16 ' 89.56 - , • - Position 8 , • 7.15' ' 78.99 . '97.39 - AMR9257 Center to - ' 18.4R30 . Wheel offset Center Overall Width . Tractor Axle Position 4 .:1.23 62:24 .79.14 Right Side Rear View - Position 5 1.23' '67.16' 84.06 Position 6• ' ' 4.77 74.24 -- 91.14 Position 7 3.23 -• 71.16 " 88.06 _ _ Position 8. 7.15- - .-78.99 - . "95.89. ` • I AMR9258 - Centerto , ' 18.4R30 - Wheel offset 'Center Overall Width • Position 4• -1.77 ' 61.16 , ' 78.06 Position 5 _1.77 -.'68.24 '- 85.14 Position 6 ' ' _ 2.27 69.24... .. 86.14 - ' - Position7-, - 5.73 - -76.16' 93.06. Position 8- :7.73 - , 80.16 - 97.06 • • • Exhibit --4.NOTEI Postions shown are only positions available. • scDct4 . . Specifications subject to change without notice. May 24,2017 Utility/Agricultural Tractors M6-101/111 pg 6 KUBOTA M6-111 TRACTOR AVAILABLE WHEEL SPACING. AMR9256B 18.4R34 Center to - Wheel offset .Center Overall Width Position 4 -2.03 60.65 79.40 Position 5 . 2.03 _ 68.75 r 87.50 - Position 6 2.53 69.75 88.50 - ' Position 7 -. 5.48 75.65 94.40 ICHIr''' 1 . Position 8 7.48 79.65 98.40 Center to . . AMR9254B 18.4R34 Wheel offset Center Overall Width Position 4 -1.23 '62.24 80.99 - Position 5 1.23. 67.16 85.91 2 Position 6 4.77 74.24 92.99 - Position 7 3.23 71.16 89.91 Position 8 7.15 78.99 97.74 .2 AMR92446 .. Center to - z 18.41134 Wheel offset Center Overall Width rc.Position 5 1.23 63.06 81.46 - Position 6 . 4.77 70.14 88.54 w Position 7 3.23 67.06 85.46` Position 8 7.15 - 74.89 93.29 AMR9246C Center to / 18.4R34 . Wheel offset Center Overall Width Position4 '-1.77 61.16.. 79.56 - • ' Position 5 1.77 68.24 _ - 86.64' Position 6 2.27 69.24 `87.64 • Position 7 5.73 76.16 . 94.56 Position 8 - 7.73- 80.16. 98.56. --", I !! AMR9257 - Center to - _ 18.4R34- Wheel offset_ Center, Overall Width Position 4 - -1.23 _ 62.24 . .79.14 Position 5 1.23 .67.16 84.06. - Position 6 ' 4.77 '74.24 91.14 - Position 7 3.23 - 71.16 88.06 H. , Position 8 , 7.15 78.99 95.89 "' - 6 AMR9258 . I Center to 18.4R34 Wheel offset Center Overall Width • Position 4 .,-1.77 61.16 78.06' - _ ' Position 5 1.77 ' • 68.24 85.14 - r Position 6 2.27 69.24 _ 86.14, Position 7 5.7376.16' 93.06 / Position 8. ' - 7.73 80.16 97.06: AMR8531. • Center to -- 18.4R34 Wheel offset Center. Overall Width , Position 3 -2.38. 59.95 . 79.05 . I , Position 4 .. -2.00. 60.7- 79.8 a t Position 5- . . 2.00 68.70' _ "87.8• 6r Position 6 - . .2.00 - 68.70-- .87.8-. -11 • •Position 7 -6.00 . 76.70 95.8 Position 8' 6.38 77.45 96.55' • AMR8514A Center to - 18.4R34 -Wheel offset Center Overall Width _Position 3 -2.34- -60.014 ' .79.314 Tractor Axle Position 4,-. -0.34 -64.014 - 83.314 Right Side Rear View -Position 5 0.34 65.39 84.686 Position 6 0.84. 66.39 - 85.686 ' .. ill 'Position 7 5.22, - . 75.13•1 . -94.434 -, Position 8 17.22 . .79.13 98.434 Exhibit#ft --itiNOTEI Postions shown are only positions available. . l(r. . Specifications subject to change without notice. May24,2017 Utility/Agricultural Tractors • M6-101/111-pg7 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 1/ i ,1 Yl ` � Ci1 ,being first duly sworn,deposes and says that he/she is familiar ith 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. I am now and at all times relevant he ern have been employed by Akft M o r_6 f r (the"Employer") in the position of S tL(z 5 .9 0 rd a f o r 3. I am familiar with the employment policies,practices,and procedures of the Employer and have the authority to act on behalf of the Employer. 4. 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 Cannel, Indiana. • 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the day of 10 t1LAC::r` ,20 a • 0.).„; AttAitjeta 4 Printed: 0...A /Ay S rl. I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. A I Printed: 1 S h a INDIANA RETAIL TAX EXEMPT Page 1 of 1 City of Ca.riiiiel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103719 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AR CARMEL, INDIANA 46032-2584 VOUCHER,DEUVERY MEMO,PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1/22/2020 00351502 Lease=0 MACALLISTER MACHINERY CO INC Street Department • VENDOR MACALLISTER RENTALS SHIP 3400 W.131st Street DEPT 78731 PO BOX 78000 TO Carmel,IN 46074- DETROIT,MI 48278--0731 . (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT --43721 • QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1206 Fund: 0 Capital Lease Fund Account: 44-650.01 1 Each 2020 Tractor $135,100.00 $135,100.00 Sub Total $135,100.00 • • ,\,^1�7A} }1J6 13 1.. Send Invoice To: Street Department • 3400 W.131st Street Carmel,IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT PAYMENT $135,100.00 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 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY Dave Huffman Dave Huffman TITLE Director Director CONTROL NO. 1 03719 CONTROLLER