Loading...
Deeds Equipment Company, Inc.CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for alt bids) (Please type or print) Date:--~3une 21, 2000 1. Govermnental Unit: Board--of PUbliCJ,Znrk'~ & Raf'~,hy of the City Of Carmel 2· Courtly: Hamilton County 3. Bidder (Firm): Deeds__EclLuipment Company, Inc. Address: 7720 Records Street City/State: _L~Wrence, Indiana 46226 4. Telephone Number: 3~7-545--3331: 800-J?.4-Z---4028 5. Agent of Bidder (if applicable): Daniel A. Brannan Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete · Board of Public Works & afety the public o ks proJec of Gi, t of Carmet (~overnmental Unit) in accordance with plans wr y ..... ~ signed further agrees to furnish a bond or cert~iecYch~ w~'t~rthis bid for an amount specified in the notice of lhe letting. If alternative bids apply, submit a proposal for each in accordance with the notice. If additional units of material included in the contract are needed, the cost of Units must be the same as that shown in the original contract. if the bid is to be awarded on a unit basis, the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee. or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES Si"EEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obliga- tion to use steel products made in the United States. I.C. 5-16;8-2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. NON--COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding· He further says that no person.or persons, firms, or corporation has, have or will receive directly or indirect- ly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief· Dated at f~a~;renc~, Tndi~na_ this ?l .~t' day of June, 200Q~9~ Daniel A. Brennan, Vice President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF INDIANA ) ) ss: COUNTY OF MARION ) Dan '~ F, 1 A. R rpnnan being duly sworn, deposes and says that he is _V. iee~gj(~ept of the above Deeds E~uami~r~atnizaCt,Oo~pany, Inc .and that the e ( o statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this 21st day of June, 2000 ~x Antoinette M. Denny My Comission Expires: County of Residence: i0/27/06 Marion SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equip- ment to be used by the subcontractor, and whether you expect to require a bond. 3. What equipment do you intend to use for the proposed project? 4. Have you made contracts or received offers for all materials within prices used in preparing your proposal? SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial state- mere as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of th~ bidder's capability for completing the project if awarded. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at Lawrence, Indiana this 21st dayof June, 2000 ,~ D ds Equipment Company, Inc. Name o r a n By ~ )~~ ~f Daniel A. Brennan, Vice President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF TNDTAN;~ ) ) SS: COUNTY OF HARTON ) Daniel A. Brennan being duly sworn, deposes and says that he is Vice pr,=,.~r],=,n~'. oftheabove Deeds Equipment Company, Iraqhdthatthe (Titie) (Name of Organization) answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this 21s~. day of June, 2000 ,~ Notary Public ~ Antoinette M. Denny My Commission Expires: 10/27/06 County of Residence: Marion Bond No. 1120744 BID BOND TO ACCOMPANY MERCHANDISE PROPOSALS KNOW ALL PERSONS BY THESE PRESENTS, that we DEEDS EQU I PNENT COMPANY I NC 7720 RECORDS ST INDIANAPOLIS, IN 46226 as Principal and FEDERATED MUTUAL INSURANCE COMPANY OF OWATONNA, MINNESOTA, a corporation, organized and existing under the laws of the State of MINNESOTA and having its principal place of business at 121 East Park Square, Owatonna, Minnesota, as Surety, are held and firmly bound unto CITY OF CARMEL CARMEL, IN as Obligee, inthesumof 10.% OF THE BID Dollars ($ ) for payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid for the following articles: BID-PLOWS, BEDS & HYDRAULIC SYSTEM NOW, THEREFORE, if the bid of the aforesaid Principal shall be accepted by the aforesaid Obligee and the Principal shall faithfully perform the terms and conditions of the accompanying bid as may be required, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed and sealed this 21ST day of JUNE 2000 White: Obligee's COpy CanaW: Principal's Copy Pink: Division Office COpy Goldenrod: MR Copy DEEDS EQUIPMENT COMPANY INC BY ~ (Title) Daniel A. Brennan, Vice President FEDERATED MUTUAL INSURANCE COMPANY BY:~'~ROUSH/~2 ~(/ (attorney'(~'~n'fact) AF-19M (05-96) KNOM ALL MEN BY '~SE PRESENTS: That FEDERATED ~U~UAL INSURANCE COMPANY, a COrporation duly organized and existing under the laws of the State of Minnesota, and having its principal office in the City of Owatonna, State of Minnesota, does hereby constitute and appoint: LISA ROUSHAB of the City of 0WAIfM~iA State of MIM~ESOTA purposes: its true and lawful attorney for the following To sign its name as surety to, and to execute, affix the seal, deliver any and all surety bonds and penalties not exceeding: OI~EHtN~EDTHOUSAI~ DOLLARS ($100,000) EACH acknowledge and DEEDS EQUIPMENT COMPANY INC INDIANAPOLIS, IN The execution of such bonds or undertakings in pursuance of these presents shall be binding upon the Company as if they had been executed and acknowledged by the regularly elected officers of the Company. This Power of Attorney granted by Federated Mutual Insurance Company shall terminate when the designee ceases to be: 1} Employed by Pederated Mutual Insurance company or 2) EatplOyed by Federated Mutual Insurance O0mpany in a job for which such Power of Attorney is required. IN WITNESS WHK~EOF, the said FEDERATED MI~EUAL INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its Senior Vice President and Assistant Secretary this the 27th day of March 19 96 . e (SEAL) $ nior Vice President STATE OF MINNESOTA COUNTY OF STEELE On this 27th day of March 19 96 personally appeared before me, the undersigned notary publio, Jon R Ber~lund and David ~Pams~ to me personally known, who, eaoh being duly sworn by me, did say that they are respectively the Senior Vice President and Assistant Secretary of the FEDERATED MutUAL INSURANCE COMPANY and that the seal affixed to this instrument is the corporate seal of _said COrporation and that this instrument was signed and sealed on behalf of said COrporation by authority of its Board Of Directors and said Jon R Ber~lund and David W Pamsev acknowledge said instrument to be the free act and deed of said Corporation~ (SEAL) COpy OF RESOLUTION "BE IT RESOLVED that the President or any Vice President in conjunction with the Secretary is hereby authorized and empowered under the corporate seal of the Company, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of the Company, in its name and as its act to execute and deliver, anywhere in the United States or Canada, any and all bonds and undertakings of suretyship and other documents that the Ordinary course of surety business may require." "BE IT ~u~'x~ RESOLVED that the Power of Attorney or other document appointing such person or persons as attorney or attorneys-in-fact or agent or agents of the Company may either be personally signed by the President, any Vice President, the Secretary or may be executed by said officers by means of facsimile signatures. The said personal signatures or facsimile signatures shall not require the Company seal or any other seal and shall be valid and binding on the company if executed either by personal signature or facsimile signature and with or without the Company seal being affixed thereto." I, the undersigned, hereby certify that I am a Senior Vice President of the FEDERATED ~u'ruaL IMSURANC~ COMPANY, a Corporation duly organized and existing under the laws of the State of Minnesota and that the foregoing is a true and complete co[y of the original Power of Attorney given by said Company to: LISA RO~ of 0WATOM~A, MIM~[5OTA authorizing and eml~owering such person to sign bonds as therein set forth,. which Power Of Attorney has never been revoked and is still in full force and effect. I further ce=tify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company duly called and held at the office of the Company in the City of Owatonna, Minnesota on the 20th day of APril, 19 82 at which meeting a quorum was present and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of the said meeting. PURSII~NT to the By-Laws of Federated Mutual Insurance company, Article 8, Section 1; in the absence or inability of the Secretar~ to act, his duties shall be performed by the Assistant Secret.aries in the order of their rank. IN TESTIMONY W~mMEOF, I have hereunto set my hand and affixed the seal of the FEDERATED ~uTUAL INSURANCE COMPANY this the 215T day of dUNE ~. 2000 (SEAL) FEDERATED MUTUAL INSURANCE COMPANY Equipment Corepaw IncQfporated Dave Klingensmith City of Carmel Street Department 211 Second Street SW Cannel, IN 46032 June 21, 2000 Dave, The following are the quotes for the dump truck equipment as per the City of Cannel specifications for bids due June 21, 2000. All items are as per specifications, with no exceptions. 1. One ton salt spreader One (1) new Highway Super P8 Mater'ml Spreader complete with hydraulic drive; heavy duty top screens; inverted V shield; mounting hardware; extended spinner housing; painted Highway yellow; and all standard equipment. Installed by Deeds in our shop. FOB Lawrence, IN $4,265.00 2. Central hydraulic system for one ton One (1) new Deeds Fan Belt Driven Central Hydraulic System complete with all items as listed in the specifications. Installed by Deeds in our shop. FOB Lawrence, IN $4,200.00 3. Closed center load sensing hydraulic systems Two (2) new Deeds Pressure Compensated Central Hydraulic System complete with all items as listed in the specifications. Installed by Deeds in our shop. FOB Lawrence, IN $5,800.00 each x 2 = $11,600.00 4. 10' Multi-purpose dump body One (1) new Air Flo FND-10-RS Multi-purpose dump bodies complete with 1/2 cab shield; poly spinner disc; mud flaps; painted red; all standard equipment; and all items as listed in the specifications. Installed by Deeds in our shop. Light package to be provided and installed by Cannel Street Department. FOB Lawrence, IN $15,960.00 5. 13' Multi-purpose dump body One (1) new Air Flo FND-13-RS Multi-purpose dump body complete with air tailgate; poly spinner disc; mud flaps; painted red; all standard equipment; and all items as listed in the specifications. Installed by Deeds in our shop. Light package to be provided and installed by Carreel Street Department. FOB Lawrence, IN $20,392.00 6. 10' Snowplows Two (2) new Root RT52-10 Snow Plows complete with 34" Root Quick Hitch; two cylinder (3") power reverse; extra trip spring; rubber snow shield; 5/8" x 8" cutting edge; comer markers; all standard equipment; and all items as listed in the specifications. Installed by Deeds in our shop. FOB Lawrence, 1N $6,381,00 each x 2 = $12,762.00 7720 Records Street, Lawrence, IN 46226 · 800-841-4028 · FAX (317)545-3334 www. deedsequi pment. corn Dave Klingensmith June 21,2000 City of Carmel Street Department page 2 7. Calcium chloride spray systems Two (2) new Calcium Chlorine Spray Systems complete with Swenson LSSE electric spray controls and pump; and all items as listed in the specifications. Installed by Deeds in our shop. FOB Lawrence, IN $1,600.00 each x 2 = $3,200.00 Total Package Cost Total Package Cost $72,379.00 Thank you for allowing us to quote the listed equipment for your needs. Please feel fxee to contact me at 545-3331 if you have any questions or need further information. i~sentative 7720 Records Street, Lawrence, IN 46226 · 800-841-4028 ° FAX (317)545-3334 www. deedsequipment.com DEEDS EQUIPNIENT CONIPANY, INC. EQUAL OPPORTUNITY CERTIFICATION Deeds Equipment Company wishes to comply with the reqnirements of Executive Order 11246, (as amended by 11375) relating to Equal Employment Opportunity and non-segregated facilities, Executive Order 11625 relating to the utilization of minority business and the Laws and regulations relating to the employment of veterans and handicapped persons. A. EXECUTIVE ORDER 11246 - EOUAL OPPORTUNITY CLAUSE 1. ~hesellerwll~n~td~s~r~mina~eagainstanyemp~yee~rapp~cantf~remp~ymentbecause~race~cul~r~relig~n,sex~r national origin. The seller wfil take affirmative act/on to ensure the applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be lintted to the following employment, upgrading, demotion, or h~nsfer, recruitment or recrutmleut advertising, layoff or termination, rates of pay or other forms of compensation, and selection for trainine~ including appcenticesh/p. The seller agrees to post in conspicuous places; available to employees and applicants for employment, notices to be pro~qded by tile contracting officer setting forth the provisions of tins nondiscrimination clause. 2. The seller will, in all solicitations or advertisemeuts for employees placed by or on behalf of the seller, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 3. The seller will send to each labor union or representative of woekers with which he has a collective bargaining agreement or other contract or understandinr9 a notice to be provided by the agency contracting officer, advising tile labor union or warker's representative of the seller's commitments under Section 202 of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375 of October 13, 1967, and shall post copies of the notice in conspicuous places available to employees and applicants for employmeut. 4. The seller will comply wllh all provislans of Executive Order 11246 of September 24, 1965, as amended by Executive Order 1137S of October 13, 1967, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The seller will furnish all hifornnation and reports required by Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375 or October 13, 1967, and by the rules, reguhtions, and orders of the Secretary of Labor, or pursuant thereto and will permit access of his beaks, records, and accounts by the contracting agenQ' and the Secretary of Labor for purposes of investigation to ascertain compliant with such rules, regulations, and orders. 6. In the event of the seller's noncompliance x~tth the nondiscrimination chuses of this contract or~vith any of such rules, regulations, or orders, lids contract nay be canceled, tented or suspended in whole or in part and the seller may be declared ineligible for further Govermneut coinracts in accordance with procedures authorized in Exeaah'e Order 11246 of September 24, 1965, as antended by Executive Order 11375 of October 13, 1967, and such other ssa~ctions may be hnposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375 of October 13, 1967, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. TIle seller will include the provisions of paragcaphs (1) througi~ (7) hi every subconnect or purchase order unless exempted by ales, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375 of October 13, 1967, so that such provisions will be binding upon each subcontractor or vendor. The seller will take such action svtth respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such pro~nislans including sanction for noncompliance; Provided, however, that in the event the seller becomes involved hi, or iS threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the seller my request the Untied States to enter into such litigation to protect the interests of the United States. 8. Seller certifies to the filing of annual compliance reports ou Standard Form I00 (EEO-I) In compliance with Section 60-1.7 of Rules and Regulations, Office of Federal Contract Compliance (EEO), Deparnnent of Labor, unless exempt under 60-1.5 and to the requirement of a sinlllar certification from each of its nonexempt sellers. 9. Seller certifies to tile maintonance of a written and signed affirnnative action phn as specilled in Sub-part C Ancllhry Matters. Section 60-1.40 of Rules and Regulations. Office of Federal Contract Couspllance (EEO), Department of Labor, for each of Us establishments and certifies further the requirement of a similar certification from each of its non-exempt sellers. B. CERTIFICATION OF NONSEGREGATED FACILITIES 1. Seller certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments and that it does not and svill not permit its employees to perform sen'ices at any location under its conlrol, where segregated facilities are maintained. Seller understands and agrees that a breach of this eerti~cotion is a violation of the Equal OpportuniD' Clause required by Executive Order 11Z46 of September 24, 1965, as amended by Executive Order 11375 of October 13, 1967. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restaurants and other eating areas, time docks, rest rooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation or housing facilities provided for employees which are segregated by written or oral policies or are in fact segregated on the basis of race, creed, color, or national origin because of custom or periods, it will obtain similar certifications from proposed subcontractors prior to the award of subcontracts exceeding 510,000 which are not exempt from the provisions of the Equal Opportunity. Clause, that it xs~ll retain such certifications in its tiles and that it will forward the following lype of notice to such proposed subcontractors, except where the proposed subcontractors have submiRed similar certifications of such time periods: NOTICE TO pROSPECTIVE SUBCONTRACTORS OF REQUIRESiENTS FOR CERTIFICATIONS OF NON-SEGREGATED FACILITIES. -~. Certificafion of Non-segregated Facilities, as required by the May 9, 1967 order on Elimination of Segregated Facilities by the Secre:ary of Labor (32 Fed. Reg. 7439, May 19, 1967), must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. The certification may be submitted either for each subcontract or for all subcontractors during a period (i.e., quarterly, semi-annually, or annually). C. EXECUTIVE ORDER 11625 - MINORITY BUSINESS ENTERPRISE 1. It is the policy of the Government that minority business enterprises shall have the maximum practicable opportuni~' to pa o ,ct Is po,l in the award of ins snhcon cts to the fu,ies, e. en, 2cLnsistent with the elficient performance of the contract. As used in the contract, the term "5!inorlty Business Enterprise" means a business, at least 50 percent of which is owned by minority group members or, in the ease of publicly owned businesses at least ~1 percent of the stock of which is o~aed by the minority group members. For the purpose of this definition. ;nlnority'group members are Negroes, Spanish-speaking American persons, American-Orientals, American- Indians, American-Eskimos and American-Aleuts. Sellers may rely on written representations by subcontractors regarding their status as minorily business enterprises in lieu of an independent investigation. D. EMPLOYMENT OF VETERA~NS As provided in E.O. 11701 and 41 CFR 6-250.4 the seller agrees that all employment openings of the seller which exist at tl~e time of execution of this contract and those which occur during the performance of this contract, including those not generated by the contract and including those occurring at an establishment of the seller other than the one wherein the contract is being performed but excluding those of independently-operated corporate affiliates, shall, to the maximum extent feasible, be offered for listing at an appropriate local office of the Federal-State Employment Service System wherein the opening o~curs, and to provide such periodic reports to such local office regarding emplo>~nent openings anti hires as may be required; provided, that this provision shall not apply to openings winch the seller fills from within the seiler's organization or are filled pursuant to a customary and traditional employer-union hiring arrangement and that the listing of employment openings shall involve only the normal obligations which attach to the placing of job orders. 2. The seller agrees further to place the above provision in any subcontract directly under this contract. 3. As provided in Section 2012 of the Vietnam Veterans Readjustment Act of 1974, ss~th respect to all contracts in the amount of $10,000 or more, the seller shall take affirmative action to employ and advance In employment qualified disabled veterans and veterans of the Vietnam era, E. EMPLOYI%{ENT OF HANDICAPPED pERSONS f rth in re ulations promulgated pursuant to the Rehabilitation It is hereby agreed that the following pcovlsions which are set o g Act of 1973 are made a part of any ex~isting or future contract which are subject to Section 503 of the Act. 1. The seller will not discrimate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant is qualified- The seller agrees to take affirmative action to employ, ath'ance in emplo.vment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following employment, upgradinV~ demotion or transfer, recruitment or recruitment adverfising~ layoff or termination, rates of pay or other forms of compensation, and selection for s% cappedin d.ld file sa corn p,ain, - -- these IIer tha, he isno' co m p'y g wi,hthe requirements of the Act, he ~ll (1) investigate the complain and take appropriate action consistent ~s~lth the requirements of 20 CFR 741.29, and (2) maintain on file for three years the record regarding the complaint and the actions taken. 3. The seller agrees that, if a handicapped individual files a complaint with the Department of Labor that he has not complied with the requirement of the Act, (1) he will cooperate with the Department in its investigation of the complaint, and (2) he will provide all pertinent information regarding his employment practices with respect to the handicapped- 4. The seller agrees to comply with the rules and regulations of the Secretary of Labor in 20 CFR CH. VI part 741.~. 5. In the event of the seller's noncompliance with the requirements of this clause, the contract may be terminated or suspended in whole or in part; 6. This clause shall be included in all subcontracts over $2,500. AI)DI;NDI. M: ('orepiny President is our hlual Employment Opportunit.~ Olllcer and ~jll coordinate and advise staff members in non discrimilmliou eeceuiting and promotion. F'urtl~er, to assure lion discrllnlllatlon ill reci-ult|ng, all en}llloyment openings ~xjll be posted and aclvertised hi newspallers s~ith a circulatbn to reach minority applicants and encourage current employees to refer minoril?' applicants. ro assm'e for ad'~'ancement of all emplo)et, s regardless of age. sex, n:ltional origin. color. religion or ha~ldlcap. All job openings will be posled and applicants and emplo.~ees may apply. An?' Iraining schools or h'ainin~ l~rograms o~¥red b,v our suppliers in each respective area x~nill lie ollered equally to all emplo.~ees in lheir specific areas. Assure nondiscrindnalor) pa.~', other coml~etlsation, and working conditions b.~ periodically taking appropriate sleps, ~uch as: a. Examining rates ol pa.~ and lringe benefits l'or present emlllo.~ees x~ith equivalent duties, an~l adjusting any inequities I'ound: b. Not reducing the compensation of existing emplo?'ees with equivalent duties. and adjusting any inequities found: c. Ad'dsing all qualified employees x~henever there is an opporlunit?' to peeform overtime work. In z'e~ard to demotion, I:~yoll', er tern~hl,Hiau x~e require ad~auce cltlarance ol such actions througl~ our compan.~ 's Equal En~plo.~ merit Opportunil.', Olliccl. Any employee havi~g a complaint oil the basis of discrimination call lile such complaint with his/her immediate Snpe~wisor. l'he mailer will lhen be pre~ented Io our l';qual En~ph~ynlent Opporlunily Officer for evaluation. lmmediale action x~jll be taken by Deeds Equipment { ?omp:m)' Io clear up any discrimination if foun~L Deeds Equipment Company also states that il ~11 no| retaliate againsl an enlpl~0ee s~ ho lliles a ~riex'ance, We xxnill nol discrlmiuate against anyone on the basis o[ ancesB'.v. I"tlIS CERTII;'ICAII,: .SH ~,t.1 BE iC}'I"EC[IVI': FOR ~.)2NE (1) ~ }.;AR FROM It11' DAI I: S'13.nJ ED BI.'LO~','. I~l:FLI)$ ILQFI FMI.;N I COMPANY. IN(. JOHN K, B}?.ENNAZN, PRESIDI.2N 1 IZQUAI. l"x, lPI OYMFNT OPPORIIr'NII"~ OFt,'If'ICR 1" June 19, 2~d0 DEEDS EQUIPMENT CO., INC. INCOME STATEMENT - YEAR TO DATE PERIOD ENDING MARCH 31, 2000 Total Revenue: Cost of Sales: Gross Profit: Total Expenses: Net Income From Operations: Other Income & Expenses: Net Income $3,612,918.91 $2,975,387.71 $ 637,531.20 $ 552,814.32 $ 84,716.88 $ (7,296.29) $ 77,420.59 DEEDS EQUIPMENT CO., INC. BALANCE SHEET - YEAR TO DATE PERIOD ENDING MARCH 31, 2000 Cash & Equivalent: Total Receivables: Total Inventory: Other Current Assets: Total Current Assets: Fixed Assets (Net): Other Assets: Assets $ 527,827.85 $1,667,873.14 $2,686,489.26 $ 22,565.81 $4,904,756.06 $ 731,707.97 $ 71,737.02 Total Assets: $5,708,201.05 DEEDS EQUIPMENT CO., INC. BALANCE SHEET - YEAR TO DATE MARCH 31, 2000 Current Liablities: Long Term Liabilities: Total Liabilities: Liabilities and Equity $3,655,608.12 $ 254,455.48 $3,910,063.60 Total Equity: Equity $1,798,137.45 Total Liabilities and Equity: $5,708,201.05 2000 EOUIPMENT FOR TRUCKS DESCRIPTION OUANTITY UNIT PRICE AMOUNT One ton salt spreader Central hydraulic unit for 1 ton truck spreader Closed central sensing hydraulic systems 10' multi-purpose bed 13' multi-purpose bed 10' snow plows Calcium chloride spray systems 1 $4,265.00 $4,265.00 1 $4,200.00 $4,200.00 2 $5,800.00 $11,600.00 1 $15,960.00 $15,960.00 1 $20,392.00 $20,392.00 2 $6,381.00 $12,762.00 2 $1,600.00 $3,200.00 TOTALA!VIOLTNT $72.379.00 MINIMUM SPECIFICATIONS FOR A SELF-CONTAINED HOPPER TYPE MATERIAL SPREADER INTENT It is the intent of these specifications to describe a self-contained hopper type design material spreader. This unit shah consist of a carbon steel body, feed conveyor, spinner disc, power drive, and all components necessary to make a complete operating unit. It shah be capable of uniformly spreading sand and/or chemicals up to a forty foot NOTICE TO BIDDERS Notice is hereby given that the Board of public Works and Safety of the City of Carmel, Hamilton County, Indiana, will receive sealed bids, during regular business hours, up to, but not later than 10:00 a.m. E, S. T. on June 21, 2000, at the office of the Clerk-Treasurer, One Civic Square, 3~a floor, Carreel, Indiana, 46032, for the following items: 1) 2) 3) 1 new one ton salt spreader Central hydraulic unit for one ton truck spreader 2 (two) closed central load sensing hydraulic systems (one for I ¼ T. truck, one for 2 T. truck) I new 10' multi-purple dump body 1 new lY multi-purpose dump body 2 new I0' snow plows 2 calcium chloride spray systems for I ¼ and 2 Ton trucks All bids must be accompanied by a certified cheek or bid bond in the mount often percent (10%) of the bid, and upon acceptance by the City ofCarmel, a performance bond equal to one handred percent (100%) of the bid will be required before work begins. General Form No. 96 must be complemd and filed as a part of the bid package. All bids are to e sealed with the words "BID - Plows, Beds and Hydraulic Systems" on the lower leR hand comer of the envelope. Bids will be opened and read aloud at 10:00 a.m. June 21,2000, at the Board of Public Works and Sat~ty Meating on the 2"~ floor of Carmel City Hall, One Civic Square, Carreel, IN. All persons interested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file at the Cannel Street Department. 211 2"d St. S. W., Carreel, IN 46032 Questions regarding this solicitation must be written and delivered to the Cannel Street Department. All responses will be written and made a'~ilable with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions have been received and/or answered. The submitied proposal must be in compliance with IC 36-1-9-8.5. The Board of Public Works and Safety reserves the right to reject and'or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitation when it is not in the best interests of the governmental Ixxty as determined by the purchasing agency. in accordance with IC 5-22-18-2. Diana L. Cordray, Clerk-Treasurer Please publish June 1~ and June 8th, 2000. D. BAFFLES Controlling the width and direction of material being applied shall be done using adjustable baffles. Two 12 gauge carbon steel internal baffles shall control the placement of the material on the spinner disc. There shall be three 12 gauge external baffles positioned on the left, right, and rear of the spinner disc controlling spread width. These baffles shall be easily adjustable and done without the use of tools. There shall be a fixed position 12 gauge fourth baffle in the front of the spinner disc. This baffle will protect the vehicle from material spray. COMPLY IN ALL RESPECTS x Yes No E. MOUNTING A mounting kit shah include four eyebolts, mounting chains, and heavy duty load binders with a rating of S000 pounds. COMPLY IN ALL RESPECTS x Yes No F. POWER DRIVE AND CONTROLS One low speed hi-torque hydraulic motor will drive both the conveyor and the spinner. Hydraulic motor to connect directly to conveyor gear case with roller chain drive to the spinner. In-cab flow control valve to operate spinner and conveyor is included in the central hydraulic system specifications. COMPLY IN ALL RESPECTS x Yes No G. iNVERTED 'W" SHIELD A protective inverted "V" shield to be installed above the conveyor to reduce load pressure. The "V" should be supported by two cross body supports, and the "V' should allow height adjustment in order to provide for various material densities. COMPLY IN ALL RESPECTS x Yes __ No H. SCREENS OVER HOPPER A flat screen with 1/8" x 1-1/2" angle iron frame and 3/8" diameter rods on 2-5/8" centers is to be provided to prevent oversize material from entering the hopper. COMPLY IN ALL RESPECTS x Yes ~ No I. PAINT In order to provide superior paint coverage, the manufacturer of this spreader shall adhere to the practice of post paint assembly in the manufacturing process of the unit. Each component is to be individually cleaned with a chemical solvent. Exposed seams be chemically sealed, before a primer being applied. Two coats of epoxy primer will be applied to the cleaned steel using electrostatic spray equipment. It shall be painted red to match chassis. The top coat, of the body and spinner chute, will also be a multi- component lead and chrome free acrylic urethane paint. COMPLY IN ALL RESPECTS x Yes No J. OPERATION AND MAINTENANCE MANUAL A manual is to be furnished with the unit to promote safe operation and maintenance procedures, and parts listing for the unit. COMPLY IN ALL RESPECTS x Yes No MINIMUM SPECIFICATIONS FOR A FAN BELT DRIVEN PUMP CENTRAL HYDRAULIC SYSTEM The hydraulic system shall consist of a dual fan bek driven heavy duty 12 volt electric clutch pump rated at 15 gpm at 3000 psi at 2000 rpm, Illuminated electric switch shah be mounted on dash in cab. A three bank Gresen control valve shall be mounted between frame rails with power beyond for material spreader. Heavy duty Morse cables with controllers on pedestal in cab with flow control valve for on/offand control of material spreader. A twelve gaBon hydraulic fluid reservoir with spin on type filter shah be mounted on the outside of the frame rail. Hydraulic lines shah be installed to the rear of the truck for snow plow up/down and angle, and to the rear of the truck for the material spreader, with quick disconnect couplers. All components, hoses, and fittings for a complete and operable system shah be supplied and installed. All control functions shah be labeled accordingly. COMPLY IN ALL RESPECTS Yes No x MINIMUM SPECIFICATIONS FOR A CLOSED CENTER LOAD SENSING HYDRAULIC SYSTEM HYDRAULIC PUMP: The hydrau~c pump shall be a U.S. manufactured axial piston pressure and flow compensated load sensing type. The pump shall be cast iron construction and rated to 4.00 cubic inches per revolution at maximum stroke. The pump shall have a two inch suction line. The pump shah be rated for up to 3000 r~m and pressure. The pump shall have a 1¼' keycd drive shaft and SAE type C mounting flange. The pump shah be model PAVC 65 Parker load sensing pump, or equal. A I" steel ball valve shah be at the outlet of the pump. COMPLY IN ALL RESPECTS x YES NO MOUNTING: The hydraulic pump shall be mounted with shaft centerline parallel to the crankshaft canterline and at a level to create not more than a three degree angle on the drive ~c. The pump mounting shall be incorporated with a bracket fabricated to mount in the extended flame rails of the truck. COMPLY IN ALL RESPECTS x YES NO DRIVELINE: The hydraulic pump shall be driven directly off the engine crankshaft via a splined driveline to allow for movement. The driveline shall include grease fittings on beth u-joints. Spicer model 1310 series or equal. COMPLY IN ALL RESPECTS x YES NO RESERVOIR: The hydraulic reservoir shall be 40 gallon capacity and be equipped with the following: Basket type filler breather cap Magnetic drain plug 2" NPT suction with 100 mesh screen type f~ter Separate return port for control drain line Sight level and temperature gauge externally mounted Internal baffling COMPLY IN ALL RESPECTS x YES NO FILTER: The hydraulic oil pressure ~Iter shall be mounted at the reservoir and equipped with a 1-1/4" line check Zinga model LRV-12-3 or equal to be installed with the reservoir and filter to allow servicing of the filter without siphoning oil f~om the reservoir. The hydraulic fdter shall be 10 micron spin on type and rated for no less than 50 gpm. The return ~dter shah be Zinga model SF- 120-25 or equal with SE-10 elemem and falter condition indicator gauge. COMPLY IN ALL RESPECTS x YES NO VALVE CONTROLS: The valve controls shah be a Morse remote system with sealed cables. It must have bonnet-type connections at valve banks as to seal hydraulic valve spool ends. The valve controls shall be mounted at the right of and convenient to the driver. The cab controls are to be a combination of single and dual axis levers stacked together for operation of all sections in the hydraulic valve bank. The cables shall be stainless steel capable of 100 pounds of push and pull. COMPLY IN ALL RESPECTS x YES NO SPREADER VALVE: Spreader valve to be load sensing dual flow regulator pressure compensated type. Both controls to have 11 detent positions. Valve to be mounted on a stand with all hoses enclosed. COMPLY IN ALL RESPECTS x YES NO CONTROL VALVE: The control valve shall be U.S. manufactured. The valve is to be Gresen model V30/V20 or equal bad sensing stackable spool type with O'ring ports mounted outside of the f~ame rails outside the vehicle cab. Hoist section to be V30 and all other sections to be V20. Valve sections to be arranged as follows: 1. Hoist, double acting cylinder with down side work, port relief set at 500 psi. 2. Mid-inlet/transition section 3. Plow lif~, double acting cylinder with down side work port relief set at 500 psi. 4. Plow angle, double acting cylinder with auxiliary cross port relief valve to protect cylinder. 5. Spinner Attachment, dual compensated control. COMPLY IN ALL RESPECTS YES NO x MINIMUM SPECIFICATIONS FOR A 10' MULTI-PURPOSE DUMP BODY INTENT It is the intent of these specifications to describe a multi-use heavy-duty dump body. This dump body shah have a telescopic hoist and an integral conveyor built into the floor for conveying and/or spreading of ice control materials, chips for seal coating, asphalt or shoulder material, and hauling of brush or limbs. All electrical wiring shall be enclosed in watertight and weatherproof tubing and junction boxes. In order to avoid experimental and untried equipment, any unit proposed in this bid must have been in use by a final consumer for at least five (5) years. A user's list with a minimum of at least one hundred (100) bodies in service must be available and supplied upon request. A. BODY The overall length of the dump body shall be 10 feet. It shall have a struck capacity of 8 cubic yards without sideboards. The straight vertical sides of the body shall be made of 7 gauge steel. The top of the sides shall be boxed with a "C" section closure and full welded, The boxed top rail shall be 5" deep and 4-1/4" wide. The comer post shall be made from 7 gauge steel and be 5" deep and 15" wide. It will run full depth from the top of the gate to the bottom of the longitudinal and be full welded. The sides are to be supported by vertical gussets that are 4-1/2" deep, 7" wide and full welded. The bottom of the sides will have a 45 degree sloped rub rail that is 5" wide. The full function double acting tailgate shall be constructed of 7 gauge steel. There shall be four vertical gussets 6" wide, 2-3/4" deep and full welded. There ~vill be a boxed top horizontal gusset running full width that is 3" X 3-3/4" and full welded. The bottom horizontal rail shall be full ~vidth and sloped 45 degrees. The flat horizontal floor shall be made from 1/4" steel. The center of the floor shall have a double bar flight chain conveyor running the entire length of the body. The conveyor shall be flush with the floor of the dump body. The flat horizontal floor of the dump body and the bedplate of the conveyor, shall be supported every 12" by hot extruded, American Standard 4" structural steel I-beam which is 7.7 lbs. per foot. COMPLY IN ALL RESPECTS x Yes No B. CONVEYOR HOOD The conveyor hood is mounted in a rear opening of the tailgate of the dump body. It shall be capable of being shiPted to a forward e.,ctended position covering the rear end of the conveyor and to a retracted position where a front face of the conveyor hood is flush ~vkh an inner face of the tailgate. A horizontally revolving lbedgate is not acceptable. COMPLY IN ALL RESPECTS x Yes No The gate latch shah be made of 1/2" steel and have 1-1/4'pin. There will be threaded rod adjustments and have two yokes with 5/8" pins. The gate handle shall be supported by two angle iron 1/4" X 2" X 3" with a 1-1/4" rod. This handle will have a safety chain with a ring that will slide over the handle. All moving joints shall be equipped with accessible grease fittings. COMPLY IN ALL RESPECTS x Yes No C. DOGHOUSE To position more of the load toward the from of the track and leave less open space between the cab and the body, the body shall have a 10" deep by 2' wide lift cylinder doghouse. The body must be able to be n~ounted with no more than 5" between the cab and the from body panel COMPLY 1N ALL RESPECTS x Yes No D. CONVEYOR For ease of dumping operations, even taBgate spreading of aggregates (i.e. spreader apron, side discharge or stone spreader) the conveyor shah end flush with the rear of the body and shall not extend past the tailgate unit. When the double bar flight conveyor chain is moving material toward the rear of the body, the material shah be fed through the doghouse opening in the tailgate. This movement of material through the tailgate shall be used for conveniently charging attachments such as paving hoppers or cross conveying shoulder machines. The rear of the floor and rear conveyor shall have no openings by which material shah pass through before it moves rearward through the doghouse in the tailgate. The rear of the floor and rear conveyor shah seal tight against the taBgate and doghouse in the tailgate when the coal door is closed. This tight seal shah eliminate any material leaking out of the body. The conveyor shah feed material rearward through the coal door of the tailgate. The conveyor shall be 34" minimum width. The sides of the conveyor which are also the longitudinal members of the body, shah be constructed of Hot Extruded American Standard 12" Structural steel channel which is 20.7 lbs. per foot. There shah be an adequate number of 3" channel bracing welded to the bottom of the channel iron longitudinals. This 3" charmel bracing shall form the base of the unit that will rest on the truck chassis. The dump body floor shah be so formed that it fully covers the pintie chain links, #D667X. The double bar flight shah be 1/2" X 1-1/2" and welded to every link. The bedplate of the conveyor shah be made of 1/4" abrasion resistant steel. The conveyor shall be powered by one 6:1 ratio spur gearbox mounted to the right side of the 2" drive shat~. A hydraulic motor shah power the gearbox. A safety strut must be instailed and compb' with OSHA standards. COMPLY IN ALL RESPECTS x Yes NO E. DRIVE ASSEIVlBLY COVER Shall be bored in position easily detached to allow lbr ease of maintensnce of rear drive assembly. COMPLY IN ALL RESPECTS x Yes No F. SPINNER The spinner disc shah be made of polyurethane and be 20" in diameter. It shah have 6 formed vanes. There shall be a moveable, 2 piece round spinner deflector that is hinged at a 180 degree radius to allow beth halves of the deflector to be adjusted for spread pattern control. The disc shall be mounted to an "L" shaped arm. This arm shall be pin mounted in tubing, which will be mounted to the chassis of the truck. This "L" arm shall have 2 positions, one under the conveyor to receive material, the other position will be stowed under the truck chassis. COMPLY IN ALL RESPECTS x Yes No G. CAB SHIELD There shah be a 1/2 cab shield made from a minimum of 10 gauge steel. The 1/2 cab shield shall extend 22-1/2" from the front of the body and shall be reinforced vertically by two (2) 2" x 2" x 3/16" angle iron. COMPLY IN ALL RESPECTS x Yes No H. TELESCOPIC HOIST The hoist shah be of telescopic design. double acting and having a trunion mounting. The trunion mount shah have a 1-7/8" pin. Capacity shall be 20 tons. It shall be designed to operate up to 2500 PSI and shah be serf-bleeding. It shall have a 1/4" wall construction with bronze glands and pistons to assure a smooth and durable bearing surface. Each cylinder shall be internally sealed. The inside seals shah have a U-cup design made of nitral packing. The piston rod shall be machined from ASI 4140 and nitrated using the QPQ method to establish the following mechanical properties: Surface Hardness: Rockwell C60-C65 Surface Finish: RMS 20 (using ASTM B 117 salt spray) Approximately 7% surface area corrosion in 88 hours (or 10 times better than hard chrome plating) Fatigue Strength: Approximately 80% to 100% increase using QPQ as compared untreated sample. COMPLY IN ALL RESPECTS x Yes No I. HYDRAULIC CONTROL To operate the unit as a spreader. there shall be two variable speed hydraulic cab controls mounted in the cab. One control knob will govern the conveyor speed and the other will govern the spinner speed. COMPLY IN ALL RESPECTS x Yes No J. LIGHTS The body shall be equipped for a sufficient number of armored lights and reflectors so placed as to meet Indiana State and F.M.V.S.S. specifications. The standard chassis tail/brake lights shall be mounted in lower body openings on each side. All electrical w'uing shall be enclosed in watertight and weatherproof tubing and junction boxes. Tubing to be secured every 18" by means of clips and/or hangers. Taillight/strobe housing shall be recessed in comer post on each side to accommodate 3 rectangular lights, Taillight and strobes to be supplied and installed by Carmel Street Department COM~LY 1N ALL RESPECTS x Yes No IC MUD FLAPS There shah be black anti-sail type mud flaps behind the rear wheels and standard bhck 3/4 length flaps mounted rigid in front of the rear wheels. COMPLY IN ALL RESPECTS x Yes No L. PAINT Dump body shall be pa'mted after mounting and color shah match the cab. COMPLY IN ALL RESPECTS x Yes No PLEASE STATE APPROXIMATE DELIVERY TIME approximately 45 days after receipt of chassis MINIMUM SPECIFICATIONS FOR A 13' MULTI-PURPOSE DUMP BODY INTENT It is the intent of these specifications to describe a multi-use heavy duty dump body. This dump body shah have a telescopic hoist and an integral conveyor built into the floor for conveying and/or spreading of ice control materials, chips for seal coating, asphalt or shoulder material, and hauling of brush or limbs. All electrical wiring shall be enclosed in watertight and weatherproof tubing and junction boxes. The dump body must be able to accommodate a leaf collection box. In order to avoid experimental and untried equipment, any unit proposed in this bid must have been in use by a fmal consumer for at least five (5) years. A user's list with a minimum of at least one hundred (100) bodies in service must be available and supplied upon request. A. BODY The overall length of the dump body shall be 13 feet. It shall have a struck capacky of 13 cubic yards without sideboards. The straight vertical sides of the body shall .be made of 7 gauge steel. The top of the sides shall be boxed with a "C" section closure and full welded. The boxed top rail shall be 5" deep and 4-1/4" wide. The comer post shall be made from 7 gauge steel and be 5" deep and 15" wide. It will run full depth f~om the top of the gate to the bottom of the longitudinal and be full welded. The sides are to be supported by vertical gussets that are 4-1/2" deep, 7" wide and full welded. The bottom of the sides will have a 45 degree sloped rub rail that is 5" wide. The full function double acting taBgate shall be constructed of 7 gauge steel. There shall be four vertical gussets 6" wide, 2-3/4" deep and full welded. There will be a boxed top horizontal gusset running full width that is 3" X 3-3/4" and full welded. The bottom horizontal rail shall be full width and sloped 45 degrees. The flat horizontal floor shall be made from 1/4" steel. The center of the floor shah have a double bar flight chain conveyor running the entire length of the body. The conveyor shall be flush with the floor of the dump body. The flat horizontal floor of the dump body and the bedplate of the conveyor, shall be supported every 12" by hot e.,ctruded, American Standard 4" structural steel I-beam which is 7.7 lbs. per foot. COMPLY IN ALL RESPECTS x Yes No B. CONVEYOR HOOD The conveyor hood is mounted in a rear opening of the tailgate of the dump body. It shah be capable of being shifted to a forward e,'ctended position covering the rear end of the conveyor and to a retracted position where a front thce of the conveyor hood is flush ~vith an inner ti~ce ofthe tailgate. A horizontall>' revolving l~edgate is not acceptable. The gate latch shall be made of 1/2" steel and have 1-1/4"pin. There will be threaded rod adjustments and have two yokes with 5/8" pins. The gate handle shall be supported by two angle iron 1/4" X 2" X 3" with a 1-1/4" rod. This handle will have a safety chain with a ring that will slide over the handle. All moving joints shall be equipped with accessible grease fittings. COMPLY 1N ALL RESPECTS x Yes No C. DOGHOUSE To position more of the load toward the from of the truck and leave less open space between the cab and the body, the body shall have a 10" deep by 2' ~vide lift cylinder doghouse. The body must be able to be mounted with no more than 5" between the cab and the front body panel. COMPLY IN ALL RESPECTS x Yes No D. CONVEYOR For ease of dumping operations, even tailgate spreading of aggregates (i.e. spreader apron, side discharge or stone spreader) the conveyor shah end flush with the rear of the body and shah not extend past the tallgate unit. When the double bar flight conveyor chain is moving material toward the rear of the body, the material shall be fed through the doghouse opening in the tailgate. This movement of material through the tailgate shall be used for conveniently charging attachments such as paving hoppers or cross conveying shoulder machines. The rear of the floor and rear conveyor shah have no openings by which material shah pass through before it moves rearward through the doghouse in the tallgate. The rear of the floor and rear conveyor shah seal tight against the tailgate and doghouse in the tailgate when the coal door is closed. This tight seal shall eliminate any material leaking out of the body. The conveyor shah feed material rearward through the coal door of the tailgate. The conveyor shall be 34" minimum width. The sides of the conveyor which are also the longitudinal members of the body, shah be constructed of Hot Extruded American Standard 12" Structural steel channel which is 20.7 lbs. per foot. There shall be an adequate number of 3" channel bracing welded to the bottom of the channel iron longitudinals. This 3" channel bracing shall form the base of the unit that will rest on the truck chassis. The dump body floor shall be so formed that it fully covers the pintle chain links, #D667X. The double bar flight shah be 1/2" X 1-1/2" and welded to every. link. The bedplate of the conveyor shall be made of 1/4" abrasion resistant steel. The conveyor shah be powered by one 6: I ratio spar gearbox mounted to each side of the 2" drive shaft. The gearboxes shall be powered by a hydraulic motor. A safety strut must be installed and comply with OSHA standards. COMPLY IN ALL RESPECTS x Yes ~ No E. DRIVE ASSEMBLY COVER Shah be bored in position easily detached to allow for ease of maintenance of rear drive assembly. COMPLY IN ALL RESPECTS ~ Yes No F. SPINNER The spinner disc shall be made ofpolyurethane and be 20" in diameter. It shall have 6 formed vanes. There shall be a moveable, 2 piece round spinner deflector that is hinged at a 180 degree radius to aBow both halves of the deflector to be adjusted for spread pattern control. The disc shall be mounted to an "L" shaped ann. This arm shall be pin mounted in a tubing which will be mounted to the chassis of the truck. This "L" arm shall have 2 positions, one under the conveyor to receive material, the other position will be stowed under the truck chassis. COMPLY IN ALL RESPECTS Yes x No G, CAB SHIELD There shall be a 1/2 cab shield made from a minimum of 10 gauge steel. The 1/2 cab shield shall extend 22-1/2" from the front of the body and shall be reinforced vertically by two (2) 2" x 2" x 3/16" angle iron. . COMPLY IN ALL RESPECTS x Yes No H, TELESCOPIC HOIST The hoist shah be of telescopic design, double acting and having a trunion mounting. The trunion mount shah have a 1-7/8" pin. Capacity shah be 20 tons. It shah be designed to operate up to 2500 PSI and shah be self bleeding. It shah have a 1/4" wall construction with bronze glands and pistons to assure a smooth and durable bearing surface. Each cylinder shall be internally sealed. The inside seals shah have a U-cup design made ofnitral packing. The piston rod shall be machined from ASI 4140 and nitrated using the QPQ method to establish the following mechanical properties: Surface Hardness: Rockwell C60-C65 Surface Finish: RMS 20 (using ASTM B 117 salt spray) Approximately 7% surface area corrosion in 88 hours (or 10 times better than hard chrome plating) Fatigue Strength: Approximately 80% to 100% increase using QPQ as compared untreated sample. COMPLY IN ALL RESPECTS x Yes No I. HYDRAULIC CONTROL To operate the unit as a spreader, there shall be two variable speed hydraulic cab controls mounted in the cab. One control knob will govern the conveyor speed and the other x~431 govern the spinner speed. Control is included in central hydraulic system. COMPLY IN ALL RESPECTS x Yes No J. LIGHTS The body shall be equipped with sufficient number of armored lights and reflectors so placed as to meet Indiana State and F.M.V.S.S. specifications. The standard chassis tall/brake lights shall be mounted in lower body openings on each side. All electrical wiring shall be enclosed in watertight and weatherproof tubing and junction boxes. Tubing to be secured every 18" by means of clips and/or hangers. Taillight and strobe housing shall be recessed in comer post on each side to accommodate three rectangular lights. Taillights and strobes to be supplied and installed by Carmel Street Department. COMPLY IN ALL RESPECTS x Yes K. MUD FLAPS There shall be black anti-sail type mud flaps behind the rear wheels and standard black 3/4 length flaps mounted rigid in fi~ont of the rear wheels. COMPLY IN ALL RESPECTS x Yes No L. AIRGATE There shall be an air latch tailgate in place of a manual latch. The handle operating the front pivot shaft will be replaced by an air cylinder operated front pivot shaft. The air cylinder shall be 4" in diameter ,Mth a 6" stroke. It shah have a 1" chromed rod. COMPLY IN ALL RESPECTS x Yes No M. PAINT Dump body shall be painted after mounting and color shall match the cab. COMPLY IN ALL RESPECTS x Yes NO PIease state approximate delivery tirne approximatel_y 45 clays after recoipt of chassis MINIMUM SPECIFICATIONS FOR STRAIGHT BLADE SNOW PLOW AND MOUNTING OF HITCH SNOW PLOW The moldboard shah be made from 10 gauge and have a length of 10 foot. Minimum height to be 36 inches. There is to be aminimum ofeight 1/2" x 3" vertical ribs. Lift to be 12 to 15 inches. Plow to have a minimum of four hinge points with 1' pins. Outside hinge spread to be a minimum of 77 inches. Semicircle size to be a minimum of 3-1/2" x 3-1/2" x 1/2" angle. Tripping device to be two enclosed compression springs with internal rebound spring. Plow to be hydraulic power reverse with two 3" cylinders. Moldboard bottom angle to be a minimum of 4" x 4" x 3/4" gusseted between blade bolt holes. Cutting edge to be 5/8" x 8" x 10' with standard highway punching. Snow shield shaft be rubber and cover the entire length of the plow. A coupIer station shah be installed on the truck bumper equipped with quick disconnect type couplers for quick attachment of snow plow hydraulic hoses. COMPLY IN ALL RESPECTS x Yes No QUICK HITCH Snow plow quick hitch shall be a heavy duty type to be used for street plowing by heavy duty trucks. Hitch shah be designed to permit adequate lift and full radius swing of hydraulic controlled power reversing snow plows. Snow plow hitch shah be an automatic snap coupling type, 34" wide, equipped with a 3" diameter by 10" stroke hydraulic lift cylinder. A quick disconnect type coupler shah be installed on the lif~ cylinder and hydraulic hose to allow for easy removal during non-use periods. Automatic locking shall be accomplished by dual cam actuated spring loaded locking lugs. A lever shall be provided for retraction of locking lugs. Locking lugs shall be 1-7/8" minimum diameter, heat treated. The truck half of the automatic snap coupling hitch shah be 34" wide, 42" high and shall be fabricated from 3/8" thick structural steel. Bottom support members, anti-thrust plating, and stabilizer bars shall be securely mounted as detailed in the mounting section below. All fasteners shah be of the high tensile type. A lift arm and base support for the hydraulic cylinder shah be included. Lift arm to be one solid piece of 3/4" material with one piece 2-1/2" x 3-1/4" long cold rolled round welded on the lift arm at lift point. Top brace to be 3/8" x 2" x 2". Bottom brace to be 1/2" x 3" x 3". Rear vertical brace to be 3/8" x 2-1/2" x 2-1/2". The truck half must be graphkoted for resisting moisture, high and low temperatures, and standing up under heavy loads. The plow half of the hitch shall be 4" x 8" x 1/2" angle with tubing side braces on ll~ arms. Also 3/8" x 4" flat bar welded to the outside top of channel for additional support. COMPLY IN ALL RESPECTS zc_~ Yes ~ No MOUNTING OF QUICK HITCH Mounting material: Truck frame will be extended a minimum of 24" forward of grille by truck manufacturer. Bidder will furnish minimum of 1/2" x 4" x 8" x 48" long angle across front bumper. Bottom braces shah be installed from hitch to center of front axle mounted on frame with 3-3/4" bolts, grade #8. Material 1" x 4" flat iron, minimum. Top braces 1/2" x 4" flat iron minimum and run to center of front axle mounted to frame, Hose to hook up hitch cylinder shall be 3/8" and furnished by bidder, to be hooked to central hydraulics part with 1,000 lbs. P.S.I. port relief minimum. Bumper angle is to be mounted to flame with 4 pieces of 4" x 8", minimum, angle frame. Hood to have cable stop (To be provided by track manufacturer) before resting on plow hitch. Hitch to have a heavy duty rubber pad installed on top angle bracing for additional support for hood ff necessary. COMPLY IN ALL RESPECTS Yes No x MINIMUM SPECIHCATIONS FOR LIQUID SPRAY SYSTEM FOR SNOW AND ICE CONTROL The system shall provide for an electric spray system designed to spray a constant deicing solution on material being spread. The system shall be complete with a liquid spray pump, in cab controls, two nozzles with hose kit, reservoir, and all necessary hoses and fillings to make the system complete. All components that come in contact with liquid being sprayed shall be corrosion resistant. The electric motor/spray pump shall be a I2 volt DC three chamber diaphragm pump rated at 2.8. Pump seal shall consist ofa viton/santoprene combination. The pump housing shall by polypropylene. The sprayer control shall be installed in the cab and include an on/off switch, variable pump flow control know, power on indicator, and a system low pressure indicator. The reservoir shall be a 40 gallon polyethylene rotation molded tank wkh a minimum 3/8" wall thickness. The reservoir shall be mounted on the right side of the frame with support brackets and stainless steel hardware. The reservoir shall include molded in internal baffles and a vented spin on lid. The discharge nozzles shall apply solution on material being conveyed to the spinner. The brass spray nozzle bodies shall have a drip flee shutoffto prevent dripping and siphoning of solution when the unit is not in operation. The spray bar assembly and reservoir shall be easily removed for storage during non-use periods. Vendor shall provide on-site training for operatiom calibration, troubleshooting, and maintenance for the complete systems. COMPLY IN ALL RESPECTS x YES NO OWNER: Project: Owner's Representative: INSTRUCTIONS TO BIDDERS City of Carreel City of Carreel by and through its Board of Public Works and Safety Salt Spreader, Hydraulics, Dump Bodies, Plows, Calcium Chloride Systems David Kiingensmith Carmel Street Department 211 2"a St. S. W. Carreel, IN 46032 1. GENERAL 1.1 Submission of a Bid shall constitute an unconditional Agreement and acknowledgement by the Bidder to be bound by all terms and conditions set forth herein and in any of the Documents assembled or referred to in the Bid Package of which these Instructions to Bidders are a part. 1.2 Sample forms are included in the Bid Package to acquaint Bidders with the form and provisions of various Bid Documents and other Documentation required by the Contract Documents to be executed, completed and submitted by some or all Bidders, either as part of a Bid Submission or after the Bid Date. 1.3 Instructions and requirements printed on any sample form included in the Bid Package or any form not so included but required to be completed, signed or furnished by a Bidder as part of a Bid Submission or after receipt and opening of Bids shall be deemed requirements established by these Instructions to Bidders to the same extent as if fully restated herein. 1.4 All communications for the administration of the Contract shall be as set forth in the Contract documents and, in general, shall be through the City of Carmel Street Department. 2. DEFINITIONS The following definitions shall apply to these Instructions to Bidders: 2.1 Bidder - Any person or entity who submits a Bid. 2.2 Bid - A written proposal submitted by a Bidder as pan of the form prescribed herein offering to provide the vehicles and to fulfill all other requirements of the Contract Documents for one or more specified prices. 2.3 Bid Documents - All Documents and completed forms required to be submitted by a Bidder with and as integral parts of a Bid Submission. whether or not included as sample 2.4 forms assembled in the Bid Package of which these Instructions to Bidders are a part. Such Bid Documents are listed and more fully described in Section 4.3 hereof. Bid Date - The date when Bids are to be received, opened, and publicly read aloud as established by the Notice to Bidders as may be modified by Addenda. 2.5 2.6 Bid Package - The set of Documents, sample forms, and contract Documents appmved by the OWNER for the Project described in the Notice to Bidders and of which these Instructions to Bidders are a part. Bid Submission - All Documents presented by a Bidder for receipt and opening on the Bid Date. 2.7 Contract Documents - The Agreement and any exhibits thereto (sometimes referred to as "Contract"), Addenda (which pertain to the Contract Documents), Instructions to Bidders, Advertisement, Notice to Bidders, Contractor's bid (including Documentation accompanying the Bid and any post-Bid Documentation submitted prior to the Notice of Award), Notice to Proceed, the Bonds, and the Specifications as the same are mote specifically identified in the Agreement. 2.8 _OWNER - The City of Carmel acting by and throug~h its Board of Public Works and Safety and the Carmel Street Department. 2.9 Project - The provision of vehicles under the Contract Documents may be the whole, or a part, as indicated elsewhere in the contract Documents. In all other respects, terms used herein shall have the meaning as stated in the Contract Documents. 3. EXAMINATION OF DOCUMENTS 3.1. Before the Bid Date, all Bidders shall carefully and thoroughly examine the specifications and other Contract Documents as available in the locations stated in the Notice to Bidders and shall assume the full risk of their own judgments as to the nature, quality and amount of the whole of the Project to be done, and for the price Bid must assume all risk of any and all variances or errors in any computation or statement of amounts or quantities necessary to complete the Project in strict compliance with the Contract Documents. BID SUBMISSION All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the outside with the words "BID - 2000 Spreader/PlowfBody/ltydraulics" on the lower left-hand comer as indicated on the Notice to Bidders and also include the name and address of the Bidder on the envelope. If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to: City of Cannel, Clerk- Treasurer's Office, One Civic Square, Cannel, Indiana 46032. 4.2. All Bid Documents as herein prescribed must be submitted with, and as integral parts of, each Bid Submission and shall be subject to all requirements of the Contract Documents, including drawings and these Instructions To Bidders. Bid Documents must be properly filled in and completed in every material respect and without innterlineations, excisions, special conditions, qualifications or exceptions. Each Bid Document requiring a signature shall be signed by an individual duly authorized to execute such Document on Bidder's behalf. A Bid executed by a corporation, joint venture, or other entity with an assumed name shall have the legal and correct name thereof followed by the word "by" and the signature and title of the officer or other person authorized to sign for it and a corporate resolution or similar document authorizing such officer to bind the entity. 4.3. The Bid Documents to be thus submitted by each Bidder shall consist of both of the following (4.3.1, 4.3.2): 4.3.1. 4.3.2. Bidder's Itemized Proposal and Declarations. A sample of this form is included in the Project Manual and must be utilized by all Bidders. Such Document includes and consists of the following constituent "Parts": Bidder Information Proposal (Bid) Contract Items and Unit Prices Contract Documents and Addenda Exceptions Financial Statement Additional Declarations Non-Collusion Affidavit Signatures Bid Security in the form of a Bid Bond or Certified Check in an amount not less than ten percent (10%) of the Bid price. Such Bid Security shall serve as security to insure the execution of the Agreement and the furnishing of other required Documents by the successful Bidder, including Performance and Payment Bonds. A sample Bid Bond form is included in the Project Manual and such form, or such other form as may be approved in advance by OWNER, shall be utilized if such a bend is furnished as Bid Security. A Bid Bond shall be executed by a surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds," as published in the U.S. Treasury Department Circular No. 570; the Bidder shall also furnish as part of the Bid Submission a signed power of attorney establishing the authority of the person executing such Bid Bond on behalf of the surety. Bid Security shall be held until the Contract is executed with the successful Bidder. In the event that all Bids are rejected, the Bid Security of all Bidders will be returned upon request. No "Annual" Bid bonds, cash deposits or cashiers' checks will be accepted. 4.4. Bids may be withdrawn in person by a Bidder during normal hours of business prior to the time fixed for opening of Bids. In the event of a valid withdrawal of a Bid, the Bid Security of the withdrawing Bidder will be returned promptly. No Bid may be withdrawn after opening of Bids has commenced except after expiration of such period following the Bid Date as is specifically provided in the Notice to Bidders or as otherwise governed by law, plus any ex'tension thereof as provided elsewhere in these Instructions To Bidders. 4.5. Bids will be received up to the time specified in the Notice to Bidders. Bids received after that time will be returned unopened. All Bids will be stamped showing the date and time received. POST-BID REQUIREMENTS Within three (3) business days of notification by OWNER, the apparent lowest responsive Bidder will be required to submit additional Documents and satisfy additional requirements as conditions to such Bidder being found by the OWNER to be a responsible Bidder, as follows: 5.1. Proof of Insurability. The Bidder shall furnish: (1) proof of insurance showing existing coverage in accordance with the terms and amounts stated in the General Conditions, or (2) a letter or statement certifying that, in the event that the Bid is awarded by the OWNER, an insurance company will provide the required coverage to the Bidder submitting the Bid. Such proof of insurance or the letter/statement shall be issued by a financially responsible insurance company authorized to do business in the State of Indiana. Surety Letter of Intent. The Bidder shall furnish a written statement or letter from a Surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds", as published in U.S. Treasury Department Circular No. 570 which assures the OWNER that, in the event the Bid is accepted and a Contract is awarded by OWNER, said Surety will execute and deliver beth a Perlbrmance Bond and Payment Bond as required by the Contract Documents. 5.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other combination of two or more persons or entities, the Bidder shall submit a copy of the joint venture or other Agreement by which such joint venture. partnership or other association has been formed, executed by all such participating persons or entities. If the Bid is signed by less than all parties that comprise the Bidder, suitable written evidence of the authority of such signing party to bind all such parties must also be furnished. 5.4. Manufacturers List. The Bidder shall submit a completed Manutiicturers list on the tbrm provided in these Bid Documents. 6. BID EVALUATION AND AWARD 6.1. Award of the Contract will be made to the lowest. most responsi~'e and most responsible Bidder where the Bid is reasonable and does not exceed the t:~mds available for the Project. The OWNER reserves the right to reject all Bids and ma.~ waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. 6.2. The Ox,VNER shall have the right to reject any Bid if investigation of the Bidder fails to satisfy the Ox, VNER that such Bidder is properly qualified to carry ont the obligations and 6.3. 6~4. 7.2. 7.3. 7.3.1. complete the Work. Any or all Bids will be rejected if there is reason to believe that collusion exists among Bidders. Patent math errors in statements of Unit Prices or Totals may be corrected by the OWNER, in which case the corrected amounts will be used for the purpose of Bid evaluation, comparison and other award considerations. However, the OWNER shall not be required to discover or correct any error or omission in a Bid and the Bidder shall assume the risk of and be bound to the consequences of any such error or omission. The OWNER may, at its sole optio/~, award the Contract to a Bidder on a conditional basis to afford the Bidder additional time and opportunity to submit required Documents or to fulfill other requirements. In such case, the OWNER will furnish to the Bidder a notice of conditional award which will establish (i) the additional conditions to be fulfilled for the award to become effective, and (ii) the time limit within which such conditions shall be satisfied. If the Bidder fails to satisfy the conditions in the manner and within the time specified in such notice, the OWNER may declare such Bidder to be non~ responsive and award the Contract, conditionally or unconditionally, to another Bidder. Time limitations governing the OWNER's a~vard of the Contract shall be extended for such additional period as may be required to effectuate the conditional award procedure set forth in this sub-section, and no Bid may be withdrawn during such period of extension. CONTRACT EXECUTION; SUBMITTALS The successful Bidder shall sign and deliver at least two (2) counterparts of the Agreement, and make delivery thereof to the OWNER, along with other Documents as prescribed by the Contract Documents. After execution and delivery of the Agreement and other required Documents, and acceptance thereof by the OWNER, the Bid Security furnished by each Bidder will be retumed to the respective Bidders upon request. If the Bidder fails or neglects to execute and deliver the Agreement aped other required Documents as prescribed by the preceding sub-section, the Bidder shall be deemed to have repudiated the Contract and thereupon the award shall be null and void; and the Bid Security provided by the Bidder shall be forfeited to and retained by the OWNER as liquidated damages for such failure of the Bidder to execute the Contract, it being understood and agreed that the character and amount of actual damages sustained by the OWNER cannot reliably be ascertained and measured and that the amount of the Bid Security is intended as a reasonable prospective estimate of such actual damages. Concurrently with the execution and delivery of the Agreement to the O~"NER. or within such other period as the Ox,VNER may prescribe. the successful Bidder (CONTRACTOR) shall submit the following as conditions to the Bidder's right to proceed with and receive payment for any Work: A one hundred percent (100%) Performance Bond. a one hundred percent (100%) Payment Bond and a ten percent (10%) Maintenance Bond as prescribed b.~ the General Conditions or other Contract Documents. Such bonds shall be executed utilizing the sample forms included in the Project Manual or alternative forms approved in advance by the Ox,x,~,IER. Indemnification clauses between successful Bidder and the Surety shall not be binding upon the OWNER; 7.3.2, Other post-Bid submittals required by the Contract Documents. END OF INSTRUCTIONS TO BIDDERS PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 1 Ton Salt Spreader Central Hydraulic System for Spreader Closed Center Load Sensing Hydraulic System 10' Multi-Purpose Dump Body 13' Multi-Purpose Dump Body 10' Snow Plows Calcium Chloride Spray Systems BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVID KLINGENSMITH AT 571-2637 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department Salt Spreader, Central Hydraulic System for Spreader, Closed Center Load Sensing Hydraulic System, 10' Multi-Pupose Dump Body, 13' Multi-Purpose Dump Body, 10' Snow Plows, Calcium Chloride Spray Systems Proposal For: Salt Spreader, Central Hydraulic System for Spreader, Closed Cemer Load Sensing Hydraulic System, 10' Multi-Pupose Dtm~ Body, 13' Multi-Purpose Dump Body, 10' Snow Plows, Calcium Chloride Spray Systems To: Date: June 21, 2000 City of Carmel, Indiana, Board of Pubfie Works and Safety 1.1 1.2 1.3 1.4 PART 1 BIDDER INFORMATION (Please Type or Print) Bidder Name: Bidder Address: Deeds Equipment Company, Inc. Street Address: 77~f) w~r-nrcls ~tr~.~t- City: Lawrence State: IndianaZip: 46226 800-841-4028 Phone#:( ) 545-~1 Fax#:( )317-545-3334 Bidder is a/an [mark one.[: Individual __ Partnership X Indiana Corporation; Foreign (Out of State) Corporation; State: Joint Venture Other: [The following must be answered if the Bidder or any of its parmers or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carreel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 .2 .3 .4 Corporation Name: Address: Date registered with State of Indiana: Indiana Registered Agent: Name: Address: 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 any and all addenda thereto, for the Total Sum of seventy-two thousand three hundred seventy-nine and no/lO0 .... Dollars ($72,379. O0 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all Work which may resuk 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 Contract. 3.1 3.2 PART 3 CONTRACT DOCUMENTS AND ADDENDA The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documems herein by reference. The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER No addendum~ DATE PART4 EXCEPTIONS Instnictions To Bidders: 4.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: No exceptions PART 5 FINANCIAL STATEMENT Attachment of Bidder's financial statemere is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the Work/Project if awarded. PART 6 ADDITIONAL DECLARATIONS 6.1 Bidder cert'~ies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. PART7 NON-COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevem any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 8 SIGNATURES {Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.} Bidders Name: Written Signature: Printed Name: Title: Deeds Equipment Company, Inc. Daniel A. Brennan Vice President Imt~ortant - Notary Sicnature and Seal Required in the Soaee Below STATE OF INDIANA COUNTY OF MARION Subscribed and sworn to before me this 2 1 s t day of 20 0__0 My cormmission expires: 10/27/06 Residing in Marion June Printed: An~.nln~b.f.~ M. n~nny County, State of lnd i an a POST BID SUBMITTAL MANUFACTURERS LIST Instructions To Bidders: The Bidder shall enter, in the spaces provided below, the name of the manufacturer of equipment that the Bidder proposes to furnish for each item of equipment listed in the Manufacturers List below. The Bidder shall enter the name of only one manufacturer for each listed equipment item. Failure to enter a manufacturer's name for each listed equipment item may render the Bid non-responsive if it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Upon award of a contract, each listed equipment item shall be furnished by the named manufacturer, unless changes are specifically authorized. Equipment substitutions will be permitted only with the OWNER's prior consent. Preliminary acceptance of equipment listed by the manzfacturer 's name shall not in any way constitute a waiver of the Drmving and Specification requirements covering such equipment. Acceptance will be based on full conformity with the Drawings and Specifications covering the equipment. Equipment Item (Contract Items) Manufacturer Multi-Purpose Dump Bodies Air Flo Manufacturing Snow Plows Central Hydraulic Systems Root Spring Scraper Company Parker Spray Systems One Ton Salt Spreader Highway Equipment BID BOND City of Carmel Instructions To Bidders Bidders may use this form or other form containing the same material conditions and provisions as approvedin advance by OWNER/Obligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney-In-Fact establishing the authority of the person(s) signing this Bid Bond on behalf of the Surety. Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds," as specified in the U.X Treasury Department Circular 570, as amended, and be authorized to transact business in the State of Indiana~ KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder": and "Surety":[Name] [Address] a corporation chartered and State of indiana, existing under the laws of the State of , and authorized to do business in the are held and firmly bound unto the City of Carmel, Indiana CObligee") in the full and just sum equal to ten percent (10%) of the price stated in the Bid Proposal described in Part 2, including accepted alternates, if'any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally and fm:aly by these presents. Ten percent (10%) of the price stated in the Bid Proposal is $ WHEREAS, the Obhgee has solicited Bids for certain Work for or in furtherance of construction of improvements described generally as 2000 DUMP BODIES, PLOWS, HYDRAULICS, CALCIUM TANKS pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and WHEREAS, the Bidder has submitted to the Obligee a Bid Proposal to perform such Work. NOW THEREFORE: The conditions of this obligation are such that if the Bid Proposal be accepted, with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract Documents (i) fulfill all conditions of such award that remain to be fulfilled, (it) execute a Contract in accordance with the Bid Proposal and in the form and manner required by the Contract Documents, and (iii) thereafter provide all bonds, and other Documentation required by the Contract Documents to be delivered to Obligee prior to commencing Work, including without limitation a sufficient and satisfactory Performance Bond and Payment Bond payable to Obligee, each in an mount of one hundred percent (100%) of the total Contract price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Bidder to comply with any or all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this ~ day of , This BID Bond shall bind the undersigned Surety whether or not also signed by the Bidder. "Bidder .... Surety" By: By: Printed: Printed: Countersigned: PAYMENT BOND City of Carmel Instructions: Successful Bidder must use this form or other form containing the same material conditions and provisions as approved in advance by OWNER. Date of Bond must not be prior to date of Contract. If CONTRACTOR is a Partnership, all partners should execute bond Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds," as specified in the U.S. Treasury Department Circular 570, as amended, and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS: that "CONTRACTOR": and "Surety": [name] [Address] a corporation chartered and existing under the laws of the State of , and authorized to do business in the State of Indiana, are held and firmly bound unto the City of Carreel, Indiana hereinafier called OWNER, in the penal sum of Dollars, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, plus interest at the maximum legal rate fi'om date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the CONTRACTOR has entered into a certain Agreement with the OWNER, dated as of the day of , 19 ~, by which CONTRACTOR has agreed to perform and furnish certain Work for or in furtherance of construction of improvements described generally as 2000 DUMP BODIES, PLOWS, HYDRAULICS, CALCIUM TANKS which Agreement, and the "Contract Documents" as referred to therein, are hereby incorporated herein by reference; NOW, THEREFORE, the conditions of this obligation are such that if the CONTRACTOR shall promptly make payments of all amotmts due to all Claimants, then this obligation shall be void; otherwise to remain in full force and effect. "Claimant" shall mean any Subcontractor, material supplier or other person, firm, or corporation furnishing materials or equipment for or performing labor or services in the prosecution of the Work provided for in such Agreement, including lubricants, oil, gasoline, coal and coke, repairs on machinery, and tools, whether consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees: 1. that no defect or irregularity in the contract or in the proceedings preliminary to the letting of the Agreement will operate to release or discharge Surety; 2. that no change, omission, extension of time, alteration or addition to the terms of the Agreement, Contract Documents or to any Work to be furnished thereunder, and no delay by the OWNER in enforcement of the Agreement or this bond shah in any ~vay affect ks obligation on this bond, and it does hereby waive notice of any such change, extension of time, akeration or addition to the terms of the Agreement, Contract Documents or to the Work; 3. that no final settlement between the OWNER and the CONTRACTOR shall abridge any right of the OWNER hereunder as to any claim that may remain unsatisfied; and 4. that this Payment Bond and Suret2~' shall not be released nntil one (1) year after the OWNER's final settlement with the CONTRACTOR. IN WITNESS WHEREOF, this instrument is executed in each one of which shall be deemed an original, this the __ 20 CONTRACTOR: [name] (number) counterparts. day of By: [signature] [printed name] ATTEST: SURETY: [signature] [name] , Secretary By: · Attorney-in-Fact [signature] [printed name] [address] PERFORMANCE BOND City of Cannel Instructions: Successful Bidder must use this form or other form containing the same material conditions and provisions as approved in advance by OWNER. Date of Bond must not be prior to date of Contract. If CONTRACTOR is a Partnership, all partners shouM execute bond Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds, "as specified in the U.S. Treasury Department Circular 570, as amended, and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS: that "CONTRACTOR": and "Surety": [name] [Address1 a corporation chartered and existing under the laws of the State of , and authorized to do business in the State of Indiana, are held and fu'mly bound unto the City of Carmet, Indiana hereinafter called OWNER, in the penal sum of Dollars, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the CONTRACTOR has entered into a certain Agreement with the OWNER, dated as of the ~ day of ,20 , by which CONTRACTOR has agreed to perform and furnish certain Work for or in furtherance of construction of improvements described generally as 2000 DUMP BODIES, PLOWS, HYDRAULICS, CALCIUM TANKS which Agreement, and the "Contract Documents" as referred to therein, are hereby incorporated herein by reference; NOW, THEREFORE, the conditions of this obligation are such that if the CONTRACTOR shall well, truly and faithfully perform his duties, all the undertakings, covenants, terms and conditions of said Agreement whether during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during any period of guaranty or warranty provided therein or arising thereunder, and if CONTRACTOR shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save hamless the OWNER from all costs and damages which he may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FLrRTHER, that the said Surety, for value received, hereby stipulates and agrees: 1. that no defect or irregularity in the Contract or in the proceedings preliminary to the letting of the Contract will operate to release or discharge Surety; 2. that no change, omission, extension of time, alteration or addition to the terms of the Agreement, Contract Documents or to any Work to be fumished thereunder, and no delay by the OWNER in enforcement of the Agreement or this bond shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, Contract Documents or to the Work; 3. that no final settlement between the OWNER and the CONTRACTOR shall abridge any right of the OWNER hereunder as to any claim that may remain unsatis~ed; and 4. that this Performance Bond and Surety shall not be released until one (1) year after the OWNER's final settlement with the CONTRACTOR. IN WITNESS WHEREOF, this instrument is executed in of which shall be deemed an original, this the day of (number) counterparts, each one , 20 CONTRACTOR: [name] By: [signature] [printed name] ATTEST: , Secretary [signature] SURETY: [name] By: [signature] , Attorney-in-Fact [printed name] [address] APPROVED S~53 AGREEMENT FOR PURCHASE OF GOODS AND SERV COESI BY: THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby made and entered into by and between the City of Cannel, Indiana, acting by and through its Board of Public Works and Safety, ("City") and'Deeax~,,~tt;~n ~-G.,I~ ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same and/or its provision of any goods and/or services ("Goods and Service" hereunder shah constitute Vendor's acceptance of all of the Agreement's terms and conditions. PERFORMANCE: City agrees to purchase the Goods and Services described in attached Exhibit A, which ~s incorporated herein by this reference, and Vendor agrees to provide same and to otherwise perform the requirements of this Agreement and to execute its responsibilities hereunder by following and applying at all times the highest professional and technical guidelines and standards. PRICE AND PAYMENT TERMS: The total price for the Goods and Services contemplated herein shah be no more than $'/Zfl'/q.o,, . Vendor shah 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 shah pay Vendor for such Goods and Services within thirty (30) days aecer 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 accordance 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. Subject to the above, if the undisputed invoice amount is not paid within tkirty (30) days of its receipt by City, Vendor shall so notify. City. If such amount as is not disputed is not thereafter paid within ten (10) business days from the date such notice is received by City, then a late charge in a sum equal to one percent (1%) of such unpaid and undisputed invoice amount shall accrue and be immediately due and payable by City to Vendor as a separate debt for each month it remains unpaid. In the event an invoice amount is disputed, City shah so notify Vendor. If such dispute is not resolved to City's satisfaction within ten (10) business days after notice of such dispute is giver~ City shall pay such amount as is in dispute, under protest, into the Cannel City Court. which court shall hold such monies until provided with a settlement agreement signed by both parties hereto or a final judgment has been entered thereon. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, drawings, samples, instructions, directions and/or descriptions thereof furnished to Vendor by City and/or by Vendor to and accepted by City, that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. In addition, Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services covered by this Agreement have been selected and provided by Vendor based upon City's stated use and will be fit and sufficient for the particular purposes intended by City. 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 thereaRer perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. PRICE TERMS: All of the prices, terms and warranties granted by Vendor herein are at least as favorable to City as those offered by Vendor to other customers purchasing the same or similar Goods and Services under the same material terms and conditions. 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. Prior to and with 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 Goods and Services. FORCE MAJEURE: Any delay or failure of either party to perform ks obligations hereunder shall be excused if, and to the extent, that it is caused by an event or occurrence beyond the reasonable control of the party and wkhout its fault or negligence, such as, by way of example and not by way of limitation, acts of God, actions by any governmental authority (whether valid or invalid), court injunction, fires, floods, windstonns, explosions, riots, natural disasters, wars or sabotage; provided that notice of such delay (including the anticipated duration thereof) is given by the affected party to the other party within live (5) business days after discovery of the cause of such delay. During the period of such delay or failure to perform by Vendor, Cky, at its sole optiota may purchase some or all of the same or similar Goods and Services from other sources and reduce those Goods and Services provided by Vendor hereunder by such quantity, without liability to Vendor. or have Vendor provide the Goods and Services from other sources in quantities and at times requested by City and at the price set forth in this Agreement. 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 (1 0) days after the filing thereot~ 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. Vendor shall indemnify and hold harmless City from and against any and all liabilities, losses, claims, costs and expenses, including, but not limited to, attorney fees incurred by City in connection with any such Hen and/or the removal thereof. This indemnification obligation shall survive the termination of this Agreement. 10. 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) fatks to provide the Goods and Services as specified herein; (c) fatIs 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, files, or has filed against it, a petition in bankruptcy, for receivership or other insolvency proceeding, makes a general assignment for the benefit of creditors or, if Vendor is a partnership or corporation, 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; (2) obtain, upon such terms and in such manner as City deems appropriate in its sole discretion, the same or similar Goods and Services which were to be provided to City by Vendor, and Vendor shall be liable to City for any excess costs of the City in obtaining same; and (3) exercise any other rights or remedies as are available to City at law and/or in equity. 11. 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 and reasonably acceptable to City, such insurance as is necessary for the protection of City and Vendor from any and all claims for damages or otherwise 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 and all of Vendor's agents, officers. employees, contractors, subcontractors and other persons; because of any injury to or destruction of property, including, but not limited to. loss of use resuking therefrom; or, otherwise. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. which is incorporated herein by this reference. Vendor shall cause its insurers to name City as an additional insured on all insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shah 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 al/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, Vendor's use of City property, or otherwise. except for such liabilities, claims or demands that arise directly and solely out of the negligence of City. Vendor further agrees to indemnify, defend and hold harmless Cit?' and its oilicers, officials. agents and employees from all clam 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. subcontractors and other persons in the performance of this Agreement. or otherv,~se. These indemnification obligations shall survive the termination of this Agreement. 12. SETOFF: In addition to any right of setoff provided by law, all amounts due Vendor shall be considered net of indebtedness of Vendor to City; and City may deduct any amounts due or to become due from Vendor to City from any sums due or to become due from City to Vendor hereunder. 13. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all present and future federal, state and local laws, executive orders, rules, regulations, codes and ordinances 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 fi-om any loss, damage ands'or liability resulting tiom any such violation of such laws, orders, rules, regulations, codes and ordinances. This indemnification obligation shall survive the termination of this Agreement. 14. NONDISCR1M/NATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors, subcontractors and other persons shall comply with all existing and future 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 the hire, tenure, terms, conditions or privileges of employment and to any other matter directly or indirectly related to employment or subcontracting because of race. religion, color, sex. handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. City reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. 15. NO IMPLIED WAIVER: The failure of either party at any time to require performance by the other of any provision of this Agreement shall in no way 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 thereof. 16. 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. 17, RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and Vendor and all of its officers, employees, contractors, subcontractors. agents and other persons are not and shall not become employees of City, and the sole responsibility to pay to or for same all statutory. contractual and other benefits shall remain exclusively with Vendor. The contract price set forth herein to be paid hereunder by CRy to Vendor shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Ageemeat. 18. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed b~ the laws of the State of Indiana, except for its conflict of laws provisions. The parties further agree that, in the event a lawsuit is flied hereunder, they waive any rights to a jury trial they may have, agree to file any such lawsuk in an appropriate court in Hamilton County, Indiana only, and agree that such court is the 19. 20. 21. 22. appropriate venue for and has jurisdiction over same. SEERABILITY: If any term of this Agreement ks invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of hw, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with such statute, regulation, ordinance, order or rule, and the remaining provisions of this Agreement shah rema'm in full force and effect. NOTICE: Subject to paragraph 21 hereinbelow, any notice provided for in this Agreement will be sufficient if it is in writing and ks 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: If to Vendor: City of Carmel One Civic Square (with a copy to City Attorney, One Civic Square, Cannel, IN 46032) '}~2.O~c0ftt~ Notwithstanding the above, notice of termination under paragraph 21 hereinbelow shall be effective if given orally, as long as written notice ks then provided as set forth hereinabove within three (3) days liom the date of such oral notice. TERMINATION: 21.1 Notwkhstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for came, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated 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. 21.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. 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. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons or entities executing this Agreement have the authority to bind the party which they represent. 23. 24. 25. 26. 27. 28. 29. ADDITIONAL GOODS AND/OR SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and/or services to City. When City desires additional goods and/or services from Vendor, the Mayor or his duly authorized representative shall notify Vendor of such additional goods and/or services desired, as well as the time frame in which same are to be provided. Vendor shah then provide, at no cost to City, an estimated cost for such additional goods and/or services, as well as the date by which same will be provided to City. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and/or services shah Vendor be authorized to provide same, the identification of which shall be set forth in documents which shall be numbered and attached hereto in the order they are approved by City. TERM Subject to the termination provisions set forth in Paragraph 21 hereinabeve, this Agreement shah be in effect from the Effective Date through December 31, 1999, 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. HEADINGS All beading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise aker the meaning of any provision hereof. BINDiNG EFFECT City and Vendor, and their respective officers, officials, agents, partners, successors, assigns and legal representatives. are bound to the other with respect to this Agreement and to such other party's officers, officials, agents, partners, successors, assigns and legal representatives in all respects as to all covenants, agreements and obligations of this Agreement. NO THIRD PARTY BENEFICIARIES Nothing contained herein shall be construed to give any rights or benefits hereunder to anyone other than City or Vendor. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, are fully aware of their respective fights, have had the opportunity to obtain the advice and assistance of an attorney throughout the negotiation of this Agreement. and enter into this Agreement freely. voluntarily, and without any duress, undue influence, coercion or promise of benefit. except as expressly set forth herein. ENTIRE AGREEMENT: This Agreement, together with any e,xhibits attached hereto or relbrenced 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 19 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement conflicts with any term or condition contained in this Agreement. the term or condition contained in this Agreement shah govern and prevail, unless the parties hereto, or their successors in interest, expressly and in writing agree othervise. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. [remainder of page intentionally leR blank] IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of public Works and Safety Deeds Equipment Company, Inc. By: J inar B~e/4~nber Date: ~7.4~f'-fzd Date: By: Signature Daniel A. Brennan Printed Name Vice President June 21, 2000 ATTEST: Diana Cordra~,IAMC~,CTreasurer Date EXHIBIT B INSURANCE COVERAGES Worker's Compensation & Dis. ability Statutory Limits Employer' s Liability: Bodily Injury by Accident: Bodily Injury by Disease Bodily Injury by Disease $100,000 each accident $ 500,000 policy limit $100,000 each employee property damage, contracm. al liability, products-completed operatmns: General Aggregate Limit (other than products/Completed Operations): products/Completed Operations: $2,000,000 $2,000,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $1,000,000 $1,000,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non-owned Bodily Single Limit: injury and property damage each accident $2,000,000 Umbrella Excess Liability Each occurrence and aggregate Maximum Deductible $2,000,000 $ 10,000 DEVIATIONS Bidder must itemize all deviations to the specifications hem. l/this is not sufficiem space, attach additional sheets as required, A statement referring to manufacturer's literatuse or specifications ~thout stating the actual deviation hereon '~ill be cause for disqualification. No exceptions or deviations Unless otherwise stated by the bidder in the space provided above, the proposal v, ill be considered as being in strict accordance ~ith the specifications outlined herein, even though the manufacturer's literature indicated dex~ations from the cit)"s specifications. EXHIBIT C INSURANCE COVERAGES Workers Compensation and Disability Statutory Limits Employers Liability: Bodily Injury by Accident: Bodily Injury by Disease: Bodiiy Injury by Disease: $100,000 each accident $ 500,000 poticy limit $100,000 each employee Property Damage, contractual liability, products*completed operations: General Aggregate Umit (other than Products/Completed Operations): Products/Completed Operations: $2,000,000 $2,000,000 Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $1,000,000 $1,000,000 $ 50,000 $ 5,000 Comprehensive Auto Liability Owned, hired and non owned Bodily Single Limit: Injury and property damage each accident $1,000,000 Umbrella Excess Liability Each occurrence and aggregate Maximum Deductible $2,000,000 $ 10,0oo Professional Responsibility Insurance: Per Occurrence: Aggregate: $1,000,000 $1,000,000 CARMEL STREET DEPARTMENT 211 2ND STREET S. W. CARMEL, INDIANA 46032 (317) 571-2637 Date: To: From: Re: June 28, 2000 Board of Works and Safety David Klingensmith/t~.Y~/~ Bid Recommendation 2000 Truck Equipment It is my recommendation to the Board of Public Works and Safety that Deeds Equipment, 7720 Records St., Lawrence, IN 46226 be awarded the bid for the 2000 Truck Equipment for Street Department Trucks. Their bid for $72,379.00 was the lowest and most responsive and responsible. Thank you. Interoffice Memo Date: To: From: Re: June 28, 2000 Carde, Clerk-Treasurer's Office David Klingensmith, Street Commissioner Board of Works Agenda Please place the following items on the agenda for the Board of Public Works and Safety Meeting of July 5, 2000; 1 ) Bid recommendation - 2000 Truck Equipment I have enclosed original and 8 copies of award letter. Thank you. Gallagher, Carrie A From: Callahan, Bonnie Sent: Tuesday, June 27, 2000 2:09 PM To: Gallagher, Carrie A Subject: RE: Carrie - I have the award letter ready to come to you but Dave just hasn't gotten around to bringing it down yet. Please put it on the agenda and he will have it to you this afternoon. We also have the original contract that Doug Haney has ok'd and Dave K. will bring with to the meeting. ..... Original Message ..... From: Gallagher, Carde A Sent: Tuesday, June 27, 2000 1:47 PM To: Callahan, Bonnie Subject: Hi Bonnie! I have a note that the Bids opened for the Plows, Beds and Hydraulic Systems at the BPW meeting on 6/21/00 to come back to the Board for award at the next meeting, which will be on 7~5~00. Because of the holiday, the deadline for that meeting is today at 4:00. I don't believe you guys have to put this back on the Agenda so soon if you don't have everything ready, but I just wanted to put an FYI out in case you do. Thanks! Carde NOTICE TO BIDDERS Notice is hereby given that the Board of Public Works and Safety of the City of Carreel, Hamilton County, Indiana, will receive sealed bids, during regular business hours, up to, but not later than 10:00 a.m.E. S. T. on June 21, 2000, at the office of the Clerk-Treasurer, One Civic Square, 3~ floor, Carreel, Indiana, 46032, for the following items: 1) 2) 3) 4) 5) 6) 7) 1 new one ton salt spreader Central hydraulic unit for one ton truck spreader 2 (two) closed central load sensing hydraulic systems (one for 1 V2 T. truck, one for 2 T. truck) I new 10' multi-purpose dump body 1 new 13' multi-purpose dump body 2 new 10' snow plows 2 calcium chloride spray systems for 1¼ and 2 Ton trucks All bids must be accompanied by a certified check or bid bond in the mount of ten percent (10%) of the bid, and upon acceptance by the City of Cannel, a performance bond equal to one hundred percent ( 100% ) of the bid will be required before work begins. General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the words "BID - Plows, Beds and Hydraulic Systems" on the lower left hand comer of the envelope. Bids will be opened and read aloud at 10:00 a.m. June 21, 2000, at the Board of Public Works and Safety Meeting on the 2nd floor of Carmel City Hall, One Civic Square, Cannel, IN. All persons roterested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all roterested parties. The specifications are set forth in detailed documents on file at the Carmel Street Department, 211 2~a St. S. W., Carrnel, IN 46032 Questiota regarding this solicitation must be written and delivered to the Carreel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Depam-aent to cordh'm whether or not any such written questiota have been received and/or answered. The submitted proposal must be in compliance with IC 36-1-9-8.5. The Board of Public Works and Safety reserqes the tight to reject and/or cancel any and all bids, soheitations and/or offers in whole or in part as specified in the solicitalion when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with IC 5- 22-18-2.