Loading...
Circle City GMC Trucks NOTICE TO BIDDERS CITY OF CARMEL, INDIANA APPROVED, AS TO FORM BY:. Notice is hereby given that the Board of Public Works and Safety for 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. EST ON February 2, 2000 in the office of the Clerk-Treasurer, One Civic Square, 3~d Floor, Cannel, Indiana, 46032, for the following items: 1 (One) New 2000 Diesel Heavy Duty Single Axle Dump Truck and Chassis 1 (One) New 2000 Diesel Heavy Duty Tandem Axle Dump Truck and Chassis Truck to be traded: 1 (One) 1994 Chewolet 1¼ Ton Truck Salt, Spreader and Plow General Form No. 95 must be fully completed and filed as a part of the bid package. All bids are to be sealed with the word "BID -SINGLE AXLE DUMP TRUCK AND TANDEM AXLE DUMP TRUCK" on the lower left hand comer of the envelope. Bids will be opened and read aloud at 10:00 A. M. February 2, 2000 at the Board of Public Works and Safety meeting on the 2"d floor of Carmel City Hall, One Civic Square, Carmel, 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 Carreel Street Department, 211 2nd St. S. W., Cannel, IN 46032. Questions regarding this solicitation must be in writing and delivered to the Cannel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions and/or responses exist. The submitted proposal must be in compliance with IC 36-1-9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. Cordray, Clerk-Treasurer Please publish January 13, 2000, and January 20th, 2000. Carreel Street Department, 211 2nd St. S. W. Carreel, IN 46032 SPECIFICATIONS FOR NEW 2000' HEAVY DUTY TANDEM DIESEL DUMP TRUCK CHASSIS 1) 2) 3) 4) 5) 6) Any answer marked "NO" must be explained on deviation sheet. ENGINE CAT Diesd, turbocharged, full electronic Minimum 250 tIP, 660 lb f~ of torque Min 7.2L, inline 6 cylinder NO ALTERNATOR Miniram 100 AMP BATTERIES Min DUAL HD 1500 TOTAL CCA EXHAUST SYSTEM Horizontal muffler, vertical pipe w/turnout with clearance for bed  NO S NO TRANSMISSION Allison MT653DRD, 5-speed automatic w/3rd range hold for snow plow usage, RH dash mounted controls, factory installed temp gauge NO CHASSIS ~ Minimum 56,000 GVWR, full reinforced 110,000 PSI frame, w/min 2,900,000 RBM rating, 24" front frame extension NO 7) 8) 9) FRONT AXLE Minimum 16,000 lbs w/min 18,000 lb front springs for HD snow plow usage, power steering REAR AXLE Minimum 40,000 lb HD w/synthetic lubricant, oil seals and magnetic plugs. Minimum 40,000 lbs. rear suspension. 52" Hendrickson RT2400 with 52" spread. Rubber beam end and center bushings. Bolted to frame. Automatic positive locking differential provides power to all rear wheels. 4.63: 1 WHEELBASE 102" cab to trunion for 13' body NO NO NO SPECIFICATIONS FOR 2000 TANDEM HEAVY DUTY DIESEL CHASSIS PAGE 2 10 ) FRONT PTO Factory install front PTO access, with proper clearance for radiator and cooling system 11) STARTER Minimum Deleo MT37 w/overcrank protection 12) FUEL WATER SEPARATOR Factory installed heated 13) AIR CLEANER Heavy Duty w/snow plow induction diverter 14) SILICONE HOSES ~ For all hoses including cooling and air compression hoses 15) BLOCK HEATER (~ Heavy Duty rain. 1000 W w/receptacle mounted in front 16) GAUGES ~ Full instrumentation including hourmeter, trans temp gauge air cleaner restriction gauge 17) BRAKES Full air brakes w/anti-lock (ABS) cam type with minimum 16.5 x 5" minimum rear 16.5 x 7" with heater air dryer, automatic moisture ejectors, rear dust shields 18) SUSPENSIONS Minimum 18,000 Ib. Front and minimum 40,000 rear w/auxiliary rear springs, front and rear stab bars YES 19) FUEL (~ Dual 50 gallon each rain (100 gal. Total rain) 20) CAB (~ Standard ventilated w/heavy duty insulation and headliner, tinted glass, all windows, dome light, lighter, dual visors, AM/FM radio, dual arm rest, intermittent wipers with electric washers, heavy duty heater and defrostef, electric horn, air horn dual trumpet, dual 16" x 7" west coast mirrors, heated w/8" spot mirrors, statione~j Fill, hood access panels for checking engine functions without opening the hood, dual cab assist handles, right and leR, hood to tilt, air suspension driver's seat w/standard passenger seat, minimum 13" clearance between seats. 21) PAINT (~ Bright red NO NO NO NO NO NO NO NO NO NO NO SPECIFICATIONS FOR 2000 TANDEM HEAVY DUTY DIESEL CHASSIS PAGE 3 22) RUSTPROOFING Required w/minimum 5 year warranty NO 23) TOW HOOKS 2 front and 2 rear 24) ROOF MOUNTED LIGHT Minimum Whelan Model S360CAP, amber with dash-mounted switch 25) MANUALS Service and parts manuals required with delivery 26) TIRES Minimum 315/80R22.5J, mounted on 22.5 x 9.00" disc rims, front highway tread, 11R22.SH rear on/offroad tires mounted on minimum 22.5 X 8.25" disc rims, plus YES matching spare tire for the front tire, mounted on matching rim, Goodyear or equal NO NO NO NO 27) GENERAL The fact that every item constituting construction of a complete unit is not specifically mentioned nor described will be interpreted to mean the vendor shall install items that conform to the best known engineering standards of the trade, relative to design, strength, quality and workmanship. The unit delivered is to be fully equipped with all manufacttwer's standard equipment and accessories. It shall meet the latest Federal Safety Regulations. DEVIATIONS Bidder must itemize all deviations to the specifications here. If this is not sufficient space, attach additional sheets as required. A statement referring to manufacturer's literature or specifications without stating the actual deviation hereon will be cause for disqualification. //18. Truck to have Frt.Stab. Bar only,Tandem rear suspension does not allow for rear stab bar or Aux. Rear sDrinqs,suspension has 10 leaves@.558" each for a total rating of 20,000 lb per si~ or 40,000 lb total GAWR Model HENDRICKSON RT2-400 w/RUBBER CENTER BUSHING,Thi. s suspension uses stee; walking beams 52" in lieu of Aux springs Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in strict accordance with the specifications outlined herein, even though manufacturer's literature indicates deviations from the City's specifications. SPECIFICATIONS FOR NEW 2000 HEAVY DUTY SINGLE AXLE DIESEL DUMP TRUCK CHASSIS 1) 2) 3) 4) 5) 6) Any answer marked "NO" must be explained on deviation sheet. ENGINE Diesel, turbocharged, full electronic Minimum 210 HP, 600 lb R of torque Min 6.5L, inline 6 cylinder NO ALTERNATOR Miniram 100 AMP BATTERIES Min DUAL HD 1500 TOTAL CCA EXHAUST SYSTEM Horizontal muffler, vertical pipe w/turnout with clearance for bed TRANSMISSION Allison MT653DRD, 5~speed automatic w/3rd range hold for mow plow usage, RH dash mounted controls, factory installed temp gauge ( NO CHASSIS ~ frame, w/rain 2,900,000 RBM ext NO 7) FRONT AXLE Minimum 16,000 lbs w/min 18,000 lb front springs for HD snow plow usage, power steering 8) REAR AXrE Minimum 23,000 lb HD w/synthetic lubricant, oil seals and magnetic plugs. 4.88:1 approx, locking differential 9) WHEELBASE 157" w/minimum 84" C.A. 10) FRONT PTO Factory install front PTO access, with proper clearance for radiator and cooling systm NO NO NO NO SPECIFICATIONS FOR 2000 SINGLE AXLE HEAVY DUTY DIESEL CHASSIS PAGE 2 11) STARTER Minimum Delco MT37 w/overcrank protection 12) FUEL WATER SEPARATOR Factory installed heated 13) AIR CLEANER Heavy Duty w/mow plow induction diverter 14) SILICONrE HOSES For all hoses including cooling and air compression hoses 15) BLOCK HEATER Heavy Duty min. 1000 W w/receptacle mounted in front 16) GAUGES Full instrumentation including hourmeter, trans temp gaug air cleaner restriction gauge NO NO NO NO NO NO mh~m, heated ak ~e ~d automatic mois~e ej~ors, r~ dmt shield. 18) SUSPENSIONS Minimum 18,000 lb. Front and minimum 31,000 rear w/auxiliary rear springs, front and rear stab bars 19) FUEL Dual 50 gallon each min (100 gal. Total min) 20) CAB Standard ventilated w/heavy duty insulation and headliner tinted glass, all windows, dome light, lighter, dual visors, AM/FM radio, dual arm rest, intermittent wipers with electric washers, heavy duty heater and deftroster, electric horn, air horn dual trumpet, dual 16" x 7" west coast mirrors, heated w/8" spot mirrors, stationery gill, hood access panels for checking engine functions without opening the hood, dual cab assist handles, right and letS, hood to tilt, air suspension driver's seat w/standard passenger seat, minimum 13" clearance between seats. 21) PAINT Bright red 22) RUSTPROOFING P,~luired w/minimm 5 year warranty NO NO NO NO NO NO SPECIFICATIONS FOR :ZOO0 SINGLE AXLE HEAVY DUTY DIESEL CHASSIS PAGE 3 23) TOW HOOKS 2 front and 2 rear 24) ROOF MOUNTED LIGHT Minimum Whelan Model S360CAP, amber with dash-mounted switch 25) MANUALS Service and parts manuals required with delivery 26) TIRES Minimum 315/80R22.5J, mounted on 22.5 x 9.O0" disc rims, front highway tread, 11R22.5H rear on/offroad tires mounted on minimum 22.5 X 8.25" disc rims, plus matching spare tire for the front tire, mounted on matching rim, Goodyear or equal NO NO NO NO 27) GENERAL The fact that every item constituting construction of a complete unit is not specifically mentioned nor described will be interpreted to mean the vendor shall install items that conform to the best known engineering standards of the trade, relative to design, strength, quality and workmanship. The unit delivered is to be Rtlly equipped with all manufactttrer's standard equipment and accessories. It shall meet the latest Federal Safety Regulations. DEVIATIONS Bidder must itemize all deviations to the specifications here. If this is not sufficient space, attach additional sheets as required. A statement refening to manufactttrer's literature or specifications without stating the actual deviation hereon will be came for disqualification. Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in strict accordance with the specifications outlined herein, even though manufacturer's literature indicates deviations from the City's specifications. OWNER: Project: 0wner's Representative: INSTRUCTIONS TO BIDDERS City of Camel, Indiana City of Camel, Indiana by and through its Board of Public Works and Safety Street Department Trucks David Klingensmith Camel Street Department 211 2nd St. S. W. Camel, 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 alter 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 pan of a Bid Submission or after receipt and opening of Bids shah be deemed requirements established by these Instructions to Bidders to the same extent as if fully restated herein. 1.4 All communications regarding the administration of the Contract shah be as set forth in the Contract documents and, in general, shah be through the City of Carreel 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 Docments, sample forms, and contract Documents approved by the OWNER for the Project described in the Notice to Bidders and of which these Instructions to Bidders are a pan. Bid Submission- All Documents presented by a Bidder for receipt and opening on the Bid Date. 2.7 Contract Documems- 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 more specifically identified in the Agreement. 2.8 OWNER - The City of Carmel, Indiana acting by and through its Board of Public Works and Safety and the Carreel Street Department. 2.9 Project - The provision of vehicles under the Contract Documents may be the whole, or a pan, 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, quantity, 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. 4.1. BID SUBMISSION All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the outside with the words "BID- Street Department Trucks" 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 Carmel, Clerk-Treasurer's Office, One Civic Square, Carmel, 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 f~led in and completed in every material respect and without interlineations, excisions, special conditions, qualifications or exceptions. Each Bid Documem requiring a signature shah be signed by an individual duly authorized to execute such Documem 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 emity. 4.3. The Bid Documems to be thus submitted by each Bidder shall consist of both of the following (4.3.1, 4.3.2): 4.3.1. 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": "Part 1 "Part 2 "Part 3 "Part 4 "Part 5 "Part 6 "Part 7 "Part 8 "Part 9 Bidder Information" Proposal (Bid)" Contract Items and Unit Prices" Contract Documents and Addenda" Exceptions" Financial Statement" Additional Declarations" Non-Collusion Affidavit and Form 95" Signatures" 4.3.2. Bid Security in the form of a Bid Bond or Certified Cheek in an mount 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 all required Documents by the successful Bidder. A sample Bid Bond form is included in the Project Manual and such form, or such other form as may be approved in advance in writing by OWNER, shah be utilized if such a bond 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 extension 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 finnish: (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. 5.2. 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. 6. BID EVALUATION AND AWARD 6.1. Award of the Contract will be made to the lowest, most responsive and most responsible Bidder where the Bid is reasonable and does not exceed the funds available for the Project. The OWNER reserves the right to reject all Bids and may 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 OWNER shall have the right to reject any Bid if investigation of the Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the obligations and complete the Work. Any or all Bids will be rejected if there is reason to believe that collusion exists among Bidders. 6.3. 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. 6.4. The OWNER may, at its sole option, award the Contract to a Bidder on a conditional basis to afford the Bidder additional time and opportunity to submit required Documents o 7.1. 7.2. 7.3. 7.3.1. or to fulfill other requiremems. In such case, the OWNER will furnish to the Bidder a notice of conditional award which will establish (i) the additional conditions to be ful~lled 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 award 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 all other Documents as prescribed by the Contract Documents. ARer execution and delivery of the Agreement and all other required Documems, and acceptance thereof by the OWNER, the Bid Security furnished by each Bidder will be returned to the respective .Bidders upon request. If the Bidder fails or neglects to execute and deliver the Agreement and all 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 entire 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 mount of the Bid Security is intended as a reasonable prospective estimate of such actual damages. Concurrent with the execution and delivery of the Agreement to the OWNER, or within such other period as the OWNER 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: Other post-Bid submittals required by the Contract Documents. END OF INSTRUCTIONS TO BIDDERS PROPOSAL PACKAGE FOR CTFY OF CARMEL, INDIA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department Trucks BIDDER SHALL RETURN TI-HS ORIGINAL PROPOSAL AND ONE (1) COPY OF TIlE ENTIRE PROPOSAL PACKAGE WrrI-I BID IF THERE AI~ ~ QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVID KLINGENSMITH AT 571-2637 BIDDER'S ITEMIZED PROPOSAL AND DECIARATIONS City of Camel Instructions To Bidders: This form shah 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 Trucks Proposal For: Street Department Trucks Date: F~'~Z ~ ~ OC)O To: City of Carmel, Indiana, Board of public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 BidderName: CIRCLE CITY GMC TRUCKS 1.2 Bidder Address: Street Address: 14 0 1 H a r d i n g C o u r t City: Indpl s. State: IN Zip: 4621 7 317 317 Phone #: ( ) 784 3740 Fax #: ( ) 788 3800 1.3 Bidder is a/an [mark one]: xxxxx Individual Partnership Indiana Corporation; Foreign (Out of State) Corporation; State: ; Joint Venture Other: . 1.4 [The following must be answered if the Bidder or any of its partners 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 Corporation Name: N/A .2 Address: .3 Date registered with State ofhdiana: .4 Indiana Registered Agent: Address: PART 2 BID PROPOSAL 2.1 Proiect Bid. The undersigned Bidder proposes to furnish all necessary hbor, machinery, tools, apparatus, materials, equipment, service and other all 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 1 (One) New 2000 Heavy Duty Single Axle Dump Track and Chassis, and 1 (One) New 200 Heavy Duty Tandem Axle Dump Track and Chassis on the Itemized Unit Price <$1lllo% .-- The Bidder acknowledges that evaluatZon of the lowest Bid shall ~ based on such price. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Lump Sum basis and that the OWNER cannot and does not guarantee the mount or quantity of any item of Work to be performed or furnished under the Contract. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates all such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: mE KhD t4q as of 31 JAN 2000 ADDENDUM DATE NUMBER PART 4 EXCEPTIONS Instructions To Bidders: 4.1 4.2 4.3 The .Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 4.3 of this Part. 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. Exceptions: item//18 of the Tanden specification: Rear stab bar and Aux springs not available on Tanden Model Chas. PART 5 ADDITIONAL DECLARATIONS 6.1 Bidder certifies for itself and all its subcontractors full compliance with all existing and future hws of the United States and the State of Indiana proin'biting 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 stares 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 so discriminated against. PART 6 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 prevent any person from bid&g, 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 other person(s) with reference to such bidding in any way or manner whatsoever. PART 7 SIGNATURES [Signature by or on behalf. Bidder in the spaces provided below shah constitute execution of each and ev this Itemized Proposal and Declarations Document. SIGNATURE MUST B Y NOTARIZED.] Bidders Name: (tvlC IRUCKS i Written ~uidl ' -- ' ' Printed Name: Y . . Title: AaF~ ImVoHant- NotaN Signature and Seal Reauired in the Svace Below STATE OF INDIANA COUNTY OF MARION Subscnl~ed and sworn to before me this My commi.qsion expires: 28 J~E 01 Residing in PtlT~ COI'gY 31 st day of January ,2003 Printed: Jams 1. Cooke .jr. Cotmty, State of Indiana BID BOND City of Camel Instructions To Bidders Bidders may use this form or other form containing the same material conditions and provisions as approved in advance by Ot~NER/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.S. Treasury Department Circular 570, as amen&d, and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder": and [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 Carmel, Indiana ("Obligee") in the full and just sum equal to ten percent (10%) ofthe 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 rote 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, aclministmtors, successors, and assigns, jointly and severally and firmly by these presents. Ten percent (10%) of the price stated in the Bid Proposal is $ . WHEREAS, the Obligee has solicited Bids for certain Work for or in furtherance of construction of improvements described generally as STREET DEPARTMENT TRUCKS 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 ful~lled, (ii) 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 requiremems within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the mount 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 o f , . This BID Bond shah bind the undersigned Surety whether or not also signed by the Bidder. "Bidder" "Surety" Printed: Printed: Countersigned: AGREEMENT FOR PURCHASE OF GOODS AND SERVICES 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 PubHe Works and Safety, ("City") and G~t(:~4,.16~c 'l",-~,s, ("Vendor"). TERMS AND CONDITIONS ACKNO~EDG~NT, 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 shall 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 Exh'bit A, which is incorporated herein by this reference, and Vendor agrees to provide same and to otherwise perform the requirements of this Agreement and to execute its respons~ilities hereunder by following and applying at all times the highest professional and technical guidelines and standards. o PRICE AND PAYMENT TERMS: The total price for the Goods and Services contemplated herein shall be no more than $ Io/~ o71,.~ . Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty (30) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A. 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 thirty (30) days of its receipt by City, Vendor shall so notify City. If such amount as is not disputed is not thereafter paid within five (5) 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 shall so notify Vendor. If such dispute is not resolved to City's satisfaction within ten (10) business days after notice of such dispute is given, City shall pay such amount as is in dispute, under protest, into the Carrnel 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 flee 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 therea!~er perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. TERM: Subject to the termination provisions set forth in Paragraph 21 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2000, 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. 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 utiliTed in or that is a part of Goods and Services. FORCE MAJEURE: Any delay or failure of either party to perform its 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 without its fatfit or negligence, provided that notice of such delay (including the anticipated duration thereof) is given by the affected party to the other party within five (5) business days at~er discovery of the cause of such delay. During the period of such delay or failure to perform by Vendor, City, at its sole option, 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 (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. Vendor shall indemnif7 and hold harmless City from and against 10. 11. any and all liabilities, losses, claims, costs and expenses, including, but not limited to, attorney fees incurred by City in connection with any such lien and/or the removal thereof. This indemnification obligation shah survive the termination of this Agreement. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make profess 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 aH 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. 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 resulting therefrom; or, otherwise. The coverage mounts 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 shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement, 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 City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors, subcontractors and other persons in the performance of this Agreement, or otherwise. These indemnification obligations shah survive the termination of this Agreement. 12. SETOFF: 13. 14. 15. 16. 17. 18. In addition to any right of setoff provided by law, all mounts due Vendor shall be considered net of indebtedness of Vendor to City; and City may deduct any mounts due or to become due from Vendor to City from any sums due or to become due from City to Vendor hereunder. 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 retrenee. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such viohtion of such laws, orders, rules, regulations, codes and ordinances. This indemnification obligation shall survive the termination of this Agreement. NONDISCRIMINATION: 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 proin'biting 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. 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. 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. 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 shah not become employees of City, and the sole respons~ility 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 City to Vendor shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and govemed by 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 filed hereunder, they waive any rights to a jury trial they may have, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the oo 19. 20. 21. 22. appropriate venue for and has jurisdiction over same. SEVERABILITY: If any term of this Agreemere is invalid or unenforceable under any statute, regulation, ordinance, executive order or other role of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with such statute, regulation, ordinance, order or role, and the remaining provisions of this Agreement shall remain in full force and effect. NOTICE: Subject to paragraph 21 hereinbelow, any notice provided for in this Agreement wffi be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail return receipt requested, to the party to be notified at the address specified heroin: If to City: City of Cannel One Civic Square Cannel, Indiana 46032 ATTN: ~,',~ kZtm%t~ r mi'44~ (with a copy to City Attorney, One Civic Square, Cannel, IN 46032) If to Vendor: CIRCLE CITY C~ TRUCKS 1401 HARD ING COURT INDIANAPOLIS, INDIANA 46217 ATTN: D.T. MALONEY Notwithstanding the above, notice of termination under paragraph 21 hereinbelow shah be effective if given orally, as long as written notice is then provided as set forth heroinabove within ten (10) business days from the date of such oral notice. TERMINATION: 21.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated 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 mount 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 evem of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice mount 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. 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 shall 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 af[er City has approved Vendor's time and cost estimate for the provision of such additional goods and/or services shall 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. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 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 oppommity 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 exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written represemations 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 shall govern and prevail, unless the parties hereto, or their successors in interest, expressly and in writing agree otherwise. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreemere as follows: CITY OF CARMEL, INDIANA ClR (tvE ~OCKS By ~ ,-,/~ ID T MALONEY_ e?% _rainat~Pr~e~Ti~ ~' fl DAVID T. MAk0NE¥ -- ~0 PAGri~E~ed Name t ' Title B~~, Member Date: 31 ~A~ARY 2000 D~e: a Z ~ t~ 4O ATTEST: Dianl CordraY, IAMC%reasurer Date NOTICE TO BIDDERS CITY OF CARMEL, INDIANA APPROVED, AS TO FORM BY: Notice is hereby given that the Board of Public Works and Safety for 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. EST ON February 2, 2000 in the office of the Clerk-Treasurer, One Civic Square, 3"t Floor, Carmel, Indiana, 46032, for the following items: 1 (One) New 2000 Diesel Heavy Duty Single Axle Dump Truck and Chassis 1 (One) New 2000 Diesel Heavy Duty Tandem Axle Dump Truck and Chassis Truck to be traded: 1 (One) 1994 Chewolet 1 ~ Ton Truck Salt, Spreader and Plow General Form No. 95 must be fully completed and filed as a part of the bid package. All bids are to be sealed with the word "BID -SINGLE AXLE DUMP TRUCK AND TANDEM AXLE DUMP TRUCK" on the lower left hand comer of the envelope. Bids will be opened and read aloud at 10:00 A. M. February 2, 2000 at the Board of Public Works and Safety meeting on the 2"4 floor of Carmel City Hall, One Civic Square, Cannel, IN. All persons interested in bidding shall register a contact name and address with the Street Deparunent to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed docments on file at the Carmel Street Deparunent, 211 2"~ St. S. W., Cannel, IN 46032. Questions regarding this solicitation must be in writing and delivered to the Cannel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions and/or responses exist. The submitted proposal must be in compliance with IC 36-1-9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. Cordray, Clerk-Treasurer Please publish January 13, 2000, and January 20tu, 2000. Cannel Street Department, 211 2"4 St. S. W. Cannel. IN 46032 SPECIFICATIONS FOR NEW ~000 HEAVY DUTY TANDEM DIESEL DUMP TRUCK CHASSIS 1) 2) 3) 4) 5) 6) Any answer marked "NO" must be explained on deviation sheet. ENGINE CAT Diesel, turbocharged, full electronic Minimum 250 HP, 660 lb ft of torque Min 7.2L, inline 6 cylinder NO ALTERNATOR Minimum 100 AMP BATTERIES Mill DUAL HD 1500 TOTAL CCA EXHAUST SYSTEM Horizontal muffler, vertical pipe w/turnout with clearance for bed (~S) NO S NO TRANSMISSION Allison MT653DRD, 5-speed automatic w/3rd range hold for mow plow usage, RH dash mounted controls, factory installed temp gauge NO CHASSIS ~ Minimum 56,000 GVWR, full reinforced 110,000 PSI frame, w/rain 2,900,000 RBM rating, 24' front frame extension NO s) 9) FRONT AXLE Minimum 16,000 lbs w/min 18,000 lb front springs for HD mow plow usage, power steering NO REAR AXLE ~. Minimum 40,000 lb HID w/synthetic lubricant, oil seals and magnetic plugs. Miniram 40,000 Ibs. rear suspension. 52' Hendrickson RT2400 with 52" spread. Rubber beam end and center bushings. Bolted to frame. Automatic positive locking differential provides power to all rear wheels. 4.63: 1 NO WHEELBASE 102" cab to trunion for 13' body NO SPECIFICATIONS FOR 2000 TANDEM HEAVY DUTY DIESEL CHASSIS PAGE 2 10) FRONT PTO Factory install front PTO access, with proper clearance for radiator and cooling system 11) STARTER Minimum Delco MT37 w/overcrank protection 12) FUEL WATER SEPARATOR Factory installed heated 13) AIR CLEANER Heavy Duty w/mow plow induction diverter 14) SILICONE HOSES For all hoses including cooling and air compression hoses 15) BLOCK HEATER Heavy Duty rain. 1000 W w/r~r, eptacle mounted in front 16) GAUGES (~ Full instrumentation including hourmeter, trans temp gauge air cleaner restriction gauge 17) BRAKES Full air brakes w/anti-lock (ABS) cam type with minimum 16.5 x 5" minimum rear 16.5 x 7" with heater air dryer, automatic moisture ejectors, rear dust shields 18) SUSPENSIONS Minimum 18,000 lb. Front and minimum 40,000 rear w/auxiliary rear springs, front and rear stab bars YES 19) FUEL (~ Dual 50 gallon each rain (100 gal. Total rain) 20) CAB (~ Standard ventilated w/heavy duty insulation and headliner, tinted glass, all windows, dome light, lighter, dual visors, AM/FM radio, dual arm rest, intermittent wipers with elec~'ic washers, heavy duty heater and clefroster, electric horn, air horn dual manpet, dual 16" x 7" west coast mirrors, heated w/8" spot mirrors, stationery Fill, hood access panels for checking engine functions without opening the hood, dual cab assist handles, right and left, hood to tilt, air suspension driver's seat w/standard passenger seat, minimum 13" clearance between seats. 21) PAINT (~ Bright red NO NO NO NO NO NO NO NO NO NO NO SPECIFICATIONS FOR 2000 TANDEM HEAVY DUTY DIESEL CHASSIS PAGE 3 22) RUSTPROOFING Required w/minimum 5 year warranty NO 23) TOW HOOKS 2 front and 2 rear 24) ROOF MOUNTED LIGHT Minimum Whelan Model S360CAP, amber with dash-mounted switch 25) MANUALS Service and parts manuals required with delivery 26) TIRES Minimum 315/80R22.5J, mounted on 22.5 x 9.00" disc rims, front highway tread, 11R22.5H rear on/offroad tires mounted on minimum 22.5 X 8.25" disc rims, plus YES matching spare tire for the front tire, mounted on matching rim, Goodyear or equal NO NO NO NO 27) GENERAL The fact that every item constituting construction of a complete unit is not specifically mentioned nor described will be interpreted to mean the vendor shall install items that conform to the best known engineering standards of the trade, relative to design, strength, quality and workmanship. The unit delivered is to be fully equipped with all manufacturer's standard equipment and accessories. It shall meet the latest Federal Safety Regulations. DEVIATIONS Bidder must itemize all deviations to the specifications here. If this is not sufficient space, attach additional sheets as required. A statement referring to manufacturer's literature or specifications without stating the actual deviation hereon will be cause for disqualification. tt18. Truck to have Frt.Stab. Bar only,Tandem rear suspension does not allow for rear stab bar or Aux. Rear sDrinqs,susDension ha~ 10 leaves@.558" each for a total rating of 20,003 lb per sie~ or 40,000 lb total GAWR Model HENDRICKSON RT2-400 w/RUBBER CENTER BUSHING,This suspension uses stee; walking beams 52" in lieu of Aux springs Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in strict accordance with the specifications outlined herein, even though manufacturer's literature indicates deviations from the City's specifications. SPECIFICATIONS FOR NEW 2000 HEAVY DUTY SINGLE AXLE DIESEL DUMP TRUCK CHASSIS 1) 2) 3) 4) 5) 6) Any answer marked "NO" must be explained on deviation sheet. ENGINE Diesel, turbocharged, full electronic Minimum 210 H1}, (~)0 lb i~ of torque Min 6.5L, inline 6 cylinder NO ALTERNATOR Minimum 100 AMP BATTERIES Mill DUAL HD 1500 TOTAL CCA EXHAUST SYSTEM Horizontal muffler, vertical pipe w/turnout with clearance for bed TRANSMISSION Allison MT653DRD, 5=speed automatic w/3rd range hold for snow plow usage, RH dash mounted controls, factory installed temp gauge (NO CHASSIS Minimum 37,500 GVWR, full reinforced ~o0~aPmSeI frame, w/rain 2,900,000 RBM rating, 24" ext NO 7) 8) FRONT AXLE Minimum 16,000 lbs w/rain 18,000 lb front springs for lID mow plow usage, power steering REAR AXI .E Minimum 23,000 lb HD w/synthetic lubricant, oil seals and magnetic plugs. 4.88:1 approx, locking differential 9) WHEELBASE 157' w/minimum 84" C.A. 10) FRONT FrO Factory install ~ont FrO access, with proper clearance for radiator and cooling system NO NO NO NO SPECIFICATIONS FOR 2000 SINGLE AXLE HEAVY DUTY DIESEL CHASSIS PAGE 2 11) STARTER Minimum Delco MT37 w/overcrank protection 12) FUEL WATER SEPARATOR Factory installed heated 13) AIR CLEANER Heavy Duty w/mow plow induction diverter 14) SILICONE HOSES For all hoses including cooling and air compression hoses 15) BLOCK HEATER Heavy Duty min. 1000 W w/receptacle mounted in front 16) GAUGES Full instrumentation including hourmeter, trans ternp gaug air cleaner restriction gauge NO NO NO NO NO NO minimum, heated air dryer and automatic moisture ejectors, rear dust shields. 18) SUSPENSIONS Minimum 18,000 lb. Front and miniram 31,000 rear w/auxiliary rear springs, front and rear stab bars 19) FUEL Dual 50 gallon each rain (100 gal. Total rain) 20) CAB Standard ventilated w/heavy duty insulation and headliner, ~ tinted glass, all windows, dome light, lighter, dual visors, AM/FM radio, dual arm rest, intermittent wipers with electric washers, heavy duty heater and defroster, electric horn, air horn dual trumpet, dual 16" x 7" west coast mirrors, heated w/8" spot mirrors, stationery grill, hood access panels for checking engine functions without opening the hood, dual cab assist handles, right and left, hood to tilt, air suspension driver's seat w/standard passenger seat, minimum 13" clearance between seats. 21) PAINT Bright red 22) RUSTPROOFING Required w/minimum 5 year warranty NO NO NO NO NO NO SPECIFICATIONS FOR 2000 SINGLE AXLE HEAVY DUTY DIESEL CHASSIS PAGE 3 23) TOW' HOOKS 2 front and 2 rear 24) ROOF MOUNTED LIGHT Minimum Whelan Model S360CAP, amber with dash-mounted switch 25) MANUALS Service and parts manuals required with delivery 26) TIRES Minimum 3 15/80R22.5J, mounted on 22.5 x 9.00" disc rims, front highway tread, 11R22.5H rear on/offroad tires mounted on minimum 22.5 X 8.25" disc rims, plus matching spare tire for the front tire, mounted on matching tim, Goodyear or equal NO NO NO NO 2T) GENERAL The fact that every item constituting construction of a complete unit is not specifically mentioned nor described will be interpreted to mean the vendor shah install items that conform to the best known engineering standards of the trade, relative to design, strength, quality and worlcmanship. The unit delivered is to be fully equipped with all manufacturer's standard equipment and accessories. It shall meet the latest Federal Safety Regulations. Prescribed by Stale Board of Account,s A E Boyce Co, Inc, Muncie, IN 1241Form No. 95 (Reviled 1987} 'BID, OFFER OR PROPOSAL FOR SALE OR LEASE OF MA'RtffliltltIED, AS TO (Defined at I.C, 36-1-2-9.5) FORM BY: ~ _ (Please type or print) RE: Bid for One(l) each Single and Tandem Axle Chassis' Date: FEB 1,2000 1. Governmental Unit: Board of Puhlic Works and Safety of the City of Cannel ,Indiana 2. County: _l-Jc!m_ilton County, Indiana 3. Bidder (Firm): CIRCLE CITY ~ TRUCKS Address: 1401 HARDING COURT City/State: INDIANAPOLIS, INDI/~NA 46217 4. Telephone Number: 317 784 3740/FAX 317 788 3800 5. Agent of Bidder (if applicable): D.I. Maloney Pursuant to notices given, the undersigned offers bid(s) to Board of Pub1 ic Works and Safety (Governmental Unit) in accordance with the following attachment(s) which specify the class or item number or description, quantity, unit, unit price and total amount. The contract will be awarded by classes or items, in accordance with lions. Any changes or altera- tions in the items specified will render such bid void as to that class or ' promises that he has not offered nor received a less price than the price stated in his bid for the m~.terials inclu ed in said bid. Bidder fur- ther agrees that he will not withdraw his bid from the office in which it is fi - ce ified check or bond shall be filed with each bid if required, and liability for breach shall be enforce e contract, the bond or cer- tified check or both as the case may be. e of B~dder or Agent BID OFFER OR PROPOSAL Attach separate sheet listing each item bid based on specifications published by governing body. Following is an example of the bid format: Class or Item Quantity Unit Description Unit Price Amount ~LE AXLE CHASSIS: ONE(i) tEACH 2000 Model GMC C-8500 series1551,~.m ~,51,488.00 ~ AxLE CHASSIS: ONE(l) EACH 2000 Model GMC C-8500 Series $59,588.00 $59,588.00 TRADE-IN ALLOWANCE for 0NE(1) 1994 Chevrolet 1½ Ton Truck,spreader&plow: (iII1~1~. ) ~ STATE OF INDIANA)NON-COLLUSION AFFIDAVITC.~ / ,9/~--Cc~ 3 ',~ ) SS: Marion COUNTY ) The undersigned bidder or agent, being duly sworn on oath, has not, nor has any other member, representative, or agent of the firm, company, corporation or ented by him, entered into any combination, collusion or agreement with any person relativ by anyone at such letting nor to prevent any person from bidding nor to induce anyone to nd that this bid is made without reference to any other bid and without any agreement, un bination with any other person in reference to such bidding. He further says that no person or persons, firm , have or will receive directly or indirect- ly, any rebate, fee, gift, commission or thing of val h sale. ~,_ ITY GMC TRUCKS · : P FI ~ ' -) Bidder (Firm) Signature of Bidder or Agent .::;; 0: County of Residence utnam Cou ty E There now being sufficient unobligated appropriated funds available, the contracting authority of (Governmental Unit) hereby accepts the terms of the attached bid for classes or items numbered and promises to pay the undersigned bidder upon delivery the price quoted for the materials stipulated in said bid. Contracting Authority Members: Date: O-i 0 >m rnm 0T :~0 ~m Name of Company: Address & Zip: Telephone No.: Fax No.: EXHIBIT B Invoice Date: Project Name: Invoice No: Person Performing Service Service Services Provided Date (Describe in detail in tenth hour units) Hourly one- Rate Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident: Bodily Injury by Disease Bodily Injury by Disease Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Comprehensive Auto Liability Owned, hired and non-owned Bodily Single Limit: injury and property damage Umbrella Excess Liability Each occurrence and aggregate Maximum deductible Statutory Limits $100,000 each accident $500,000 policy limit $100,000 each employee $500,000 $500,000 $500,000 $500,000 $ 50,000 $ 5,000 each accident $5OO,OOO $500,000 $ 10,000 Cityo']Carme_ February 18, 2000 David T. Maloney Circle City GMC Trucks 1401 Harding Court Indianapolis, IN 46217 Dear Mr. Maloney: On February 16, 2000, the Board of Public Works and Safety awarded a bid to your company. A copy of the agreement is enclosed for your records. Please call Clerk-Treasurer Diana Cordray at 571-2414 if you have any questions. Sincerely, Robin L. Butler Deputy Clerk EncloSure pc: David Klingensmith, Street Commissioner ONE CIVIC SQUARE CARMEL. INDIANA 46032 317/571-2400