Loading...
Deeds Equipment Co.(2)/StreetDeeds Equipment Company, Inc. Street Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 ,t~l~PllO~/i~[}, AS TO Contract Not To Exceed $87,918.00 AGREEMENT FOR PURCBASE OF GOODS AND SERVICES c/qd /-/caa97o'5, O/OI THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Deeds Equipment Company, Inc.("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") described in attached Exhibit A from City budget appropriation number 2201-650.01 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest professional and technical standards. PRICE AND PAYMENT TERMS: 3. I Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Eighty-Seven Thousand Nine Hundred Eighteen Dollars ($87,918.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) 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, 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 thirty (60) days of its receipt 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 due and payable by City to Vendor as a separate debt for each month it remains unpaid. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess of the Estimate. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the bid offer/proposal and all bid documents that pertain to the Goods and Services to be provided hereunder, all of which are incorporated herein by this reference, as well as to the specifications and/or descriptions of such Goods and Services 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. Vendor acknowledges that it knows of City's intended use and Deeds Equipment Company, Inc. Street Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 Contract Not To Exceed $ 87,918.00 expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 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. 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 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 lien and/or the removal thereof. This indemnification obligation shall 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 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 for receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; (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, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, Deeds Equipment Company, Inc. Stre& Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 Contract Not To Exceed $87.918.00 employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attomey fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attomey fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all 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 their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. 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. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and Vendor and all Deeds Equipment Company, Inc. Stre& Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 Contract Not To Exceed $87,918.00 of its officers, employees, contractors, subcontractors and agents are not, and shall not become, employees of City, and the sole responsibility to pay same all statutory, contractual and other benefits shall remain exclusively with Vendor. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided postage prepaid U.S. specified herein: for in this Agreement will be sufficient if it is in writing and is delivered by certified mail, return receipt requested, to the party to be notified at the address If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN: David Klingensmith (with a copy to City Attorney, One Civic Square, Carmel, IN 46032) If to Vendor: Deeds Equipment Company, Inc. 7720 Records Street Lawrence, 1N 46226 ATTN: Lyndon Callahan Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within ten (10) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such Deeds Equipment Company, Inc. Street Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 Contract Not To Exceed $87,918.00 payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 18.2 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 and/or the costs incurred (after mitigation) on work in progress as of such date, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the Mayor or his duly authorized representative shall notify Vendor of such additional goods and services desired, as well as the time flame 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 afier City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall same be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto. 21. TERM Subject to the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2001, 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. 22. 23. HEADiNGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. BINDING EFFECT The parties, and their respective officers, officials, agents, parmers, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. Deeds Equipment Company, Inc. Stredt Dept.-2001 3-Wheel Hydraulic Broom Street Sweeper Appropriation # 2201-650.01 Contract Not To Exceed $87,918.00 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. 1N 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. 7720 Records Street Lawrence, IN 46226 ~s Brainard, Presiding Officer Mary ~urke, Member ATTEST: Diana Cordray, ~3r/ , ~lerk- reasurer Date: - t~ ' ~ I VrintedL-Iq~dme~-n (~.~/]z'/fld~. Title F1D/SSN: Date: 3.5oq7 7 7 73' u. 0 / Prescribed by the Slate Board of Accounts Form No. 95 (Revised 1987) BID, OFFER OR PROPOSAL FOR SALE OR LEASE OF MATERIALS (Defined at I.C. 36-1-2-9.5) (Please type or print) 1. Governmental Unit: 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: Date: June 20, 2001 Rnard nf Pl~bllc Works & Safety, T-Tam~ 1 tnn D~H~ ~qn~pmpnh (!nmpany, Tnc. 7720 Records Street Lawrence, Indiana 46226 800-841-4028: 317-545-3331 City of Carmel 5. Agent of Bidder (1( applicable): Dan tel A - Brpnnan, Pr~,~'{ ~,~n~- Board of Public Works & Safety Pursuant to notices given, the undersigned offers bid(s) to C' 'i 'by nf Ca rmp 1 (Gov- ernmental 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 specifications. Any changes or alterations in the items specified will render such bid void as to that class or item. Bidder promises that he has not offered nor received a less price than the price stated in his bid for the materials included in said bid. Bidder further agrees that he will not withdraw his bid from the office in which it is filed. A certified check or be hall be filed with each bid if required, and liability for breach shall be enforceable upon the contract. the bo~l~~~ case may be. Signature of Bidder or Agent Daniel A. Brennan, President BID OFFER OR PROPOSAL Attach separa[e sheet listing each item bid based on specifications published by governing body. Following is an example of the bid format: Class or Item Quantity STATE OFIND[ANA ) )SS: MARION COUNTY) Unit Description Unit Price Amount 3-Wheel, Front Dump, Hydraulic Driven Broom Street Sweeper per attached 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 titre, company, corporation or partnership represented by him. entered into any combination, collusion or agreement with any person relative to the price ~o 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 b~dding. He tufther says that no person or persons, firms, OF CorporatiOn has, have or will receive directly or indirectly, any rebate. fee, gift. commission or thing of value on account el such sale. Subscribed and sworn to before me this 20th Deeds Equipment Company, Inc. Bidder (Firm) Signature of Bidder or Agent Daniel A. Brennan, President dayofJune, 2001 19__. My Commission Expires: County of Residence: Antoinette M. Denny ACCEPTANCE There now being sufficient unobligated appropriated fun,:Js available, the contracting authority of CITY of CARMEL STREET DEPARTMENT THREE V,%IEEL, FRONT DUMP, HYDRAULICALLY DRIVEN BROOM STREET SWEEPER Single engine, three wheel design, hydraulically driven gutter brooms, hydraulic ~vheel motors, fi'ont high dump street sweeper using all current production components. SPECIFICATIONS CHASSIS 3 wheel cort~guration, high fi-ont dump design Yes x No__ Steering strut to be dual tired for added safety Yes x Drive wheels to be dump protected with heavy duty rubber pads Yes x No __ Chassis to be wishbone reinforced, unitized type for structural integrity Yes x No __ Planetary gear front hubs, mln. load rating 14,000 lbs. each Yes x No __ Strut type rear axle, rain. capacity of 7,400 lbs. Yes x No __ Rear steer, hydrostatic power assist, manual override in case of engine cutout, safely maneuverable at all speeds Yes x No__ Tow hooks fi-ont and rear Yes x No Raising assist cylinders for both engine compartment doors Yes x No Sprung guide ~vheel with large heavy duty springs Yes x No__ COMPLY ENGINE 4 cylinder, Turbocharged, counterbalanced, 276 cu/in, 100 HP @ 2500 rpm, 274 ~/lbs. Torque @ 1400 rpm Cylinder liners to be wet sleeve, individually replaceable Dual safety dry-type air cleaner with in cab restriction indicator 50/50 anti-freeze/water mLxture Diesel tank to be 35 gal. capacity Rubber mounted to minimize vibrations Auto engine shutdown for engine temp/low oil pressure Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No TRANSMISSION (Hydrostatic Drive) Variable displacement pump with two separate variable displacement motors, automatically controlled to produce required torque at a set pressure with single pedal control Single foot pedal to automatically produce required torque at a set pressure Power shall be evenly distributed through planetary torque hubs from ~vheel drive motors without side loading To prevent the possibility of contamination and the resulting damage to the transmission systems, transmission shall be protected by 10 micron filter with "in cab" restriction indicator .: .: "' Single pedal control for forward/reverse for ~nsy operation Yes x No Yes x No Yes x No Yes x No Yes x No BRAKES ' ' Full power, enclosed hydraulic, internal expanding shoe Brakes not dependent on any electrical circuit For added safety, sudden loss of engine power shall not automatically engage brakes Yes x No Yes x No Yes X ' NO CITY of CARMEL STREET DEPARTMENT THREE WHEEL, FRONT DUMP, HYDRAULICALLY DRIVEN BROOM STREET SWEEPER BRAKES (cont'd) For added safety, brakes not dependent upon whether or not the engine is runnLng, or on the electrical system Parking brake positively and mechanically applied to drive wheels not dependent upon any electrical circuit Hydrostatic transmission provides dynamic hydrostatic braking COMPLY Yes x No Yes x No Yes x No TIRES & WHEELS First line quality tubeless radial tires mounted on disc wheels, 4 on vehicle 11R x 22.5 (load range G) front, 9R x 17.5 (load range H) rear Yes x No Yes x No HYDRAULIC SYSTEM Power provided by shaft and gear driven pumps (no belts) To include a 28 gallon baffled reservoir with sight gauge Staggered height ports with highest being brooms & hopper, next propulsion, and lowest for steering circuit for safety Reservoir vent equipped with 10 micron, spin on filter Both suction and return lines for drive to have 10 micron filters with cab mounted restriction indicators All oil added must pass through a 10 micron filter Oil thermostatically cooled vdth integral cooler/radiator Cooler protected by a 125 PSI bypass valve All pressure hydraulic fittings to be fiat-face "O" ring or "O" ring boss type. ('No pipe fittings allowed) Pressure circuits to have quick-disconnect check ports for serviceabillty Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No CAB To help see the entire curbline, door windows shall be see-thru type with slide down bubble window's Operator must be able to see the entire curb line without requiring opening a window or door for safety and ease of operation Cab to have rear opening doors on beth sides Visibility to be full 360 degrees for safety without using mirrors Seats to be deluxe foam cushion with seat belts, two seats required One irkside rear view, two outside west coast and two convex mirrors Hydraulics to be controlled by electric rocker switches Hopper dumping to be controlled by single "joy" stick Two speed wipers and washers ~..: Cab must be capable of having two seats for'training purposes Interior covered with automotive type trim, molded dash and center console, vdth sot~ textured steering v:h~el Cab is made of 14 gauge steel Full vision illuminated instrument panel with key locking ignition, engine tachometer, hour meter, speedometer, odometer, fuel, hydrostatic oil temp., water temp., oil pressure and voltmeter gauges. Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No 2 CITY of CARMEL STREET DEPARTMENT THREE WHEEL, FRONT DUMP, HYDRAULICALLY DRIVEN BROOM STREET SWEEPER CAB (cont'd) COMPLY FMVSS approved door latch system Yes x No__ Doors and ignition keyed alike Yes x No For safety - operatbr must be able to see directly where dumping without use of mirrors Yes x No Fresh air heater/pressurizer/defroster Yes x No Air conditioner mounted in cab, integral in the FA/Heat/Vent/Deffoster Yes x No Sliding rear windows for ventilation Yes x No__ Limb guard on both sides of cab Yes x No ELECTRICAL 95 amp alternator Maintenance flee 12 volt, 925 CCA battery 180 rain. reserve All circuits protected with auto-reset circuit breakers Lighting to be stop, tail, headli~ts, side broom, lighted gauges and illuminated instrument panel rocker switches, hazard switch and directional signals Automatic backup alarm for safety Wiring harnesses to have color and word coded wires, such as, "Ignition", "Headlight" etc. every four inches for serviceability Terminals to be crimped and soldered Splices to be crimped and soldered, and completely insulated with heat shrinkable tubing Connections sealed with weatherproof, polarized connectors Strobe light with guard Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No GUTTER BROOM Hydraulic drive, vertical digger type, dual gutter brooms Ground pressare adjustments on-tbe-go from the cab Variable speeds, independent of vehicle speed or direction Disposable segments, filled with 26" long tempered wire 36" diameter, and shah protrude a minimum of 13" outside tire For safety, brooms must not throw debris at tire (brush guards not acceptable) Side broom position indicators Side broom tilt on fight side, cab controlled Yes x No Yes x No Yes x No Yes x No Yes x No Yes Yes Yes x No .x No__ x No x No x No MAIN BROOM ::' Variable speeds, independent of vehicle speed 6r direction Yes HydraulicaLly driven, minimum of 68" x 35" Yes__ Prefab disposable type fil/ed with polypropylene - ' Yes x No Broom to be double ',,,'rapped on both ends Yes x No_ Nlinimum sweeping path, 8' with one broom, 10' with two Yes x No Hydraulically raised & lowered Yes x No CITY of CARMEL STREET DEPARTMENT THREE ~VttEEL, FRONT DUMP, HYDRAULICALLY DRIVEN BROOM STREET SWEEPER MAIN BROOM(cont'd) Spring suspended with tension adjustment to allow for ground pressure and broom wear changes COMPLY Yes x No CONVEYOR Reversible in direction without stopping or reversing any broom Able to sweep large bulky items, leaves, sand, or gavel without the need to make any adjustments, and ~vithout stalling Belt type conveyor Hydraulically driven Lower conveyor roller ~vashdown system Yes x No HOPPER From variable high dump to 9' 6" clearance Hopper lift and tilt mechanism to be fully greasable Dump cycle to be approximately 60 seconds Rear dump not acceptable for safety reasons 3.5 cu/yds. volumetric capacity with 3 cu/yds. usable Dumping reach 33" minimum For safety, sweeper's center of gravity lowers as hopper fills For safety, sweeper must be able to dump into truck when both are going with traffic Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No__ WATER SYSTEM 220 gallon, rest proof, removable, polyethylene tank Centrifugal pump capable of running dry indefinitely without any damage to the system with 100 mesh stainless filter Water fill gauge visible from the operators station Internal hopper/conveyor flusher washdo~vn for easy cleanup 16' 8" fill hose with storage basket On/off flow control from cab 2" anti-siphon air gap Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No Yes x No PAINT All ~sible exterior surfaces including axles, flame, running gear and fuel tank to be shot blasted, primed and sprayed with a premium powder coat paint MANUALS Parts book, operating book and instructional video, showing proper maintenance, adjustments and operation ' Yes x No Yes x No CITY of CARMEL STREET DEPARTMENT THREE ~VHEEL, FRONT DUMP, HYDRAULICALLY DRIVEN BROOM STREET SWEEPER WARRANTY Warranty to be one year Water tank to have a lifetime rust-through warranty Engine to have a two (2) year, 2000 hour warranty COMPLY Yes x No Yes x No Yes x No Any deviation from the terms of these specifications must be explained in writing as to their comparison to these specifications, and as to why they should be considered as equal or better equipment. The bidder proposes to furnish equipment in accordance with these specifications. Purchase Price Minus Trade-in Price Bid Price Anticipated delivery is Submitted by: Company Address City, State, Zip Phone # Fax # Signature .. Printed Nanxe Date 9O $ 95,418.00 $ (7,500.00} $ 87,918.00 days after receipt of order Deeds Equipment Company, Inc. 7720 Records Street Lawrence, Indiana 46226 800-841-4028:317-545-3331 317-545-3334 Daniel A. Brennan, President June 20, 2001 PART2 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 eighty-seven thousand nine hundred eighteen and no/lO0 Dollars ($ 87,918.00 ). The Bidder acknowledges that eva]uatbn of the lowest Bid shall be based on such price. The Bidder further understands that a]] Work which may resuk on the Contract shall be compensated for on a Lump Sum basis and that the OVv~qER 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. I The Bidder agrees to be bound by the terms and provisions ofall Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the foRowing addenda: ADDENDUM NUMBER No addendum DATE PART 4 EXCEPTIONS Instructions To Bidders: 4.1 4.2 The Bidder shah 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 fi'om the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: All items as per specifications. No exceptions 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 PROPERLYNOTAR1ZED.} Bidders Name: Written Signature: D ds Equipment C pany, Inc. Printed Name: Daniel A. Brennan Tkle: President Important - Notary Signature and Seal Reatuired in the Svace Below STATEOF INDIANA COUNTY OF MAWTON Subscribed and sworn to beBre me this 2 0 th 2~1. Mycornrnkqsionexpbes: 10/27/06 Residing in Marion __day of June, Printed: Antoinette M · Denny County, State of Ind i ana POST BID SUBMITTAL MANUFACTURERS LIST Instructions To Bidders: The Bidder shah 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 shah 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 manufacturer's name shall not in any way constitute a waiver of the Drawing 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 Street Sweeper Elgin Sweeper Company DEVIATIONS Bidder must itemize all deviations to the specifications her~. If this is not su.~cient space, attach additional she:ts as required, A slatemeat referring to manufacturer's literature or specificat/ons without rating the acttml deviaLion hereon will be cause for disqu~ification. All items as per speP~f~paf~nn~ No deviations Unless othen~ise rated ~' the bidder in the space provided above, the proposal will be cotsidereal as being in strict accordance v, ith the mec~cations outlined herein, even tho~_h the m~hnufacturer's literature indicated d~'iadorts from the civ,."s specifications.' '