Loading...
Circle City GMC Trucks/StreetCircle City GMC Trucks Street Dept. 2001 Appropriation #650-01 Contract N otTO Exceed $142~517.00 APPI{~V El}, AS 10 FOLM BY: AGREEMENT FOR PURCHASE OF GOODS AND SERVICES (~ THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and Circle City GMC Trucks ("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 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 3.1 AND PAYMENT TERMS: Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than One Hundred Forty-Two Thousand Five Hundred Seventeen Dollars ($142,517.00). 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 (30) 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 to provide City, in writing, and within fifteen (15) days of City' s request for same, with Vendor's estimate ("Estimate") of the total cost for the Goods and Services to be provided by Vendor to City under this Agreement during the time period requested. Vendor agrees not to provide any Goods and Services to City during the time period covered by an Estimate that would cause the total cost of the Goods and Services provided by Vendor to City hereunder during such time period to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess of the Estimate. Circle City GMC Trucks Street Dept - 2001 Appropriation #650-01 Contract Not To Exceed $14.2,517.00 WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, samples 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. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 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. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 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. C~rcle City GMC Trucks Street Dept. 200 I Appropriation #650~01 Contract Not To Exceed $142,517.00 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 all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to. all court costs. attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all present and future 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. City reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. 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 fight 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: Circle City GMC Trucks Street Dept - 2001 Appropriation ~650-01 Contract Not To Exceed $142,517,00 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 of its officers, employees, contractors, subcontractors and agents m~e 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. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15L 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 for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTN: David Klingensmith, Director of Street Department (with a copy to City Attorney, One Civic Square, Carreel, IN 46032) If to Vendor: Circle City GMC Trucks 1401 South Harding Court Indianapolis, Indiana 46217 ATTN: D. T. Maloney 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: l 8.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon Circle City GMC Trucks Street Dept 200t Appropriation ~t650-01 Contract Not To Exceed $142,517.00 notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 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, 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 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 after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 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. 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. Circle City GMC Trucks Street Dept. - 2001 Appropriation #650-01 Contract Not To Exceed $142,517.00 23. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 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. [remainder of page intentionally left blank] Circle City GMC Trucks Street Dept. - 2001 1N WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: C1TY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: it A k) Of ATTEST: ~v 6~c TRtaC~:S I ture Tit~U~ie~ Name 7 F~D/SSN: g~- Iq'~ Date: BID, OFFER OR PROPOSAL FOR SALE OR LEASE OF MATERIALS (Defineli at I.C. 36-1-2-9.5) (Please type or prim) Da: Bid fop vaNms Trucks and oottcns: Date: 6 Fetch,2001 1. Governmental Unit: 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: Cttv of CarmPl and it'i ~'erd nf Rhl ic Wri'k,= and c, afPi'y Himilton ~v.lndiana CIRCLE CITY G'4C ~ Indianapolis,IN 46217 317 784 3740/FAX: 317-TFR-3R30 5. Agent of Bidder (if applicable): D.T. "Dave" Ive'loney Pursuant to notices given, the undersigned offers bid(s) to Cfl'.y nf f'.~ (Governmental Unit) in accordance with the following affachment(s) which s ify the cl or item number or d.script,en...an,,ty. u.it...i, and ,et., t offer~ nor receiv~ a le~ price than the price stated In his bid for th lud~ In / bid. Bidder fur- ther agrees that he will not withdraw his bid from the offi~ in w ~lfi~ ch~k or ~nd shall be fil~ with each bid if r~ui~, and liabili~ for breach shall ~ e ~n~, the ~nd or cer- tlfi~ ch~k or ~th ~ the c~ may be. um el S~ ~ is an example of the bid re,at: 0ne(1) 4x4N, Plla(. 0he(l) EACH: Ore(l ) Tanden Chassis (1E(I) Each: ~ 0vc ~G48500 $56,gBB.OO $56,g0B.00 NON-COLLUSION AFFIDAVIT ~e u~erigne bi~er or agent, being duly ~m on ~, g~ that he h~ not, n~ hi ~ ~her mem~r, mpm~ntalive, or agent of the fi~, com~y, m~r~on or ~ne~hlp mpm~nt~ by him, enterM into ~y combiniion, collusion or ag~ment ~th ~y ~n relaH~ to the pdce to be bid by ~ne / such leffing nor to pr~ent any pemon from bidding nor to induce ~yone to refrain from bidding, and that this bid Is m~e ~thout reference Io any other bid ~d without ~y ~ement, und r ~mbination ~th ~y offie ~mn in reference to such bidding. He fu~her sa~ that no per~n or ~mons, fi~s, or ave or will r~i~ dimly or indi~t- ly, ~y rebate, f~, ~ff, ~mmi~ion or thing of vlue on a such ule. Subscri)d ~d ~m to before me this ) di ~) ,19,~1. ACCEPTANCE (G~emm~n~ Unfl) ~mW a~ep~ ~e terms of tha a~ach~ bid for ¢l~es o~ items numbered and pmmi~8 to ~y the unde~ign~ bidder u~ del~ PART 2 BID PROPOSAL 2.1 Proiect Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, material~ equipment, service and other all necessary supplies, a~d to perform and fi~lfiTT all obligations incident thereto in strict accordance with and within the time(s) provided by the term~ and conditions of the Contract Documents for 1 (One) New 2000 Heavy Duty Single Axle Dump Truck and Ch,~ss~s, and I (One) New 200 Heavy Duty Tandem Axle Dump Truck and Chassis on the Itemized Unit Price Schedule for the above described Project, including any and all addenda thereto, for the total sum of One Fi~ndr'~t Thi rW-tu~o Thousand Five Hundred Seva~alarabl lars and no/cents ~ ($ 1~,5i7.00 ). The Bidder acknowledges that evaluation of the lowest Bid s/m~Ii be based on such price. The Bidder further troderrands that all Work which may resttit on the Contract shall be compensated for on a Lump Sum basis and that the OWNER cannot and does not guarantee the amount or qumatiry of any item of Work to be performed or furnished under the Contract. PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material q-,li~cation or variance from the terms of the Contract Documents may result in th~ Bid being rejected a~ non-responsive. 4.3 Exceptions: PlC~lP ll~LEKS: Engine 364 cu in No skid plate on fuel tank 4x4 ~ TRIEK:NONE T~FM CHASSIS: no rear stab bar or aux springs ,Torsion bars replace these items ..... MINIMUM SPECIFICATIONS FOR A NEW 2001 314 TON 4 WHEEL DRIVE REGULAR CAB PICK UP TRUCK Any answer marked "NO" must be explained on attached deviation sheet. 1) Engine Shall be gasoline 366 V-8 fuel injected or larger YES a) H.D. transmission cooler g b) I-LD. engine oil cooler c) H.D. radiator with all season coolant 2) Alternator Heavy duty 100 amp or bigger 3) Transmission a) 4 speed heavy duty automatic b) Locking differential - 2 wheel drive when disengaged c) 4 wheel drive 4) Chassis a) 9,200# G.V.W. (~ Springs Snow plow prep package including heavy-duty springs and shooks 5) 6) Rear Axle Rear axle ratio 4.10-1 7) Brakes Must be power brakes 8) Steering Must be power steering 9) Color Red with gray interior AM-FM radio Instrument gauges Intermittent wipers Vinyl bench seats with robber floor mats Air conditioning 10) Interior a) b) e) a) e) ( E)6.Ot../ 36q NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO 3/4 Ton 4-Wheel Drive Pick Up Specifications Page 2 Any answer marked "NO" must be explained on deviation sheet. 11) Gas Tanks 30 gallon or larger. Tanks to be on one side only. 12) Undercoating Must be undercoated and rust-proofed at time of delivery. Supply written warranties. 13) Bumpers Both ~'ont and rear required. NO  ~o ~ NO 14) Tires Five (5) LT245 75R16E steel belted radial, black walls with on-offroad tread. Four on the ground, one spare tire and rim 15) Bed a) 8'bed (~) NO (ZZ]~ NO 16) Other a) A 4~ton pintel hitch with a 2" ball shall be pu manentl attached by bolting and welding it to frame ~ 17) Skid plates under transfer case, transmission and fuel tanks YES NO N __J I04 18) General The fact that every item constituting construction of a complete unit is not sp~i~cally mentioned nor described will be interpreted to mean the vendor shall install items that conform to the best known engineering standards of the Wade, relative to design, strength, quality end workmanship. The unit delivered is to be fully equipped with all munufacturer's standard equipment and accessories. It shall meet the latest Federal Safety Regulation. All electrical system schematic, engine, and menhanioal service manuals and parts and body service manuals are to be provided at time of delivery. DEVIATION SHEET Bidder must itemize all deviations to the specifications here. lfthis is not sufficient space, attach additional sheets as required. A statement retrring to manu~acturer's literature or specifications without stating the actual deviation h~reon will be caus~ for disqualification. ENGINE: 364 cu in diSplar~=m=nt in li~l~f 3f~ c,i in/6 ft SKID PLAI'F,S: Ft~l ~nk ~kid pla'~ m'r availhl~ f~ f~ri'nry ~nd nf 'rhi~ da'r~ ~ ~f-~ market option is avialable .... Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in s~i~t accordance with the specifications outline herein, even though the manufacmrer's literature indicated deviations from the city's specifications. SPECIFICATIONS FOR A NEW 2001 4 WHEEL DRIVE REGULAR CAB ONE TON DUMP TRUCK I) Engine Shall be gasoline 8.1 L V-g fuel injected a) H.D. transmission cooler b) H.D. engine oil cooler c) H.D. radiator 2) Alternator Heavy duty 90 amp or bigger 3) Transmission a) 4 speed heavy duty automatic b) Locking differential - 2 wheel drive when disengaged e) 4 wheel drive 4) Chassis a) ~) 15,000# G.V.W. 135.5" wheel base - 60" cab to axle 5) Springs Snow plow prep package 6) Rear Axle Dual rear wheels with 11,000# or gseater rear axle. Rear axle ratio 5.13 7) Brakes Must be power brakes 8) Steering Must be power steering 9) Color / (~ Red with red interior 10) Interior a) h) c) d) AM-FM radio Instrument gauges intermittent wipers Vinyl bench seats with rubber floor mats Any answer marked "NO" must be explained on attached deviation sheet. E NO NO NO E NO NO NO NO (~ NO NO NO NO NO NO NO NO NO NO One Ton Dump Truck Specifications Page 2 Any answer marked "NO" must be explained on deviation sheet. 11) Gas Tanks 30 gallon or larger. Tanks to be on one side only. 12) Undercoating Must be undercoated and rust-proofed at time of deliver. Supply written warranties. 13) Bumpers Front required. 14) Tires Seven (7) LT225/70R-19.5F Goodyear on-offroad Six (6) mounted - one spare tire and rim to match. NO NO NO 15) Bed a) 8' contractors dump painted to match chassis, with fold-down sides ~ NO b) Cab shield with see-through window opening NO e) Electric hydraulic hoist NO d) Mud flaps and lights to Indiana code NO 16) Other a) b) Wast coast type mirrors (~ NO 17) Gentcat 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 Wade, 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 Regulation. All electrical system schematic, engine, end mechanical service manuals and body service manuals are to be provided at time of delivery. 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 manufaeturer's literature or specifications without stating the actual deviation hercon will be cause 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 fi'om the City's specifications. SPECIFICATIONS FOR NEW 2001 HEAVY DUTY TANDEM DIESEL DUMP TRUCK CHASSIS Any answer marked "NO" must be explained on deviation sh~t. 1) ENGINE CAT Diesel, turbocharged, full ele,ztronic Minimum 275 HP, 800 Ib ft of torque Min 7.2L, innline 6 cylinder NO 2) ALTERNATOR Minimum 100 AMP 3) BATTERIES Min DUAL HD 1500 TOTAL CCA 4) EXHAUST SYSTEM Horizontal muffler, vertical pipe w/turnout with elcarance for bed NO 5) TRANSMISSION Allison MD3560P, 6-speed automatic w/3rd range hold for snow plow usage, LH dash mounted controls, factory installed tump gauge NO 6) CHASSIS NO 7) S) 9) FRONT AXLE Miniram 16,000 lbs w/rain lg,000 lb fi'ont 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 RT2-400 with 52' spread. Rubber beam and and center bushings. Bolted to frame. Automatic positive locking differential provides power to all rear wheels. 6.50:1 WHEELBASE 102" cab to trunion for 13' body NO NO NO SPECIFICATIONS FOR 2001 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 I~lco 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 17) BRAKES Full air brakes w/antMock (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 renr 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 defreater, electric horn, air horn dual trnmp~, dual 16" x 7" wes't 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 leR, hood to tilt, air suspension clriver's seat w/standard passenger seat, minimum lY' clearance between scaB. 21) PAINT Bright red NO NO NO NO NO NO NO NO NO NO SPECIFICATIONS FOR 2001 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) MANUALS Sorvic~ and parts manuals required with delivery 25) TIRES Minimum 315/80R22.SJ, mounted on 22.5 x 9.00" disc rims, front highway tread, I IR22.5H rear on/offroad tires moanted 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 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 fally equipped with all manufacmrer's standard equipment and accessories. It shall meet the latest Federal Safety Regulations, DEVIATIONS Bidder must itemize all deviations to the specifications her~. 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. Unless otherwkse 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. Name of Company: Address & Zip: Telephone No.: Fax No.: EXHIBIT B Invoice Date: ProjectName: InvoiceNo: 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 O~vned, hired and non-owned Bodily Single Limit: injury and property damage Umbrella Excess Liability Statutory Limits $200,000 each accident $1,000,000 policy limit $200,000 each employee $1,000,000 $1,000,000 $1,000,000 $1,000,000 $ 100,000 $ 25,000 each accident $1,000,000 Each occurrence and aggregate $1,000,000 Maximum deductible $ 25,000