Loading...
Gille & Company/Street D... (2)Street Dept. - 2004 Hydraulic Oil & Grease System Installed Appropriation # 630.00P.O.#1547 Contract Not To Exceed $14,598.50 ,~PI~IO~I~D .~; TO 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 Gille & Company ("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 ) from Vendor using City budget appropriation number 630.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Fourteen Thousand five hundred and ninety-eight Dollars and fifty cents($14,598.50)(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. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 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 free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 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. Gille & Company Street Dept. - 2004 Hydraulic Oil & Grease System Installed Contract Not To Exceed $14,598.50 Appropriation # 630.00 P.O.#1547 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. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. [Remainder of page intentionally left blank] Gille & Company Street Dept. - 2004 Hydraulic Oil & Grease System Installed Appropriation # 630.00 Contract Not To Exceed $14,598.50 P.O.#1547 10. i1. 12. INSURANCE AND INDEMNiFICATiON: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on ali 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. 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. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 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. Gille & Company Street Dept. - 2004 Hydraulic Oil & Grease System Installed Contract Not To Exceed $14,598.50 Appropriation # 630.00 P.O.#1547 13. 14. 15. 16. 17. 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 neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 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. SEVERABILITY: If any term of this Agreement 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 same, and the remaining provisions of this Agreement shall remain in full force and effect. 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 Kligensmith, Director, Street Dept. Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Gille & Company 1140 South West Street Indianapolis, IN 46225 ATTN: Bonnie R. Sito Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shaI1 be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. Gille & Company Street Dept. - 2004 Hych'aulic Oil & Grease System Installed Contract Not To Exceed $14,598.50 Appropriation # 630.00 P.O.#1547 18. 19. 20. 21. 22. 23. 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 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. 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. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 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, 2003, and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. HEADINGS All 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, 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. Gille & Company Street Dept. - 2004 Hydraulic Oil & Grease System Installed Appropriation # 630.00 P.O.#1547 Contract Not To Exceed $I4,598.50 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any dm'ess, undue influence or coercion. 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. 1N WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety ~ ain. ard, eresidin~ O~-f~er Date: /~ ,~- &Pti/ Mary Ann Burke, Member Date: Lod S. Daie: L .~/ [ / ' t ATTEST: ~a~: Cordray, IA C,~lerk-Treasurer Authorized ~ign tu~ - - Printe~ Title Y FID/TIN: SSN if Sole Proprietor: Date: //~/~_'~ [dcpffl~9/0$} 6 COMPANY, INC. MANUFACTURERS REPRESENTATIVE SINCE 1933 To~ Michael A. Gmbb AIA Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, In. 46250 Oct. 10, 2003 Quote # 101003BS Re5 City of Carmel; Street Dept., Section 15492 Lubrication Equipment Systems Gille Co., Inc. is pleased to submit for your approval our quotation for the lubrication equipment systems, air reels, and installation based on plans & specifications provided to us. Following is a brief scope-of-supply w~th comments. We will provide labor & materials to install 6 air reels, 4 oil reels, and 2 grease reels along with 2 oil pumps and a grease pump elevator package with hoses, handles, filter regulators and gauges. We are quoting Ingersoll Rand Aro lubrication equipment and Reelcraft hose reels. Ingersoll Rand does not make an oil receiver as specified but we can furnish Graco, Samson, etc.. The oil handle specified (Samson 2161) is not a preset, therefore we are quoting an IR digital which is also not a preset. We have a mechanical preset (IR 635364) and have several other options if you actually need a digital preset handle. Also I'm quoting 2 easy-change-out suction kits for the 5:1 pumps rather than regular downtubes. for the'e~co~o~ Our quotation J ' . ........................... $ 13,998.50 Price may be considered firm for 90 days and thereafter subject to review. All work will be performed in a timely manner with quality workmanship. We thank you for the opportunity to quote the project and hope that our quotation meets with your approval. Sincerely, Bonnie R. Sito / Gille Co., In[: 1146 SOUTH WEST S~R~E~E~T · INDIANAPOLIS, IN 46225 PHONE: 317-638-0441 · FAX: 317-8~,-,~¢CA · TOLL FREE: I 888 74GILLE CITY OF CARMEL STREET DEPARTMENT 211 2ND St. S. W. Carmel, IN 46032 (317) 571-2637 September 26, 2003 The City of Carmel, Sn'eet Department is soliciting quotes for the delivery and complete installation of the specified hydraulic fluid distribution systems, including the electrical installation. The attached specifications and dra~vings shall be used in preparing your bid. The hydraulic fluid distribution system will be installed in the new Maintenance Building, currently under construction, at the City of Carmel Street Department site, located at 131st Street and Shelbome Road Carmel, IN. Coordination with the existing General Contractor will be required during the installation of the fluid systems. Please forward any questions or corranents to the Architect Michael Gmbb, AIA with Paul I. Cripe, ][nc. (317) 841-4797 ext. 686. The building is available for your visitation and a complete set of Construction Documents are available for your review tkrough the Architect. Upon acceptance by the City of Carmel, a performance bond equal to one hundred (100%) of the bid will be required before work begins. The successful quote will be required to sign a Goods and Services contract (sample enclosed). Please send your quote to Paul I. Cripe, Inc. 7172 Graham Road Indianapolis, IN 46250, attention Michael A. Gmbb, AIA. Please submit your sealed bid by 3:00pm on Monday October 13, 2003. There will be no work done without ~irst contacting the Carmel Street Commissioner for approval of dates and times. EXHIBIT 02033 CITY OF CARMEL 01031020 STREET DEPARTMENT FACILITIES SECTION 15492 - LUBRICATION EQUIPMENT SYSTEMS PART 1 - GENERAl, RELATED DOCUMENTS 10- Drawings, general provisions of the Contract, including General and Supplementary Conditions, and Division-I Specifications Sections and other Division-15 Specification Sections, apply to work of this Section. Refer to Section 15010, "Basic Mechanical Requiremeuts" for additional requirements. The requirements of the following Division-15 Sections apply to this Section: "Basic Mechanical Requirements" "Basic Mechanical Materials and Methods" "Supports and Anchors" 25~ 30- 35- 40- DESCRIPTION OF WORK Extent of lubrication equipment systems work is indicated on drawings and schedules, and by requirements of this Section. The Contractor shall furnish materials and equipment necessary to install, test and make ready for operation a fluid dispense system as specified herein. Equipment included but not limited to is as follows: Chassis grease pump, engine oil pumps, grease hose reel, engine' oil reel, air hose reel, all connective piping and fittings, pipe identification, anchor and supports, pump accessories, and pressurized used oil receiver. Refer to other Division-16 Sections for the.following work; not woi'k of this Section. Power supply wiring from power source to any power connection on lubrication equipment. Include required electrical devices, except where specified as furnished, or hctory-installed, by manufacturer. 45- 50- 56~ QUALITY ASSURANCE Manufacturer's Qualifications: Firms regularly engaged in manufacturer of lubrication equipment systems products, of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. Installer Qualifications: Firm with at least 3 years of successful installation experience on projects with lubrication equipment systems work similar to that required for project. LUBRICATION EQUIPMENT SYSTEMS EXHIBIT 15492 _ 02033 CITY OF CARMEL _ STREET DEPARTMENT FACILITIES 01031020 Codes and Standards: UL Compliance: Provide eIectrical components of lubrication equipment systems, which have been listed and labeled by UL. 10- 15- 20- SUBMITTALS Product Data: Submit manufacturer's technical product data and imtaltation instructions for lubrication equipment systems materials and products. Wirin,~ Diagrams: Submit manufacturer's electrical requirements for power supply wiring to lubrication equipment. Submit manuhcrarer's ladder-type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory-installed and portions to be field-installed. Maintenance Data: Submit maintenance data and parts lists for lubrication equipment systems materials and products. Include this data, product data, shop drawings, record drawings, and wiring diagrams in maintenance manual; in accordance with requirements of Divisiomt. PART 2 - PRODUCTS 25- MATERIAL AND PRODUCTS Ge~n. erah Provide piping materials and factory-fabricated piping products of sizes, types, pressure ratings, temperature ratings, and capacities as indicated. Where not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide sizes and types matching piping and equipment connections; provide fittings of materials, which match pipe materials used in lubrication equipment systems. Where more than one type of materials or products are indicated, selection is Installer's option. Materials: All like components within a fluid system such as pump and pump controls, reels, hoses, valves, connectors, votume meters, etc, shall be the products of a single manufacturer. 50- PUMP ASSEMBLIES Chassis arease pump shall be a 400 lb. length package, 50:1 ratio, pneumatically operated, double-ball and double acting pump. Air motor diameter is 3" with a 1.5" stroke. The air motor, air motor valves and lower pump are to be of the "in-line" design. The normal air requirements are 40-~80 psi with air consumption of 22.8 scfm @ 100 psi. Maximum fluid pressure of 8400 psi and a continuous duty flow rate of 1.82 lbs./min. Package shall include a pump, hose/fitting kit, carriage elevator, inductor plate and base. Air hose and fluid hose shall be 3/8" x 6 ft. hose and fittings. Pump ratio: Continuous duty flow rate: Maxin*mm fluid pressure: Maximum air inlet pressure 50:1 1.82 lb./min. 840O PSI 140 PSI LUBRICATION EQUIPMENT SYSTEMS 15492 - 2 02033 CITY OF CAIL¥1EL 01031020 STREET DEPARTMENT FACILITIES 25- 30- Fluid outlet size: 1/4" npt Air inlet size: 1/4" npt The following accessories shall be installed at each pump: Air regulator and gauge, air filter, lubricator, bleed-type air shut-off valve, H.P. arease shut-off valve, swiveI adapter fitting. ~ En_oine oil pumps (diesel and zasoline) shall be a universal length wail mounted pump, 5:I ration, pneumatically operated, double-bail and double acting pump. Air motor diameter is 3" with a 3" stroke. The air motor, air motor valves and lower pump are to be of the "in-line" design. Tb_e normal air requirements are 40-180 psi with air consumption of 18 scfm @ 100 psi. Maximum fluid pressttre of 900 psi and a continuous duty flow rate of 3 gpm (11.4 lpm). Included with package shall be a pump, and hose/fitting kit. The hose/fitting kit shall include t.5 ft., x 1/2" fluid hose, and 1.5 ft. x 3/8" air hose, and fittings. Pump ratio: Continuous duty flow rate: Maxia:um fluid pressure: Maximum air inlet pressm-e Fluid out[et size: Air i~et size: 5:i 3 gpm 900 PSI 180 PSI 1/2" npt 3/8" npt Tire following accessories shall be installed at each pump: Pump wall mount bracket, thermal relief assembly, air regulator and gauge, lubricator, air filter, pump suction hose kit for 55 gallon drum. fluid shut-off valve, bleed-type air shut-off valve. HOSE REEL ASSEMBLY as - _Heavv duty high-pressure grease hose reel assembly shatl have a minimum capacity of 50 feet of 3/8" ID hose. The hose reel base will be a 10 ~au2e. heavv-duty, double pedestal frame with welded joints and - fbrmed ribs for strength and durabilitv The reel shall incorporate fully ported hub with little flow restriction for fast dispense, guide-arms adjustable to t5 different mounting positions, double pedestal arms support hose guides on both sides, and easy "slide-in" mounting ability, a ZAi2 (zinc alloy) ratchet o- fbr anti-sparking applicadons, external brass swivel housing for corrosion resistance, anti-galling and easy service, repairable guide rollers and a tong return-spring life strength and durability. The hose guide roller assembly will be the full width of the spool, a two-piece roller support with bearings and seals. The reel will be designed to mount on ceilings, wall or floors. 4s- [dose length-grease: 50' x 3/8" ID Reel outlet: 3/8" npsm Reei inlet: 3/8" npsm - Pressure rating grease reel: 8,000 psi Pressure rating hose: 4,000 psi so- Weight: 72 lbs. approximately 55- LUBRICATION EQUIPMENT SYSTEMS EXHIBIT_ 15492 - 3 02033 CITY OF CARMEL 01031020 STREET DEPARTMENT FACILITIES 30- 50- 55- The lb[lowing accessories shall be installed at each reel: Hose inlet kit, HP shut-off valve, grease dispense control handle Samson Model l [ t5 and shall be Z- swivel 1/4" NPT x 1/4" NPT outlet Samson Model 1105. Reel monnting cham-~et as specified by number of reels identified on the drawings, channel mounting bracket(s) as specified by number of reels identified on the drawings. Heavv duty medium-pressure enzine oil b_ose reel assembly shall have a minh~um capacity of 50 feet of 1/2" ID hose. The hose reel base will be a 10 ~auge, heavv-duty, double pedestal frame with welded ioints and formed ribs for strength and durability. The reel shall incorporate fully ported hub with little flow restriction for fast dispense, guide-arms adjustable to 15 different mounting positiom, double pedestal arms support hose guides on both sides, and easy "slide-in" mounting ability, a ZA12 (zinc alloy) ratchet for anti-sparking applications, external brass swivel housing for corrosion resistar~ce, anti-galling and easy service, repairable guide rollers and a long return-spring life strength and durability. The hose guide roller assembly will be the full width of the spool, a two-piece roiIer support with bearings and seals. The reel will be designed to mount on ceilings, wall or floors. Hose Iengrh-oil: Reel outlet: Reel inlet: Pressure rating oil reel: Pressure rating hose: Weight: 50' x 1/2" ID i/2" npsm 1/2" npsm 3,000 psi 2,500 psi 72 lbs. approxknately The following accessories shall be installed at each reel: Hose irdet kit, shut-off valve, i/2 quart minimum preset electronic metered product dispenser, Samson iVlodel 2161 with rigid outlet reel mounting cI-~armel as specified by number of reets identified on the facility drawings, channel mounting bracket(s) as specified by nmnber of reels identified on the facility drawings. Heavv duty medium-pressure compressed air hose reel assembly shall have a minimum capacity of 50 feet of 3/8" ID hose. The hose reel base will be a 10 gauge, heavy-duty, double pedestal frame with welded ioints and formed ribs for strentth and durability. The reel shall incorporate fully ported hub with iittIe flow restriction for fast dispense, guide-arms adjustable to 15 different mounting positions, double pedestal arms support hose guides on both sides, and easy "slide-in" mounting ability, a ZA12 (zinc alloy) ratchet for anti-spari<ing applications, external brass swivel housing l'br corrosion resistance, anti-galling and easy service, repairable guide rollers and a long return-spring life strength and durability. The hose guide roller assembly will be the fall width of the spool, a two-piece roller support with bearings and seals. The reel will be designed to mount on ceilings, wall or floors. Hose length-air: Reel outlet: Reel inlet: Pressure rating air reel: Pressure rating hose: Weight: 50' x 3/8" ID 1/2" npsm 1/2" npsm 3,000 psi 300 psi 72 lbs. approximately LUBRICATION EQUIPMENT SYSTEMS EXHIBIT. _.__ 02033 CITY OF CARMEL 01031020 STREET DEPARTMENT FACILITIES iVlanufacmrer: Subject to compliance with the requirements, provide chassis grease purnp, engine oil pumps and hose feets of one of the following: 10. Lincoln Legacy Samson Reelcraft 20- 25- 35- USED OIL RECEIVER Mobil pressurized used oil receiver shall be a 24 gallon pressurized steel tm~k oil drain supplied with a 23" adjustable off-set bali bearing supported collection bowl, 6.6 ft. dram hose, tooI tray, handle, slight gauge, and wheels. Bowl height adjustment from 55 - 75". Maximum air supply pressure fbr emptying the used oil rm~k is 8 psi. Subject to compliance with the requirements, provide Mobil used oil receiver of one of the following: Oil Ace S iln2son BASIC IDENTIFICATION General: Provide identification complying with Division-I5 "Mechanical Identification", in accordance with the following listing: Chassis Grease Pipin~ Above Ground: Plastic pipe markers Engine Oil (DieseD Pit2ino Above Ground' Plastic pipe markers Engine O (Gasoline) Pipin~ Above Ground: Plastic pipe markers Engine Oil and Grease Valves: Plastic valve tags 50- 55- BASIC PIPES AND PIPE FITTINGS General: Provide pipes and pipe fittings complying with Division-15 "Basic Mechanical Materials and Methods" Section, "Pipes and Pipe Fittings", in accordance with the fotlowing listing: Tube Size 3" and Smaller: Annealed high pressure seamless steel tube and mechanical joint colmections. Wall thiclcness of tubing shall be selected for working pressure of fluid being handled. Air Pipe: Threaded and coupted black iron Schedule 40 pipe and Schedule 80 fitt_mgs. -- BIT LUBRICATION EQUIPMENT SYSTEMS 15492 - 5 02033 CITY OF CAi~¥IEL 01031020 STREET DEPARTMENT FACILITIES BASIC PIPING SPECIALTIES General: Provide piping specialties complying with Division-15 "Piping Specialties", in accordance with the following listing: Pipe escutclleons Pipe sleeves Sleeve seals BASIC SUPPORTS AND ANCHORS General: Provide supports and anchors complying with Division-15 "Supports and Anchors", in accordance with the following listing. 20- 25- 30- BASIC VALVES General: Provide valves complying with Division-15 "Basic Mechanicai iVlaterials and Methods" Section, ' Valves", in accordance with the following listing. Valves shall comply with OSHA 1910.147. Shutoff Valves: Hiah Pressure Grease Shut-off Valve: High Pressure Oil Line Shut-off Valve: Ball valves (air): 2" and smaller Nibco: T585-70 safety vent valve, locks closed only. Stockham: S216-BR-R-T safety vent valve, locks closed only, 5000 psi high-pressure needle valve 2000 psi working pressure bali valve 40- BASIC METERS AND GAGES General: Provide meters and gages complying with Division-t5 "Meters and Ga.esq ", in accordance with the following listing: Pressure gages and fittings PART 3 - EXECUTION 55- INSPECTION Examine areas and conditions under which lubrication equipment systems and equipment are to be installed. Do not proceed with work until unSatisfactm:y conditions Mve been corrected in a mmmer acceptable to Installer. LUBRICATION EQUIPMENT SYSTEMS EXHiBiT 02033 CITY OF CARMEL 01031020 STREET DEPARTMENT FACILITIES INSTALLATION OF BASIC IDENTIFICATION GeneraI Install mechanical identification in accordance with Division-15. "Mechanical Identification. 10- 15- INSTALLATION OF LUBRICATION EQUIPMENT PIPING Generah Install lubrication equipment piping in accordance with Division-iS "Basic Piping Materials and Methods". Install pipina level. Com:ect branch pipin~ to mains from top of main. 20- INSTALLATION OF PIPING SPECIALTIES Generah Insrall piping specialties in accordance with Division-15 "Piping Specialties. 30- INSTALLATION OF SUPPORTS AND ANCHORS Generai: Install supports and anchors in accordance with Division-15 "Supports and Anchors. Spacina: Do not exceed 8 -0 spacm~ between pipe hangers for any size pipe. INSTALLATION OF VALVEq Generah Install valves in accordance with Division-15 "Valves. INSTALLATION OF LUBRICATION PUMPS - General: Install lubrication pumps in accordance with manufacturer's installation instructions. Install units plumb and level, firmly anchored in locations indicated, and maintain manufacturer's reconm~ended 40 - clearances. Electrical Wirina: Install electrical devices furnished by manufacturer but not specified to be factory-mounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Installer. Verify it:at electrical wirina installation ls in accordance with manufacturer's submittals and installation requirements of Division-16 Sections. Do not proceed witla equipment start-up until wiring installation is acceptable to Equipment Installer. 50- 55- EQUIPMENT CONNECTIONS Genera!: Connect lubrication equipment piping system to lubrication pump equipment as indicated, and 02033 CITY OF CARMEL 01031020 STREET DEPARTMENT FACILITIES comply with equipment manufacturer's instructions where not otherwise indicated. FIELD QUALITY CONTROl Lubrication Pir>in~ Leak Test: Prior to initial operation of piping system, purge grease and oil lines with oii-fi'ee dry air, and perform 24-hour standing pressure time-test. Charge line with lubrication equipment to lS0 psi; mahxain test pressure for 24-hours with pressure and fittings for leaks with soap bubble solution: wbile bubble testing, hammer joints with rubber or rawhide mallet. Replace lubrication equipment piping as required to eliminate leaks and retest as specified to demonstrate compliance. ADJUSTING AND CLEANING Cleaning and £nspecting: . Clean and inspect lubricatior~ equipment systems requirements of Division-i5 ...... . Basic P~ptng Matermls and Methods . in accordance with 2s~ END OF SECTION 15492 LUBRICATION EQUIPMENT SYSTEMS EXHiBiT iQ 15492 - 8 -- 00T-02-03 THU 04:28 PH P~UL ]. OE[PE, INO, FAX NO, 3t7 84! 4798 P, 02/03 STREET DEPARTMENT FACILITIES MAIN FACILITY HYDRAULIC FLUID DISTRIBUTION 131sT Street and Sheiborne Road Carmel, Indiana 46033 Addendum No. 1 Prepared for City of Carmel One Civil Square Carmel. Indiana 46032 October 2, 2003 00T-02-03 THU 04:29 PM P~UL l, ORIPE, INO, FA× NO, 317 84! 4798 P, 03/03 City of Carmel Street Department Facilities - Main Facility Hydraulic Fluid Distribution Systems (~ 2003 Peul I. Cripe, inc. ADDENDUM NO. 1 TO AL B DDERS OF RECORD AND TO WHOM tT MAY CONCERN: This Addendun~ is being issued prior to the date for receiving bids. Tills Addendum forms a part o~ the Contract Documents and modifies the original Drawings and Specifications ~;s noted below a~d shall be ir~corporated into the Contract Drawings, Ali other provisions of the Drawing,'t. and Specifications shall remain unchanged. This Addendun) is issued in accordance with [he provisions of the Notice to Bidders section of the Project Ma~uaL Ali Bids shall be based upon work as modi~led by this Addendum. Acknowledge ~eceipt of this Addendum on the Bid Form. Failuro to do so may result in disqualification of tile Bidder, This Addendum does not change the Bid Date, _CH__A_NGES ,~'_O SPECIFICATIONS: Item No. 1 Spec~ticmtion Sectlon 15492 "Lubrication Equipment Systems" 1, Page 5, lines 12 and 27, add ARO American Equipment Corporation as an appr°ved manufacturer or the Hose Reel Assembly and Used Oil Receiver, ADDENDUM NO, 1 ADD1 - 1 EXHIBIT_ 00T-03-03 FR[ 09:14 RM PRUL I. ORIPE, [NO. FR× NO. 3t7 841 4798 P. 02/03 STREET DEPARTMIENT FACILITIES MAIN FACILITY HYDRAULIC FLUID DISTRIBUTION 131sT Street and Shelborne Road Carmel, Indiana 46033 Addendum No. 2 Prepared for City of Carmel One Civil Square Carmel. Indiana 46032 · 3 October 3,200 00T-03-03 FRI 09:15 AH PAUL I. CRt?E, 1NO, FAX I~0. 3t7 841 4798 P. 03/03 City of Carmel - * - Main Facility Street Dep=rtment Facflttles Hydraulic Fluid Distribution Systems © 2003 PaLil !. Cripe, h'm. ADDENDUM NO. 2 1 h~s Addendum [s being issued prior to the date for rece[viag bids. This Addendum forms a psrt of ~e Con~ect Documents and modifies the odgin~l Drawings and Specifications es noted bet~ end shell be inco~oreted into the Contract Drawings. ~1 other provisions o~ the D~awings end Specifications shaft remain unchanged. This Adde~um is issued in accordance wi~ ~e pro~sions of the Notice to Bidders s~ction of the Project Mamml. ~1 Bids sh~[l be based upon work as modified by this Addendum, A~knewledgo receipt of this Addendum on the Bid Form. Failure to do so may result in disqualification of lt~e Bidder, '~is Addendum ~s ~o] change ~e Bid Date. C.,,~_A,~G_.E~ .T .O' SPECIFICATIONS: Item No, / Addendum No. 1 Specification Section 15492 _ubdcat~on Equ pment Systems 1. Disregard Addendum No.1 and add the fotlewing: Page 5, tines t2 and 27. add In~jersolI-Rand and American Lubrication Equipment as approved manufacturers of the Hose Reel Assembly and Used Oil Receiver. ADt)E!NDUM NO. 2 ADDi - 1 EXHIBIT Name of Company: Address & Zip: Telephone No.: Fax No.: EXHIBIT B Invoice Date: Project Name: Invoice No. No: Good~ Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separatdy and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Nome EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: $100,000 each employee $250,000 each accident $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: $500,000 $500,000 Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): $500,000 $250,000 $250,000 $ 50,000 Comprehensive Auto Liability (owned, hired and non-owned) Bodily Single Limit: Injury and property damage: Policy Limit: $500,000 each accident $500,000 each accident $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000